Statewide Cabin Improvements FY23-24

expired opportunity(Expired)
From: Ohio Facilities Construction Commission(State)
New DNR - 230069

Basic Details

started - 08 Jul, 2022 (22 months ago)

Start Date

08 Jul, 2022 (22 months ago)
due - 25 Jul, 2022 (21 months ago)

Due Date

25 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
New DNR - 230069

Identifier

New DNR - 230069
Ohio Department of Natural Resources

Customer / Agency

Ohio Department of Natural Resources
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: 7/8/2022 Page 1 of 5 Administration of Project: Ohio Facilities Construction Commission Project Name Statewide Cabin Improvements FY23-24 Response Deadline 7/25/2022 4:00 PM local time Project Location Various Project Number DNR-230069, DNR-230070 City / County Various / Various Project Manager Michael Bielenberg Owner Ohio Department of Natural Resources Contracting Authority OFCC Delivery Method CM at Risk Prevailing Wages State 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 procurement at procurement@ofcc.ohio.gov. See Section J of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to procurement at
rel="no-follow" 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 The Ohio Department of Natural Resources (ODNR), through the Division of Parks and Watercraft is responsible the management of Ohio State Parks, fifteen (15) of which offer nightly and weekend rental opportunities of individual ones, two and three-bedroom cabins. Cabins were built between 1940 and 1990 with minor renovations since they were originally constructed. ODNR has conducted assessments and several rounds of improvements to the cabins over the last several capital biennia. ODNR is seeking professional design services for two focus areas as the next stage of the statewide cabin improvements. The first focus area will be a continuation of renovations of existing cabins throughout the state. The intent of this project is to address cabins at Cowan Lake, Dillon, Lake Hope, Pike Lake, and Pymatuning State Parks. Renovations include kitchenette and bathroom remodels, finish upgrades, FF&E replacements, window replacements, exterior and interior painting, and mechanical system upgrades. ODNR has developed a “full” renovation program for its standard two- bedroom cabins and a “partial” renovation program for the non-standard historic cabins at Lake Hope. Additionally, structural improvements and building envelope renovations will be undertaken at concessionaire-operated cabins at locations such as Salt Fork, Deer Creek, Hueston Woods, and/or Shawnee. While these locations have been identified as a part of this phase of ODNR’s Statewide Cabin Improvement Program, ODNR may elect to include similar scopes of work at additional cabin locations throughout the state should funding allow. The second focus area for improving the cabin program is the design and construction of new cabins at Jesse Owens State Park. ODNR has undertaken a master planning initiative for this new state park and the design and construction of these new cabins will be developed in conjunction with this planning program. All regulatory and environmental regulations and permitting will be the responsibility of the A/E selected for this project. Archaeological assessments may be required depending on property type and location. While ODNR anticipates centralized services from the selected Consultant at the ODNR Fountain Square complex at 2045 Morse Road, Columbus, Ohio 43229, travel will be necessary to complete the services. For the purposes of scoring proximity to project site, the ODNR Fountain Square complex will be considered the project site. B. Scope of Services The development of a complete Program of Requirements (POR) will also be included as part of the Professional Design as an Additional Service. The proposed project scope will be evaluated and prioritized, relative to each proposed location, to align with the project budget. Evaluation of the project/construction schedule will also be part of the POR stage. The effort may be further developed by utilizing facility and site assessments. For projects advertised with an appropriately developed Program of Requirements (“POR”), upon award of the Agreement, commence with Design. For projects without such a POR, upon award of the Agreement, commence by developing the Program of Requirements. http://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 7/8/2022 Page 2 of 5 Ability to design project scope within budget in current market conditions. It is the intent of ODNR to award multiple A/E contracts through this selection process. The following contracts are anticipated: Contract Scope Budget 1) DNR-230070 Renovations of Existing Statewide Cabins $18,172,171 2) DNR-230069 New Cabins at Jesse Owens State Park $7,000,000 It is not anticipated to award more than one (1) contract per firm. Firms will be given preference to select their contracts listed above based upon scoring results. It is the intent of the contracting authority to offer the highest scoring firm first choice, second highest scoring firm will be offered the second choice. The contracting authority reserves the right to consider other factors in the award of the contract, including site location, workload, firm experience, and capabilities. 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 Facilities Construction 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. 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, CMA, OA, DB, GC, Trade) 3. Experience with designing renovations of vacation rental facilities (cabins) 4. Experience with designing new construction of rental facilities (cabins) 5. Ability to manage design and phased construction projects with multiple sites under one contract 6. Ability to manage design and construction projects in an occupied State Park setting 7. Ability to manage design and construction projects under the CMR delivery model 8. Experience with site design and layout 9. Experience with State of Ohio Capital projects processes including OAKS CI 10. Experience with ODNR projects C. Estimated Budget / Funding D. Anticipated Schedule State Funding: $25,172,171 Professional Services Start: 12 / 22 Other Funding: $0 Construction Notice to Proceed: 04 / 24 Construction Cost: $21,396,346 Substantial Completion of all Work: 05 / 26 Total Project Cost: $25,172,171 Professional Services Completed: 07 / 26 E. Estimated Basic Fee Range (see note below) F. EDGE Participation Goal 8% to 10% 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 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. https://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 7/8/2022 Page 3 of 5 G. Basic Service Providers Required (see note below) H. Additional Service Providers Required Lead A/E Discipline: Architecture Interior Loose Furnishings Design Secondary Structural Engineering Program of Requirements Disciplines: Civil Engineering Hazardous Material Removal Design/Inspection Mechanical-Electrical-Plumbing Eng. Special Inspections (OBC) Landscape Architecture Quality Assurance Surveying Geotechnical Analysis Water/Wastewater 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 capability to use the Internet within their normal business location(s) during normal business hours. 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/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 7/8/2022 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: 7/8/2022 Page 5 of 5 Project Name FY23-24 Statewide Cabin Improvements - Various Proposer Firm Project Number DNR-230069, -230070 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 125 miles 5 125 miles to 150 miles 2 More than 150 miles 0 b. Amount of fees awarded by Contracting Authority in previous 24 months Less than $500,000 2 $500,000 to $1,000,000 1 More than $1,000,000 0 c. Number of licensed professionals Less than 10 professionals 1 Max = 3 10 to 20 professionals 2 More than 20 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 3 sample projects 1 Max = 3 3 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 6 projects 4 - 6 More than 6 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 3 projects 0 - 1 3 to 6 projects 2 - 3 More than 6 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

Kiewit's ODOT I-205 Improvements 1A Project - Concrete Flatwork

Due: 03 May, 2024 (in 4 days)Agency: Ben Franklin Transit

Kiewit's ODOT I-205 Improvements 1A Project - Concrete Flatwork

Due: 03 May, 2024 (in 3 days)Agency: Kiewit Infrastructure West Co.

City of Katy FY 2024 Striping Improvements Project

Due: 02 May, 2024 (in 2 days)Agency: ARKK Engineers LLC