Domestic Water, Sanitary & Storm Deferred Maint. FY24

Agency: Ohio Facility Construction Commission
State: Ohio
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD18725549606177214
Posted Date: Dec 29, 2023
Due Date: Jan 23, 2024
Solicitation No: OSU-240113
Source: Members Only
Publish Date Due Date Project Number Owner Project Name Primary Service Estimated Project Cost Q&A Short List Notes
12/29/2023 1/23/2024 OSU-240113 The Ohio State University Domestic Water, Sanitary & Storm Deferred Maint. FY24 A/E Varies N/A TBD

Attachment Preview

Request for Qualifications (Architect / Engineer)
State of Ohio Standard Forms and Documents
Administration of Project: Local Higher Education
Domestic Water, Sanitary & Storm
Project Name Deferred Maint. FY24
Project Location **Site-see project information
City / County Columbus / Franklin
Owner
The Ohio State University
Delivery Method General Contracting
No. of paper copies requested (stapled, not bound) 0
Response Deadline 01/23/2023
2:00 PM local time
Project Number
OSU-240113
Project Manager
Donovan Kitchen
Contracting Authority Local Higher Education
Prevailing Wages State
No. of electronic copies requested (PDF)
1
Submit the Statements of Qualifications (Form F110-330) via email to 330Submittals@osu.edu. In the subject line, include the
project number and name for RFQ you are responding to. See Section J of this RFQ for additional submittal instructions.
Submit all questions regarding this RFQ in writing to Donovan Kitchen at kitchen.151@osu.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 Bids & RFQs 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
This project will address deferred maintenance for domestic water, sanitary and storm utility lines on the Columbus
Campus. The selected AE will assist in reviewing a list of proposed repairs/improvements to campus water, sanitary and
storm utilities to assist in determining best usage of project resources, then provide design services appropriate for project
scope(s). Possible projects will be in a variety of locations/conditions throughout the Columbus Campus. Possible
assessments of existing water/sanitary/storm utilities within tunnels/confined spaces.
Examples of work may include:
- Relocating Domestic Water servicing buildings from tunnels to direct buried
- Replacing Sanitary Lines servicing academic/residence buildings
- Replacing Storm Lines between buildings/under parking lots
- Evaluating storm drainage systems for environmental restoration
Construction schedule determined by complexity of selected work and available funding. Full scope and description of
work are subject to change.
B. Scope of Services
The project and construction budget as listed in this RFQ is estimated and dependent on FY25 funds (millions). The
project has been approved for design services and limited construction services only. This request is for
Architect/Engineer (A/E) to provide design and project management to establish the schematic design concept and begin
design development. The university may amend the A/E contract upon approval for construction documents, bidding,
construction contract administration and post-construction 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.
The project shall follow the applicable University Sustainability Standards: https://fod.osu.edu/sites/default/files/div_18.pdf.
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 Growth, Diversity & Equity
(EDGE) Program as required by statute and the Agreement. Required Professional Liability Insurance will be per Exhibit A
– A/E Terms and Conditions Article 7.2.6.
F110-02-2022-MAR
Publish Date: 12/29/23
Page 1 of 6
Request for Qualifications (Architect / Engineer) continued
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 Architect and Engineer Agreements.
The selected A/E will be required to sign the standard agreement. No modifications to the requirements in the agreement
will be accepted.
During the construction period, provide not less than 10 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.
The project team (Owner / A/E / Contractor) will be required to utilize e-Builder, the University’s Project Management
System, for all compatible services required by the University.
The Ohio State University is dedicated to providing a safe and healthy environment for students, patients, staff, visitors,
and contractors. While not exclusive, guidelines governing safety expectations for construction/ renovation projects within
Ohio State buildings are set forth in the Building Design Standards Appendix V and are summarized here:
https://fod.osu.edu/resources, under the section titled “Construction Site Safety Requirements.”
Closeout Services: The closeout for this project is required to be delivered in an electronic cloud-based format using the
e-Builder Project Management System and adhere to The Ohio State University Project Closeout Standards. The Ohio
State University Project Closeout Standards can be accessed via the OSU FOD vender resource website
(https://fod.osu.edu/resources) under Post Construction / Close Out.
The A/E will comply with applicable OSU Wexner Medical Center policies, including the Identification Badge Policy,
which incorporates the Non-discretionary Vaccination Policy/Employee Health Infection Control and Background Check
Policies, as identified at https://wexnermedical.osu.edu/utility/footer/vendor-interaction. The A/E is responsible for all
costs incurred related to compliance with these policies.
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. Utility infrastructure replacement work on a college campus
2. Stream restoration experience
3. Experience evaluating utilities within tunnels
For the purpose of the selection of 10 Relevant Projects in Section F of the Statement of Qualification (Form F110-330),
projects must be designed by the Lead Firm.
C. Estimated Budget / Funding
State Funding:
$ 0.00
Other Funding:
$ (TBD)
Construction Cost: $ +/- 3,000,000.00
Total Project Cost: $ 400,000.00 (Design Only)
D. Anticipated Schedule
Professional Services Start:
Construction Notice to Proceed:
Substantial Completion of all Work:
Professional Services Completed:
02/ 24
TBD
TBD
TBD
E. Estimated Basic Fee Range (see note below)
7.0% - 9.0%
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
project. The Estimated Basic Fee Range is calculated as a percentage of the Estimated Budget for Construction Cost above. The Basic
Fee excludes any Additional Services required for the project.
F110-02-2022-MAR
Publish Date: 12/29/23
Page 2 of 6
Request for Qualifications (Architect / Engineer) continued
G. Basic Service Providers Required (see note below)
Lead A/E Discipline: Utility Infrastructure Design
Secondary
Disciplines:
Civil Engineering
Stream Restoration
Mechanical Engineering (i.e. Building
Connections)
H. Additional Service Providers Required
Surveying
Hazardous Materials Surveying
Geotechnical Engineering
Utility Line Investigators (Line Camera Services)
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.
Demonstrated ability to meet Owner’s Sustainability Standards: https://fod.osu.edu/sites/default/files/div_18.pdf.
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.
Design quality and demonstrated ability of prospective firm and its proposed consultants to provide design
services which represent the University’s Design Guidelines for Buildings and Landscape buildings-
landscape.pdf
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 Procurement Forms. 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: 12/29/23
Page 3 of 6
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 Procurement Forms.
Electronic submittals should be combined into one PDF file saved with the form name, project number listed on the RFQ
and your firm’s name (ex. F110-330_OSU-nnnnnn_Firm 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.
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.
F110-02-2022-MAR
Publish Date: 12/29/23
Page 4 of 6
Architect / Engineer Selection Rating Form
State of Ohio Standard Forms and Documents
Domestic Water, Sanitary & Storm Deferred Maint.
Project Name FY24
Project Number OSU-240113
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 $200,000
$200,000 to $1,000,000
More than $1,000,000
Less than 2 professionals
2 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. OSU Sustainability Standards or LEED** project
experience
c. BIM project experience
d. Team organization
Less than 2 sample projects
2 to 4 sample projects
More than 4 sample projects
LEED v4.0 or v4.1 projects
OSU Sustainability Standards 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 3 projects
3 to 6 projects
More than 6 projects
Performance in completing projects within
original construction budget and schedule
Less than 3 projects
3 to 6 projects
More than 6 projects
Value
Score
5
2
0
2
1
0
0
3
3
Max
=3
0 - 10
0-4
0-8
0-8
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 firm(s) and NOT the lead firm – For more
information on scoring this and other criteria refer to the OFCC website under Procurement Forms.
** Leadership in Energy & Environmental Design administered by Green Building Certification Inc.
Notes:
Evaluator:
Name
Subtotal
F110-02-2022-MAR
Signature
Publish Date: 12/29/23
Date
Page 5 of 6
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 >