23-24 Mechanical Systems Improvements

expired opportunity(Expired)
From: Ohio Facilities Construction Commission(State)
New UTO1130-23-300

Basic Details

started - 27 Sep, 2022 (19 months ago)

Start Date

27 Sep, 2022 (19 months ago)
due - 18 Oct, 2022 (18 months ago)

Due Date

18 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
New UTO1130-23-300

Identifier

New UTO1130-23-300
University of Toledo

Customer / Agency

University of Toledo
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: 9/27/22 Page 1 of 4 Administration of Project: Local Higher Education Project Name 23-24 Mechanical Systems Improvements Response Deadline October 18, 2022 2:00 pm local time Project Location Multiple Buildings/Multiple Campuses Project Number UTO1130-23-300 City / County Toledo / Lucas Project Manager Bob Huntsman, Mike Nowicki Owner University of Toledo Contracting Authority Local Higher Education Delivery Method General Contracting Prevailing Wages State No. of paper copies requested (stapled, not bound) 2 No. of electronic copies requested (PDF) 2 Submit the requested number of Statements of Qualifications (Form F110-330) directly to Bob Waddle at Robert.Waddle@Utoledo.edu. Hard copies/Flash Drives: Atten: Bob Waddle, Project UTO 1130-23-300. Mail/Carrier address: Facilities and Construction, The
University of Toledo, Room 1020, MS 216, 2801 Bancroft Street, Toledo, OH 43606-3390. See Section J of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Bob Waddle at robert.waddle@utoledo.edu 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 University of Toledo (UToledo) is soliciting qualifications for professional services for improvements to the mechanical system in multiple buildings on several campuses. The project will involve the replacement of air handlers, exhaust fans and unitary equipment. Air dampers and controls will be replaced as needed. Steam station regulators and their associated piping will be re-engineered/replaced to ensure reliability and reduce steam blow-by. Isolation valves will be replaced/added to heating water loop systems. The project is expected to include improvements to the mechanical system in the following buildings: Bowman-Oddy (178,710 GSF, constructed in 1966), Wolfe Hall (188,501 GSF, constructed in 1997), President’s Hall (228,290 GSF, constructed in 2002), Lake Erie Center (34,045 GSF, built in 1997) on UToledo’s Main Campus and Mulford Library (137,930 GSF, constructed in 1973), Health Education Building (259,000 GSF; constructed in 1973), Health Science Building (169,000 GSF; constructed in 1970) on UToledo’s Health Science Campus. This project is a continuation of what is expected to be a multi-year, multi-phase project to improve building mechanical systems at UToledo. Funding for this phase is included in the State Capital Bill for FY23-FY24. It is hoped that funding for future phases will be provided by future State Capital Bills. In addition to funding from State Capital Bills, other sources of funding for the multi-phase project might include “local” institutional funds. The intention of this RFQ is to allow the University to select a consultant for this phase and continue to work with the same consultant in future phases. B. Scope of Services 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. This project does not have a POR. The University has a prioritized list of systems/components that are to be replaced/upgraded. This list will be shared with the selected consultant. There will be a mandatory pre-interview meeting for the short-listed firms, if interviews are required. The University intends to contract directly with specialty contractor(s) to abate any asbestos-containing materials, including asbestos insulation at steam stations. The selected consultant will need to structure the Construction Documents to ensure that the work of the abatement contractor(s) and the renovation contractors is fully coordinated. mailto:robert.waddle@utoledo.edu http://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 9/27/22 Page 2 of 4 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 6 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. Design of upgrades to building mechanical systems, including air handlers, exhaust fans, unitary equipment, steam station regulators, and heating water loop systems. 2. Upgrades to mechanical systems within occupied buildings, maintaining all areas of operation. 3. Previous experience managing multi-building renovation projects with tight design and construction schedules. 4. Previous experience working with identified sub-consultants. 5. Previous experience working with UToledo. 6. Previous experience working with the State of Ohio. C. Estimated Budget / Funding D. Anticipated Schedule State Funding: $1,500,000.00 Professional Services Start: 12 / 22 Other Funding: $500,000.00 Construction Notice to Proceed: 06 / 23 Construction Cost: $1,650,000.00 Substantial Completion of all Work: 06 / 24 Total Project Cost: $2,000,000.00 Professional Services Completed: 08 / 24 E. Estimated Basic Fee Range (see note below) F. EDGE Participation Goal 6.75% to 7.5% Percent of initial Total A/E Fee: 15.0% 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 Secondary Disciplines: HVAC Engineering Electrical Engineering Mechanical Engineering 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. https://ofcc.ohio.gov/ Request for Qualifications (Architect / Engineer) continued F110-02-2022-MAR Publish Date: 9/27/22 Page 3 of 4 • 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 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. 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 Thumb Drive/Flash Drive/USB 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 may 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/ https://ofcc.ohio.gov/ Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents F110-02-2022-MAR Publish Date: 9/27/22 Page 4 of 4 Project Name 23-24 Mechanical System Improvements Proposer Firm Project Number UTO 1130-23-300 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 $200,000 2 $200,000 to $500,000 1 More than $500,000 0 c. Number of licensed professionals Less than 5 professionals 1 Max = 3 5 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 - 0 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 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 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 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

49-24 Parking Lot Improvements for Drew, Kiroli, and Robinson Elementary Schools

Due: 07 May, 2024 (in 11 days)Agency: Ouachita Parish School Board

49-24 Parking Lot Improvements for Drew, Kiroli, and Robinson Elementary Schools

Due: 07 May, 2024 (in 11 days)Agency: Ouachita Parish Schools

Please Sign In to see more like these.

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