Washington Segment 1 - New Middle School

expired opportunity(Expired)
From: Ohio Facilities Construction Commission(State)
SFC-230495

Basic Details

started - 29 Mar, 2023 (13 months ago)

Start Date

29 Mar, 2023 (13 months ago)
due - 20 Apr, 2023 (12 months ago)

Due Date

20 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
SFC-230495

Identifier

SFC-230495
Washington Local School District

Customer / Agency

Washington Local School District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents F110-02-2022-MAR Publish Date: 3/29/2023 Page 1 of 5 Administration of Project: School District Board + OFCC Project Name Washington Segment 1 - New Middle School Response Deadline 4/20/2023 12:00 pm local time Project Location 5524 Harvest Lane Project Number SFC-230495 City / County Toledo / Lucas Project Manager Helena Gonzalez Owner Washington Local School District Contracting Authority OFCC Delivery Method CM at Risk Prevailing Wages None No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested (PDF) 1 Submit the requested number of Statements of Qualifications (Form F110-330) directly to Jill Hoobler at Procurement@ofcc.ohio.gov . See Section J of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Jill Hoobler at
href="mailto:procurement@ofcc.ohio.gov">procurement@ofcc.ohio.gov with the project number included in the subject line (no phone calls please). Questions will be answered and posted to the Opportunities page on the OFCC website at http://ofcc.ohio.gov on a regular basis until one week before the response deadline. The name of the party submitting a question will not be included on the Q&A document. Project Overview A. Project Description  Build one new Middle school for 1,580 students in grades 6-8 The building is to be approximately 199,285 SF with a total co-funded budget of approximately $70,525,525 (Master Plan). This project’s master plan is based on a 2022 cost set.  This project has the following allowances: o Site Access Safety Improvement: $300,000 (which is included above). o Storm Shelter (hardening 10,576 SF): $880,184.80 (which is included above). o Emergency Responder Radio Coverage System for 199,285 SF: $233,164 (which is included above).  There are three Abate/Demolition projects: o Hiawatha Elementary: estimate budget of $1,145,010; approximately 38,960 existing square feet; to occur after the new Middle School is completed. o Wernert Elementary: estimate budget of $653,295; approximately 62,219 existing square feet; currently vacant; can be demo-ed at any time. o Jefferson Jr. High: estimate budget of $1,597,171; approximately 106,634 existing square feet; to occur after the new Middle School is completed.  Anticipated discrete LFIs, which are not included in the Master Plan Budget above, are: o Enlarged gymnasium with additional 1,000 SF of integral square footage: $346,800 is the approximate budget. o Additional gymnasium bleachers above the Design Manual maximum: $300,000 is the approximate budget. o Various Material Upgrades (safety features, glass glazing, lockdown, tile, branding, etc.): $2,000,000 is the approximate budget. o Additional integral square footage (classroom/common spaces) 6,200 SF: $2,150,160 is the approximate budget. (2,200 SF designated to Wrestling/4,000 SF for other areas in the building)  This project will follow LEED v4.0 criteria and be registered for LEED v4.0 Silver. Should the AE team not be experienced in LEED v4.0, the AE is expected to hire a consultant that is qualified.  The project will be designed in accordance with the Ohio Schools Design Manual.  Contracting authority has designated 24 months as a construction duration for the new middle school building only. Demo schedules are separate and will occur either prior to, concurrent with, or following the new construction.  The District has attended Visioning Sessions and will share the results of the Visioning and the Educational Specifications. mailto:Procurement@ofcc.ohio.gov mailto:procurement@ofcc.ohio.gov http://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 3/29/2023 Page 2 of 5  The architect will not be responsible for managing the finances on this project.  There is additional opportunity for additional LFI work via a separate contract with the District for an Exterior Track with $500,000 as an approximate budget.  The project agreement is expected to be fully executed in early April 2023. B. Scope of Services Upon award of the Agreement, commence by developing the Program of Requirements. The selected A/E, as a portion of its required Scope of Services and prior to submitting its proposals, will discuss and clarify with the Owner and/or the Contracting Authority, the cost breakdown of the Architect/Engineer Agreement detailed cost components to address the Owner’s project requirements. Participate in the Encouraging Diversity, Growth & Equity (EDGE) Program as required by statute and the Agreement. As required by the Agreement, and as properly authorized, provide the following categories of services: Program Verification, Schematic Design, Design Development, Construction Document Preparation, Bid and Award Support, Conformed Documents, Construction Administration, Post-Construction, and Additional Services of all types. Refer to the Ohio School Design Manual for additional information about the type and extent of services required for each. A copy of the standard Agreement can be obtained at the OFCC website at https://ofcc.ohio.gov. During the construction period, provide not less than 16 hours (excluding travel time) on-site construction administration services each week, including (1) attendance at progress meetings, (2) a written field report of each site visit, (3) on-site representation comprised of the A/E and its consultant staff involved in the primary design of the project, all having relevant and appropriate types of construction administration experience. Please list all major scope services needed to complete the selection process for successful project delivery. The specific scope of services must state particular building types, functional design or specialized professional services required to evaluate the level of experience of each applicant firm (e.g. elementary, middle and/or high school building, athletic facility buildings, auditoriums, etc.). The scope of services should also define the types of basic and additional professional design and administration services necessary for the project (e.g. LEED credentials and experience, previous experience with local jurisdiction or similar sites, previous experience working with the State of Ohio, Building Information Modeling (“BIM”) experience and training, specific BIM and Owner-defined requirements, level of development to be achieved within BIM models, BIM deliverables, and Owner’s intended use of BIM models after construction). This information will be used by each applicant to populate the Relevant Project Experience Matrix in Section F of Form F110-330. For purposes of completing the Relevant Project Experience Matrix in Section F of the Statement of Qualifications (Form F110-330), below is a list of relevant scope of work requirements for this RFQ: 1. Project Delivery Method (MP, GC, CMR, DB) 2. Role on Project (AE Lead, AE Sub, CAE Lead, CAE Sub) 3. OFCC Projects 4. Middle School Projects 5. OAKS-CI experience 6. LEED certification (Reg., Cert., Silver, Gold, Platinum) 7. Student Centered Learning Environments (SCLE) C. Estimated Budget / Funding D. Anticipated Schedule State Funding: $73,921,001 Professional Services Start: 06 / 23 Other Funding: $4,796,960 This includes LFI. Construction Notice to Proceed: 06 / 24 Construction Cost: $66,910,267 This includes LFI. Substantial Completion of all Work: 06 / 26 Total Project Cost: $78,717,961 This includes LFI. Professional Services Completed: 12 / 26 E. Estimated Basic Fee Range (see note below) F. EDGE Participation Goal 6.5% to 7% Percent of initial Total A/E Fee: 5.0% NOTE: Basic Services include: (1) Program Verification, (2) Schematic Design, (3) Design Development, (4) Construction Documents, (5) Bidding and Award OR GMP Proposal and Amendment (as applicable), (6) Construction Administration, and (7) Closeout services. The Basic Fee includes all professional design services and consultant services necessary for proper completion of the Basic Services, including validation of existing conditions (but not subsurface or hidden conditions) and preparation of cost estimates and design schedules for the https://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 3/29/2023 Page 3 of 5 project. The Estimated Basic Fee Range is calculated as a percentage of the Estimated Budget for Construction Cost above, including the Owner’s contingency. The Basic Fee excludes any Additional Services required for the project. G. Basic Service Providers Required (see note below) H. Additional Service Providers Required Lead A/E Discipline: Architecture Geotechnical Services Secondary Construction Testing Firm Disciplines: Civil Engineering Special Inspections (OBC) Structural Engineering Phase 1 ESA Mechanical-Electrical-Plumbing Eng. Soil Borings Technology/Communic./Security (K-12) Land Survey Interiors/Loose Funishings Design (K-12) Estimating Consultant (if needed) Kitchen/Food Service Design (K-12) LEED v.4.0 Consultant (if needed) NOTE: The lead A/E shall be (1) an architect registered pursuant to ORC Chapter 4703, (2) a landscape architect registered pursuant to ORC Chapter 4703, or a (3) professional engineer or (4) professional surveyor licensed pursuant to ORC Chapter 4733. I. Evaluation Criteria for Selection • Demonstrated ability to meet Owner’s programmed project vision, scope, budget, and schedule on previous projects. • Previous experience compatible with the proposed project (e.g., type, size). • Relevant past work of prospective firm’s proposed consultants. • Past performance of prospective firm and its proposed consultants. • Qualifications and experience of individuals directly involved with the project. • Proposer’s previous experience (numbers of projects, sizes of projects) when working with its proposed consultants. • Specification writing credentials and experience. • Experience and capabilities of creating or using Critical Path Method (CPM) schedules and of using CPM schedules as a project management resource. • Approach to and success of using partnering and Alternative Dispute Resolution. • Proximity of prospective firms to the project site. • Proposer’s apparent resources and capacity to meet the needs of this project. • The selected A/E and all its consultants must have the ability to organize virtual meetings and/or video conferencing, to utilize on an as-needed basis. Interested A/E firms are required to address how they will implement Building Information Modeling (“BIM”) on the project, experience and level of training of staff related to BIM, incorporation of team partners that have previous BIM experience, and an understanding of collaborative BIM processes, including but not limited to the State of Ohio BIM Protocol available at the OFCC website at https://ofcc.ohio.gov. Interested A/E firms are required to submit the Commitment to Participate in the EDGE Business Assistance Program form in its Statement of Qualifications (Form F110-330) submitted in response to the RFQ, to indicate its intent to contract with and use EDGE-certified Business Enterprise(s), as a part of the A/E’s team. The Intent to Contract and to Perform and / or waiver request letter and Demonstration of Good Faith Effort form(s) with complete documentation must be attached to the A/E’s Technical Proposal. Both forms can be accessed via the OFCC website at https://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. If the A/E firm intends to receive points for exceeding the EDGE Participation Goal, it must provide BOTH a completed Commitment to Participate form AND a completed Statement of Intent to Contract and to Perform forms signed by both parties with its Statement of Qualifications. For all Statements of Qualifications, please identify the EDGE-certified Business Enterprises, by name, which will participate in the delivery of the proposed professional services solicited in the RFQ. Interested A/E firms must indicate on their Statement of Qualifications, the locations where their services will be performed in the spaces provided or by attachment in accordance with the requirements of Executive Order 2019-12D related to providing services only within the United States and the requirements of Executive Order 2022-02D prohibiting purchases from or investment in any Russian institution or company. Failure to do so may cause their Statement of Qualifications to be rejected. https://ofcc.ohio.gov/ https://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 3/29/2023 Page 4 of 5 J. Submittal Instructions Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at https://ofcc.ohio.gov. Electronic submittals should be combined into one PDF file named with the project number listed on the RFQ and your firm’s name. Use the “print” feature of Adobe Acrobat or similar software for creating a PDF rather than using a scanner. If possible, please reduce the file size of the PDF. In Acrobat, go to Advanced, then PDF Optimizer. Also, please insert the project number and firm name followed by “SOQ” in the email subject line. Statements of Qualifications must be submitted electronically by email. Submittals are limited to one email with a maximum file size of 25 MB. Firms are requested to identify professional registrations, memberships and credentials including: LEED GA, LEED AP, LEED AP+, CCCA, CCM, CCS, CDT, CPE, DBIA, and any other appropriate design and construction industry credentials. Identify that information on the resume page for individual in Block 22, Section E of the F110-330 form. https://ofcc.ohio.gov/ Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents F110-02-2022-MAR Publish Date: 3/29/2023 Page 5 of 5 Project Name Washington LSD Segment 1 - New Middle School Proposer Firm Project Number SFC-230495 City, State, Zip Selection Criteria Value Score 1. Primary Firm Location, Workload and Size (Maximum 10 points) a. Proximity of firm to project site Less than 25 miles 5 25 miles to 100 miles 2 More than 100 miles 0 b. Amount of fees awarded by Contracting Authority in previous 24 months Less than $1,000,000 2 $1,000,000 to $2,000,000 1 More than $2,000,000 0 c. Number of licensed professionals Less than 3 professionals 1 Max = 3 3 to 10 professionals 2 More than 10 professionals 3 2. Primary Firm Qualifications (Maximum 30 points) a. Project management lead Experience / ability of project manager to manage scope / budget / schedule / quality 0 - 10 b. Project design lead Experience / creativity of project designer to achieve owner’s vision and requirements 0 - 10 Max = 20 c. Technical staff Experience / ability of technical staff to create fully coordinated construction documents 0 - 5 d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 5 3. Key Consultant Qualifications (Maximum 20 points) a. Key discipline leads Experience / ability of key consultants to perform effectively and collaboratively 0 - 15 b. Proposed EDGE-certified Consultant participation* One point for every 2 percent increase in professional services over the EDGE participation goal 0 - 5 4. Overall Team Qualifications (Maximum 10 points) a. Previous team collaboration Less than 2 sample projects 1 Max = 3 2 to 6 sample projects 2 More than 6 sample projects 3 b. LEED** Registered / Certified project experience Registered LEED v4.0 or v4.1 projects 1 Max = 2 Certified LEED v4.0 or v4.1 projects 2 c. BIM project experience Training and knowledge 1 Max = 3 Direct project experience 3 d. Team organization Clarity of responsibility / communication demonstrated by table of organization 0 - 2 5. Overall Team Experience (Maximum 30 points) a. Previous team performance Past performance as indicated by evaluations and letters of reference 0 - 10 b. Experience with similar projects / delivery methods Less than 3 projects 0 - 3 3 to 9 projects 4 - 6 More than 9 projects 7 - 10 c. Budget and schedule management Performance in completing projects within original construction budget and schedule 0 - 5 d. Knowledge of Ohio Capital Improvements process Less than 2 projects 0 - 1 2 to 9 projects 2 - 3 More than 9 projects 4 - 5 * Must be comprised of professional design services consulting firms and NOT the lead firm - For more information on scoring this and other criteria refer to Document F199-01 - PS Selection Rating Rubric. ** Leadership in Energy & Environmental Design administered by Green Business Certification Inc. Subtotal Notes: Evaluator: Name Signature Date https://ofcc.ohio.gov/Portals/0/Documents/Forms/Procurement/F199-01-RFQ_Rubric_2021.pdf

30 W. Spring St., 4th Floor Columbus, Ohio 43215Location

Address: 30 W. Spring St., 4th Floor Columbus, Ohio 43215

Country : United StatesState : Ohio

You may also like

Sale of Ranchland Middle School

Due: 31 Dec, 2025 (in 20 months)Agency: Ysleta Independent School District ( Part of Demandstar Extended Network )

Central Washington University - Student Teacher - TSD-21-095

Due: 31 Aug, 2024 (in 4 months)Agency: Central Washington University

Vernier Software - Science -Middle Schools

Due: 30 Jun, 2024 (in 2 months)Agency: School District U-46

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

Construction