Department of Children, Youth, & Families – Green Hill School Renovation

expired opportunity(Expired)
From: Washington(State)
2024-205 RFQ

Basic Details

started - 25 Oct, 2023 (6 months ago)

Start Date

25 Oct, 2023 (6 months ago)
due - 09 Nov, 2023 (5 months ago)

Due Date

09 Nov, 2023 (5 months ago)
Bid Notification

Type

Bid Notification
2024-205 RFQ

Identifier

2024-205 RFQ
Department of Enterprise Services

Customer / Agency

Department of Enterprise Services
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.

RFQ for Large Project Page 1 of 8 State of Washington DEPARTMENT OF ENTERPRISE SERVICES FACILITY PROFESSIONAL SERVICES OLYMPIA, WA NOTICE TO CONSULTANTS REQUEST FOR QUALIFICATIONS Submittal Due Date: 11/9/2023 prior to 2:00 pm PST Design Services Required for Project No. 2024-205: GHS SPRUCE LIVING UNIT RENOVATION DESIGN for, Green Hill School DCYF Agency, located: 375 11th St Chehalis WA 98532 Scope of Work This Request for Qualifications is for the purpose of selecting an Architect for Design Services only for the project Spruce Living Unit Renovation located at 375 11th St. Chehalis, WA 98532 DESCRIPTION OF THE PROJECT Spruce Living Unit Renovation project is for the design and renovation of half building of Spruce Living Unit. The renovation is for two of the four wings with 16 bed each wing and a single central elevated control. Day rooms are located within the spaces between double rows and sleeping rooms provide the only programming space on the unit. The renovation is to serve
the needs of staff and residential care, treatment, educational and vocational training for juvenile offenders 16-25 years old. The Spruce Unit was constructed 30 years ago and is ready for a full renovation. HVAC and electrical systems are currently at the end of their life cycle and need replacement, repurposing of older building is essential to DCYF. Bidding, Construction Administration, and closeout fee services will be under a different contract. The preliminary Maximum Allowable Construction Cost (MACC) for this project is $6,000,000. This Project is pending funding for Construction Services with construction funding anticipated in 2025-2027 biennium. Project Goals • This project provides a unique opportunity to bring better living accommodations and programs together in a single building to increase young men success in life, and achievement . • Develop an environment that encourages active learning, research and innovation in spaces designed for group work, collaboration, and inter-program synergy. • Informal study and gathering spaces will promote residents and peer-to- peer engagement and support high-impact teaching practices and promote innovation. • Enable students the opportunity to use the latest therapeutic techniques, tools, and available technology. • Providing expanded, up-to-date facilities for trades and college programs will strengthen success after sentences have been completed. • The Spruce Residential Unit will increase social equity by removing barriers to ADA and bringing learners from multiple programs together as a community. RFQ for Large Project Page 2 of 8 • The building will meet the client’s long-term commitment to environmental stewardship. Submitting firms should have a strong background in the innovative design of correctional facilities design. Firms should also be well versed in multi-phased State agency construction, the State of Washington capital budget process. Project-Specific Information Campus Map with meeting location, meet at the control room entrance lobby. Anticipated Selection Schedule RFQ Notice Issued Friday 10/20/23 Informational Meeting Thursday 10/26/2023 at 10:00 AM PST Statement of Qualifications (SOQ) Due Thursday 11/9/2023 2:00 PM Short-listed firms selected and notified 11/16/2023 Interview Period 11/30/23 in person meetings Firm(s) Selected and Announced 12/1/2023 Agreement(s) Executed Mid-January 2024 Informational Meetings and Site Tours An informational meeting and site tour will be held in-person for this project. Date/Time In-Person Meeting Location Thursday 10/26/2023 at 10:00 am PST 375 11th St Chehalis, WA 98532 A site tour will be held immediately following the informational in-person informational meeting. A DES representative will meet at the main entrance to Control Building and provide access to the project site. Please refer to the attached campus map. Firms who have previously not performed business with the state are encouraged to attend. Any information provided at the Informational Meeting will be posted on our Current Projects webpage (provided above) including a Q&A sheet from the meeting. For directions for the pre-submittal informational meeting and site visit, please contact the DES project manager at rafael.urena@des.wa.gov. or trent.phillips@dcyf.wa.gov Addenda to this Notice It is the responsibility of the interested firms to track and changes to this solicitation. Refer to the DES website for any addenda to the published public notice and/or RFQ. (https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture- engineering-design-consultants/current-projects-advertised-consultant-selection). mailto:rafael.urena@des.wa.gov mailto:trent.phillips@dcyf.wa.gov https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture-engineering-design-consultants/current-projects-advertised-consultant-selection https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture-engineering-design-consultants/current-projects-advertised-consultant-selection RFQ for Large Project Page 3 of 8 Submittal Maximum Page Count and Additional Content SOQs must not exceed twenty-five (25) single sided pages (total) of content using 81⁄2 x 11 size sheets. Provided informational content is not included, the following will not be counted against the maximum page count: • Title and Back Cover Pages • Section Dividers/Tabs • Consultant Selection Contact Form • Attachment 2 Federal SF330 (Part II only) Form When 11”x 17” size sheets or fold outs are used, each side will be counted as two 81⁄2 x 11 sheets. A submitting firm may elect to include any other pertinent data it deems appropriate to address the selection criteria and assist the Selection Committee in evaluating the qualifications. Additional content must remain within the maximum page count. Submittal Requirements DES is accepting only electronic submittals. All electronic submittals must be uploaded and received no later than the date and time specified. Format the Statement of Qualifications (SOQ) to meet the following requirements. SOQs that do not follow this format may impact final scoring: • Title Page indicating: (not included in page count) o Project No. 2024-205: DCYF SPRUCE LIVING UNIT RENOVATION DESIGN o GREEN HILL SCHOOL DCYF 375 11TH ST CHEHALIS WA 98532 o Name of Firm o Date of Submission • Cover Letter (not included in page count) • Consultant Selection Contact Form (see description below) (not included in page count) • Executive Summary • Qualifications of Key Personnel • Relevant Experience • Life Cycle Cost Analysis Experience • Sustainable Design Experience • Past Performance • Correctional Facilities Design experience • Diverse Business Inclusion Strategies • Federal SF330 (Part II only) Form (not included in page count) The Consultant Selection Contact Form must identify the Designated Point of Contact, contact information, and address the Firm. Form must be situated behind a Title Cover or Cover Letter AND before any table of contents. Consultant Selection Contact Form may be found in the Consultant Selection Documents, located on our Current Advertised Projects for Consultant Selection Page. Federal form SF330 (Part II only) may be found on our Current Advertised Projects for Consultant Selection Page. RFQ for Large Project Page 4 of 8 How to submit the Statement of Qualifications (SOQ) DES has created a secure access point for uploading your SOQ for this project: https://wades.app.box.com/f/ae2c981212f64699a194d8224a629374 This link will be active until the submittal deadline, at which point the upload access will be removed. If you have trouble uploading or would like confirmation of your upload, please contact Angeline Butros via email: angeline.butros@des.wa.gov Failure to submit the SOQ by the specified date and time above will render the SOQ as non-responsive to this notice and rejected by DES for consideration. Failure to adhere to the submittal requirements may also render the SOQ as non-responsive to this notice and rejected by DES for consideration. Supplemental RFQ Documents The following forms/instructions are located on the DES Current Advertised Projects for Consultant Selection page in the RFQ Consultant Selection Documents section (https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture- engineering-design-consultants/current-projects-advertised-consultant-selection): • Consultant Selection Contact Form • Federal Form SF330 • Diverse Business Inclusion Plan Selection Process The selection process will consist of two phases: Phase 1 SOQ Evaluation and Phase 2 Oral Interviews. The firms submitting qualifications in Phase 1 will be scored and ranked using the Phase 1 evaluation criteria in this RFQ. The most qualified firms (Finalists) will be invited to Phase 2 Oral Interviews. The Finalists will be scored and ranked based on the Phase 2 evaluation criteria. The Finalist with the best Phase 2 rank will be chosen to begin negotiations to provide consultant services for this project. Note, Phase 1 and Phase 2 scores are NOT combined. Phase 1: SOQ Evaluation (total 100 points) Each SOQ received and deemed responsive to this notice will be reviewed and evaluated by a selection panel as determined by DES. This panel will review each SOQ for responsiveness and apply the following weighted selected criterion to determine a score for ranking: Weighted evaluation criterion for the Phase 1 SOQ Evaluation will be used by the selection committee to score each top-rated firm as follows: Qualifications of Key Personnel Identify specific individuals and sub-consultants for key positions and show interrelationships and reporting hierarchy for your proposed team. Describe how each individual’s professional experiences are relevant and bring value to the project. Provide proposed percentage of time that the Owner intends to assign each individual or sub-firm to the Project. 20 points https://wades.app.box.com/f/ae2c981212f64699a194d8224a629374 mailto:angeline.butros@des.wa.gov https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture-engineering-design-consultants/current-projects-advertised-consultant-selection https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture-engineering-design-consultants/current-projects-advertised-consultant-selection RFQ for Large Project Page 5 of 8 Relevant Experience Discuss projects your firm has undertaken of similar scope, size and complexity within the past five to eight years. Describe attributes of past projects that have met goals similar to the Owner’s goals for this project. Identify delivery methods for each project. Provide original project budget and actual completed costs along with current contact information for reference checking. 20 points Life Cycle Cost Analysis Experience Describe the Proposer’s experience with utilizing the Office of Financial Management’s (OFM) ‘Life Cycle Cost Tool’ (or similar process) for project analysis and decision making during the predesign effort and as design progresses. More information on OFM LCC Model can be located at www.OFM.wa.gov/facilities . 10 points Sustainable Design Experience This project will achieve a minimum LEED silver certification. Explain the Proposer’s philosophy and approach to sustainable design. Identify examples of strategies the Owner might consider to successfully direct the project to achieve LEED Silver or better certification. 10 points Past Performance Describe the approach the Proposer might utilize to achieve and maintain Owner’s project scope, schedule and budget. Describe and provide examples of how the proposer successfully developed Owner’s project scope while staying within the proposed budget. Discuss tools and methods for scheduling projects for both design and construction. Show how the interrelationship of successful management of scope, schedule, and budget creates successful projects. 40 points Diverse Business Inclusion Strategies Describe strategies to increase opportunities for diverse business participation. Not scored Based on each score, each SOQ will be ranked and a short-list of top-qualified firms will advance to Phase 2 Selection: Oral Interviews. DES reserves the right to determine the total number of top- qualified firms to advance to Phase 2 Selection. Phase 2: Oral Interviews (total 100 points) Top-qualified firms (highest ranked firms ) will be invited to participate in Phase 2 of the selection. Oral Interviews on a specified date and time, and will be formatted in two periods: Firm Presentation Period (Maximum: 30 Minutes) Question and Answer (Q&A) Period (Maximum: 20 minutes) Firm Closing Statements (Maximum: 5 Minutes) In-Person Interview Considerations: Advance access to the presentation room will not be provided, and any time necessary to set-up or break-down the presentation must occur and be part of the total interview time allotted. Each top- ranked firm must bring all necessary presentation equipment, materials and supplies (i.e. laptops, projectors, cables, easels, etc.) to fully support of their presentation. No additional time will be granted http://www.ofm.wa.gov/facilities RFQ for Large Project Page 6 of 8 to set-up and tear-down the presentation. Each top-ranked firm must remain within the total period provided for the interview. Weighted evaluation criterion for the Phase 2 Oral Interviews will be used by the selection committee to score each top-rated firm as follows: Organization: Management Plan Team Member Qualifications Capacity/Production Capabilities 15 points Project Management: Scope management Budgeting and Cost Control Project Scheduling 15 points Project Approach: Understanding of this project Challenges & Opportunities 15 points Experience: Relevant Past Projects (firm) Relevant Past Projects (key team members) 25 points Life Cycle Cost Analysis Experience 15 points Sustainable Design and Net Zero Experience 15 points Diverse Business Inclusion Plan (written submittal) NOT scored Additional Considerations for Selection Diverse Business Inclusion Plan Requirements This submittal is a Phase 2 mandatory requirement. It is not scored, however, failure to submit will result in a firm being deemed non-responsive. Each top-ranked firm, including diverse businesses, will be required to submit DES’ Public Works Diverse Business Inclusion Plan form. A complete Diverse Business Inclusion Plan will be submitted to the DES Project Manager no later than one (1) full business day prior to the scheduled interview date and time. The Diverse Business Inclusion Plan must demonstrate in detail the specific strategies, approaches, and steps your firm will use in seeking to help meet or exceed the state’s aspirational diverse business participation goals. Achievement of the goals is encouraged. Aspirational Goals The Governor’s Office’s aspirational goals for diverse business inclusion are: 10% Minority Owned Business certified by the Washington State Office of Minority and Women Business Enterprises 6%, Women Owned Business certified by the Washington State Office of Minority and Women Business Enterprises RFQ for Large Project Page 7 of 8 5% Veteran Owned Business certified by the Washington State Department of Veterans Affairs 5% Washington Small Businesses self-identified in the Washington Electronic Business Solution https://www.des.wa.gov/services/contracting-purchasing/doing-business-state/webs-registration- search-tips (WEBS). Following final selection, the successful firm and its subconsultants must register and create an account with the DES Diversity Compliance program (B2Gnow). B2Gnow is designed to streamline and automate reporting requirements. Firms may contact the following resources to obtain information on certified and registered diverse business firms for the inclusion of potential diverse business subconsultants: • The Office of Minority and Women’s Business Enterprises: 866.208.1064 or 360.664.9750 or www.omwbe.wa.gov, • For small business information: Charles Wilson, Public Works Business Diversity Program Manager at the Washington State Department of Enterprise Services: 360.407.8455 or 360.999.7667 or charles.wilson@des.wa.gov • The Department of Veterans’ Affairs: 360.725.2169 or 360.725.2200 or www.dva.wa.gov Evaluation and Scoring Considerations In evaluating each of the criteria, the Selection Committee will identify significant and minor strengths and weaknesses from the submissions. The Selection Committee will then use the following guidelines to evaluate the submissions for each Selection Criterion, based on the weighting assigned in the RFQ and any addenda. After initial scoring, the selection team will come to a consensus ranking of the Firms. 1. Definition of “strength” and “weakness”: a. The term “strength” ultimately represents a benefit to the Project and is expected to increase the Firm’s ability to meet or exceed the Project Goals. A minor strength has a slight positive influence and a significant strength has a considerable positive influence on the Firm’s ability to exceed the Project Goals. b. The term “weakness” detracts from the Firm’s ability to meet the Project Goals and may result in inefficient or ineffective performance. A minor weakness has a slight negative influence and a significant weakness has a considerable negative influence on the Firm’s ability to exceed the Project Goals. 2. Scoring: a. Excellent (81-100 percent of points available): The Evaluative Criteria demonstrates an approach that is considered to exceed the Project Goals and the RFQ requirements and provide a consistently outstanding level of quality. To be considered Excellent, it must be determined to have significant strengths and/or a number of minor strengths and few or no appreciable weaknesses. b. Good (61-80 percent of available points): The Evaluative Criteria demonstrates an approach that is considered to meet the RFQ in a beneficial way (providing advantages, benefits, or added value to the Project) and offers quality. To be considered Good, it must be determined to have strengths and few, if any, significant weaknesses. Minor weaknesses are offset by strengths. https://www.des.wa.gov/services/contracting-purchasing/doing-business-state/webs-registration-search-tips https://www.des.wa.gov/services/contracting-purchasing/doing-business-state/webs-registration-search-tips http://www.omwbe.wa.gov/ mailto:charles.wilson@des.wa.gov http://www.dva.wa.gov/ RFQ for Large Project Page 8 of 8 c. Fair (41-60 percent of available points): The Evaluative Criteria demonstrates an approach that contains minor and/or significant weaknesses and limited appreciable strengths. d. Deficient (0-40 percent of available points): The Evaluative Criteria demonstrates an approach that contains significant weaknesses and no appreciable strengths. e. Non-Responsive: Does not meet the Minimum Qualifications required for evaluation. In addition, the Owner, at its sole discretion, may reject any Evaluative Criteria deemed non- responsive to any of the requirements. Other Information The successful most-highly qualified firm will be expected to enter upon DES’ standard Engineering and Architectural Services Agreement. Level of effort and relative fees will be negotiated following selection of the most-highly qualified firm. The state reserves the right to continue with the consultant selected or has the option to conduct a new consultant selection process for future services for this project beyond those services advertised above. The state also reserves the right to terminate negotiations with the successful most-highly qualified firm if mutual agreement is unachievable. The state may at its discretion enter into negotiations with the next highly qualified firm determined as a result of this selection process; or conduct a new selection process for the procurement of services necessary to complete this project. All firms responding to this solicitation are encouraged to register in Washington’s Electronic Business Solution Application (WEBS) at: https://fortress.wa.gov/ga/webs/ All Statements of Qualifications and submittals shall become property of the State of Washington and are subject to public disclosure, at the conclusion of the selection process, according to the provisions of RCW 42.56 Public Records Act. For more information concerning this notice, please contact Angeline Butros at 360.480.1071 or via email at: angeline.butros@des.wa.gov. For questions specific to the project, please contact the Project Manager, Rafael Urena, (360) 870-5623, rafael.urena@des.wa.gov. NO FAXED, OR E-MAILED COPIES WILL BE ACCEPTED. https://fortress.wa.gov/ga/webs/ mailto:angeline.ernst@des.wa.gov

DSHS Constituent Services Box 45131 Olympia, WA 98504-45131Location

Address: DSHS Constituent Services Box 45131 Olympia, WA 98504-45131

Country : United StatesState : Washington

You may also like

TANF Program Services to Youth & Families

Due: 16 May, 2024 (in 17 days)Agency: Lucas County

Department of State Hotel and Lodging Solicitation

Due: 10 May, 2024 (in 11 days)Agency: STATE, DEPARTMENT OF

The Rhode Island Department of Children, Youth and Families

Due: 28 May, 2024 (in 29 days)Agency: Utah division of arts and museums

Please Sign In to see more like these.

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