Van Wormer 200 Level Renovations

Agency: Ohio Facility Construction Commission
State: Ohio
Level of Government: State & Local
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD18725507915943858
Posted Date: Mar 25, 2024
Due Date: Apr 12, 2024
Solicitation No: UCN-24013A
Source: Members Only
Publish Date Due Date Project Number Owner Project Name Primary Service Estimated Project Cost Q&A Short List Notes
3/22/2024 4/12/2024 UCN-24013A University of Cincinnati Van Wormer 200 Level Renovations A/E $1,500,000 N/A TBD

Attachment Preview

Request for Qualifications (Architect / Engineer)
State of Ohio Standard Forms and Documents
Administration of Project: Local Higher Education
Project Name Van Wormer 200 Level Renovations
Project Location 2614 McMicken Circle
City / County Cincinnati / Hamilton
Owner
University of Cincinnati
Delivery Method General Contracting
No. of paper copies requested (stapled, not bound)
0
Response Deadline April 12,2024
2:00 PM local time
Project Number
UCN-24013A
Project Manager
Brian Phalen
Contracting Authority Local Higher Education
Prevailing Wages State
No. of electronic copies requested (PDF)
1
Submit the requested number of Statements of Qualifications (Form F110-330) directly to Brian Phalen at
brian.phalen@uc.edu. See Section J of this RFQ for additional submittal instructions.
Submit all questions regarding this RFQ in writing to Brian Phalen at brian.phalen@uc.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 relocation of the Office of the Provost (Leadership) to U. Pavilion 600 Level and associated relocations within Van
Wormer will result in the vacation of the 200 level of Van Wormer. This vacation of space allows for the 200 level to be
renovated for use as the Board of Trustees Meeting Room, Conference Room, and support staff offices within Van
Wormer Hall.
The board room will require design of a space for the President of the University and Board of Trustees to meet, a space
for the general public to assemble and observe / interact with the board, & areas for the support staff adjacent to the
board meeting space. The audio-visual system will need to accommodate both larger public meetings, and smaller board
meetings. Office space adjacent to the board room will have finishes upgraded and re-configured as needed.
The space is within a historic building, and design will need to be harmonious with age of the building and reflective of the
leading design standards of the university.
The 200 Level is approximately 3,300 ASF. Estimated square footage of renovation is approximately 1,500 sq. ft. (Board
of Trustees Meeting Room), and approximately 1,800 sq. ft. of office and conference furniture and finishes to match the
renovated spaces
GENERAL SCOPE OF WORK:
Suite 210 - Convert Office Suite to Board Room
1. Remove / salvage existing workstation and private office furniture for re-use
2. Selective demolition
3.Modify HVAC, diffusers, lighting, data, fire suppression, etc. as required
4.Ensure proper lighting distribution and illumination levels throughout
5. Refinish ceiling
6. Patch / paint entire suite
7.Install new carpet
8.Install new board room furniture, finishes, and AV / IT
Suite 220 - Board Room Break-out Conference Room
9.Refinish walls and ceiling
10.Patch / paint entire suite
11.Clean, patch, or replace flooring
12.Install new conference room furniture, finishes, and AV / IT as necessary
F110-02-2022-MAR
Publish Date: 03/22/2024
Page 1 of 5
Request for Qualifications (Architect / Engineer) continued
Suite 230 - Board of Trustees Support Staff Office Operations
13.Verify FF&E - reconfigure modular furniture as necessary
14.Patch / paint entire suite
15.Clean, patch or replace flooring
16.Necessary moves to occupy the space
A Program of Requirements has been developed by the University that includes the scope of work above and some
preliminary space plans. The POR will be shared with shortlisted firms prior to interviews.
B. Scope of Services
Upon award of the Agreement, the AE will commence by developing the Program of Requirements with input from the
University. The selected AE and Construction Manager will confirm the POR and project scopes as well as the opinion of
probable cost. The AE will review schematic options prepared by the University to confirm the most efficient path to
achieve the desired results as expeditiously as possible. The options provided will consider accelerated work versus
standard work and will assess the impact ongoing supply chain disruptions may have on the University’s desire to
expedite design and construction.
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 8 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 experience within historic structures.
2. Conference / board room or executive office design.
3. Experience with steam / chilled water HVAC systems, electrical switch gear, & sprinkler systems.
4. Experience producing Building Information Modeling. BIM model to represent architectural, structural,
mechanical, plumbing, electrical, and furniture components
5. Success as a Lead Design Firm with supporting A/E consultants.
6. Experience working with the University of Cincinnati.
7. State of Ohio Capital Project Experience
8. Experience with General Contracting delivery method as defined by the State of Ohio.
C. Estimated Budget / Funding
State Funding:
$0.00
Other Funding:
$1,500,000
Construction Cost: $1,000,000
Total Project Cost: $1,500,000
D. Anticipated Schedule
Professional Services Start:
Construction Notice to Proceed:
Substantial Completion of all Work:
Professional Services Completed:
05 / 24
01 / 25
01 / 26
04 / 26
E. Estimated Basic Fee Range (see note below)
9.0% to 10.5%
F. EDGE Participation Goal
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
F110-02-2022-MAR
Publish Date: 03/22/2024
Page 2 of 5
Request for Qualifications (Architect / Engineer) continued
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)
Lead A/E Discipline: Architecture
Secondary
Mechanical-Electrical-Plumbing Eng.
Disciplines:
H. Additional Service Providers Required
Audio-Visual Design
Acoustical Engineer
Environmental Graphics / Signage
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 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.
F110-02-2022-MAR
Publish Date: 03/22/2024
Page 3 of 5
Request for Qualifications (Architect / Engineer) continued
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.
Facsimile copies of the Statement of Qualifications will not be accepted.
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 20 MB. Provide a separate email notification without the attachment to the UC project
manager to verify receipt of the Statement of Qualifications.
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.
F110-02-2022-MAR
Publish Date: 03/22/2024
Page 4 of 5
Architect / Engineer Selection Rating Form
State of Ohio Standard Forms and Documents
Project Name Van Wormer 200 Level Renovations
Project Number UCN - 24013A
Proposer Firm
City, State, Zip
Selection Criteria
1. Primary Firm Location, Workload and Size (Maximum 10 points)
a. Proximity of firm to project site
b. Amount of fees awarded by Contracting Authority in
previous 24 months
c. Number of licensed professionals
Less than 50 miles
50 miles to 100 miles
More than 100 miles
Less than $1,000,000
$1,000,000 to $2,000,000
More than $2,000,000
Less than 4 professionals
4 to 10 professionals
More than 10 professionals
2. Primary Firm Qualifications (Maximum 30 points)
a. Project management lead
b. Project design lead
c. Technical staff
d. Construction administration staff
Experience / ability of project manager to
manage scope / budget / schedule / quality
Experience / creativity of project designer to
achieve owner’s vision and requirements
Experience / ability of technical staff to create
fully coordinated construction documents
Experience / ability of field representative to
identify and solve issues during construction
3. Key Consultant Qualifications (Maximum 20 points)
a. Key discipline leads
b. Proposed EDGE-certified Consultant participation*
Experience / ability of key consultants to
perform effectively and collaboratively
One point for every 2 percent increase in
professional services over the EDGE
participation goal
4. Overall Team Qualifications (Maximum 10 points)
a. Previous team collaboration
b. LEED** Registered / Certified project experience
c. BIM project experience
d. Team organization
Less than 3 sample projects
3 to 6 sample projects
More than 6 sample projects
Registered LEED v4.0 or v4.1 projects
Certified LEED v4.0 or v4.1 projects
Training and knowledge
Direct project experience
Clarity of responsibility / communication
demonstrated by table of organization
5. Overall Team Experience (Maximum 30 points)
a. Previous team performance
b. Experience with similar projects / delivery methods
c. Budget and schedule management
d. Knowledge of Ohio Capital Improvements process
Past performance as indicated by
evaluations and letters of reference
Less than 4 projects
4 to 7 projects
More than 7 projects
Performance in completing projects within
original construction budget and schedule
Less than 4 projects
4 to 7 projects
More than 7 projects
Value
Score
5
2
0
2
1
0
1
2
3
Max
=3
0 - 10
0 - 10
0-5
0-5
Max
= 20
0 - 15
0-5
1
2
3
Max
=3
1
Max
2
=2
1
Max
3
=3
0-2
0 - 10
0-3
4-6
7 - 10
0-5
0-1
2-3
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.
Notes:
Evaluator:
Name
Subtotal
Signature
Date
F110-02-2022-MAR
Publish Date: 03/22/2024
Page 5 of 5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >