AOCI Pavement / Loading Dock

expired opportunity(Expired)
From: Ohio Facilities Construction Commission(State)
New DRC-23L015

Basic Details

started - 06 Oct, 2022 (19 months ago)

Start Date

06 Oct, 2022 (19 months ago)
due - 09 Nov, 2022 (17 months ago)

Due Date

09 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
New DRC-23L015

Identifier

New DRC-23L015
Ohio Department of Rehabilitation and Correction & AOCI

Customer / Agency

Ohio Department of Rehabilitation and Correction & AOCI
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: 10/6/22 Page 1 of 4 Administration of Project: Local Agency Project Name AOCI Pavement / Loading Dock Response Deadline 11/9/2022 2:00pm local time Project Location Allen Correctional Institution Project Number DRC-23L015 City / County Lima / Allen Project Manager Ray Moone Owner Ohio Department of Rehabilitation and Correction- AOCI Contracting Authority Local Agency Delivery Method General Contracting 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 Nichole Burns at Nichole.burns@odrc.state.oh.us. See Section J of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Nichole Burns at
rel="no-follow" href="mailto:Nichole.burns@odrc.state.oh.us">Nichole.burns@odrc.state.oh.us 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 State intends to select an Architect/Engineering (A/E) team to provide design and construction administration services for a renovation project at the Allen and Oakwood Correctional Institution (AOCI). AOCI is in Lima, Ohio, and houses approximately 1,500 inmates. Work included in the AOCI Pavement replacement/ loading dock repair project will be: replacement of road sub-base as needed and pavement at the following locations: Allen and Oakwood perimeter roads, Oakwood main drive, Allen / Oakwood connector road, Allen interior roads and various parking areas. Correction of minor drainage problems will be addressed within the project. Additionally, concrete repair/replacement and any other associated repairs of the loading dock and surrounding area at the Allen E-building, to included drainage of dock area, dock ramps and dock leveler units. Also included will be necessary ancillary work which may be uncovered/discovered during investigation of the site and buildings. This work may include all general construction items and scopes, including but not limited to concrete, excavation, painting, finishes, electrical, and site drainage work. The POR will be developed by the selected A/E and should include comprehensive survey/field investigation of the existing site and surrounding areas to evaluate the road and storm drain condition in relation to the project scope described above, and in relation to the project budget. Testing of road base compaction, material testing and survey services should be accounted for by the design professional. The project scope will be evaluated, prioritized, and defined/redefined to align with available project funds. Evaluation of the project construction schedule will also be a part of the POR stage. All aspects of the project must comply with Department of Rehabilitation and Correction and OFCC policies and procedures. B. Scope of Services The selected firm will develop a program of requirements, an estimate of probable cost of construction, and scheduling information to a basic schematic level, moving into design development, construction documents, bidding, and construction stages immediately thereafter. 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. mailto:Nichole.burns@odrc.state.oh.us mailto:Nichole.burns@odrc.state.oh.us http://ofcc.ohio.gov/ https://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 10/6/22 Page 2 of 4 During the construction period, provide not less than four (4) 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- General Contracting. 2. Experience with OAKS CI 3. Correctional facility project experience. 4. Road pavement and parking pavement replacement. 5. Storm drainage correction. 6. Experience with truck loading dock repair/replacement. 7. Experience road base stabilization 8. Experience with Ohio Department of Corrections and Rehabilitation 9. Experience with construction cost estimating and analysis. 10. Experience with construction administration for corrections projects. C. Estimated Budget / Funding D. Anticipated Schedule State Funding: $1,380,000.00 Professional Services Start: 03 / 23 Other Funding: $0 Construction Notice to Proceed: 11 / 23 Construction Cost: $1,216,700.00 Substantial Completion of all Work: 11 / 24 Total Project Cost: $1,380,000.00 Professional Services Completed: 01 / 25 E. Estimated Basic Fee Range (see note below) F. EDGE Participation Goal 7% to 8% 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. G. Basic Service Providers Required (see note below) H. Additional Service Providers Required Lead A/E Discipline: Engineering Surveying Secondary Concrete and pavement material testing Disciplines: Civil Engineering Boring and compaction testing Storm drainage investigation 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. Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 10/6/22 Page 3 of 4 • 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. 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 label the CD or DVD and the sleeve with the project number and firm name if applicable. Paper copies of the Statement of Qualifications, if requested, should be stapled only. Do not use special bindings or coverings of any type. Cover letters and transmittals are not necessary. Facsimile copies of the Statement of Qualifications will not be accepted. 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/ https://ofcc.ohio.gov/ Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents F110-02-2022-MAR Publish Date: 10/6/22 Page 4 of 4 Project Name AOCI Pavement / Loading Dock Proposer Firm Project Number DRC-23L015 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 100 miles 5 100 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 2 professionals 1 Max = 3 2 to 6 professionals 2 More than 6 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 - 5 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 - 10 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 4 sample projects 2 More than 4 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 4 projects 0 - 3 4 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 2 projects 0 - 1 3 to 4 projects 2 - 3 More than 4 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 0 0 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

Please Sign In to see more like these.

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