East Tower - Tower 8 Renovation
Bidders ID: | NBD18725186341544928 |
---|---|
Due Date: | Jan 14, 2025 |
Posted Date: | Jan 9, 2025 |
Level of Government: | State & Local |
State: | Ohio |
Agency: | Ohio Facility Construction Commission |
Category: |
|
Solicitation Number: | OSU-250193 |
Source: | Members Only |
Publish Date | Due Date | Project Number | Owner | Project Name | Primary Service | Estimated Project Cost | Q&A | Short List | Notes |
12/13/2024 | 1/14/2025 | OSU-250193 | The Ohio State University | East Tower - Tower 8 Renovation | A/E | $3,800,000 | Q&A | TBD |
Attachment Preview
Request for Qualifications (Registered Design Professional*)
State of Ohio Standard Forms and Documents
Administration of Project: Local Higher Education
Project Name East Tower - Tower 8 Renovation
Project Location East Hospital - Tower (0397)
City / County Columbus / Franklin
Owner
The Ohio State University
Delivery Method Construction Manager at Risk
No. of paper copies requested (stapled, not bound)
0
Response Deadline 01/14/2025
2:00 PM local time
Project Number
OSU-250193
Project Manager
Clay Jackson
Contracting Authority Local Higher Education
Prevailing Wages State
No. of electronic copies requested (PDF)
1
* “Registered Design Professional includes any architect holding a certificate issued under section 4703.10 of the Revised
Code, any landscape architect holding a certificate issued under section 4703.36 of the Revised Code, or any engineer
holding a certificate issued under section 4733.14 of the Revised Code.” (Ohio Building Code section 4101:1-2-01 Definitions)
Submit the Statements of Qualifications (Form F110-330) via email to East_Tower_-
_Tower_8_Renovation.01_Selection@docs.e-builder.net. 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 Clay Jackson at jackson.2754@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 https://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 project will refresh the entire OSU East Tower 8th floor located at the Ohio State University East Hospital at 181
Taylor Avenue, Columbus, Ohio 43203.
This project scope will provide a refresh of the existing space including replacing flooring, removing wallpaper/paneling,
paint and patch of existing walls, install new wall protection, upgrading lights to LEDs, new ceiling grid, and providing new
countertops and casework for nurse’s station as well as select bathroom finish updates.
2,800 Sq. Ft. – Hallways
3,700 Sq. Ft. – Patient Rooms
400 Sq. Ft. – Patient Bathrooms
125 Sq. Ft. – Shower Room
350 Sq. Ft. – Nurse Station
150 Sq. Ft. – Clean Utility
150 Sq. Ft. – Office
150 Sq. Ft. – Breakroom
125 Sq. Ft. – Equipment Storage
100 Sq. Ft. – Med Storage
150 Sq. Ft. – Supply Room
F110-02-2024-OCT
Publish Date: 12/13/24
Page 1 of 6
Request for Qualifications (Registered Design Professional) continued
B. Scope of Services
The project and construction budget as listed in this RFQ is estimated.
Upon award of the Agreement, validate the POR prior to commencing design.
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.
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.
The selected A/E will be required to sign the standard agreement. No modifications to the requirements in the agreement
will be accepted.
F110-02-2024-NOV
Publish Date: 12/13/24
Page 2 of 6
Request for Qualifications (Registered Design Professional) continued
During the construction period, provide not less than 2 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 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.
Please list all major scope services needed to complete the selection process for successful project delivery. The specific
scope of services must state particular building types, functional design or specialized professional services required to
evaluate the level of experience of each applicant firm (e.g., parking garage, kitchen design, correctional facility, medical
facility). The scope of services should also define the types of basic and additional professional design and administration
services necessary for the project (e.g. University Sustainability Standards, as applicable, previous experience with local
jurisdiction or similar sites, previous experience working with the State of Ohio, Building Information Modeling (“BIM”)
experience and training, specific BIM and Owner-defined requirements, level of development to be achieved within BIM
models, BIM deliverables, and Owner’s intended use of BIM models after construction). This information will be used by
each applicant to populate the Relevant Project Experience Matrix in Section F of Form F110-330.
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. Experience in an active hospital
2. Experience in buildings older than 35 years old
3. Experience in Ohio State University Medical Center buildings
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:
$3,800,000.00
Construction Cost: $2,553,760.75
Total Project Cost: $3,800,000.00
D. Anticipated Schedule
Professional Services Start:
Construction Notice to Proceed:
Substantial Completion of all Work:
Professional Services Completed:
03 /25
06 / 25
12 / 25
04 / 26
E. Estimated Basic Fee Range (see note below)
7.5% to 8.0%
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.
F110-02-2024-NOV
Publish Date: 12/13/24
Page 3 of 6
Request for Qualifications (Registered Design Professional) continued
G. Basic Service Providers Required (see note below)
Lead A/E Discipline: Architect
Secondary
MEP Engineer
H. Additional Service Providers Required
Hazardous Material Assessment and Design
NOTE: The lead A/E shall be (1) any architect holding a certificate issued under section 4703.10 of the Revised Code, (2) any landscape
architect holding a certificate issued under section 4703.36 of the Revised Code, or (3) any engineer holding a certificate issued under section
4733.14 of the Revised Code.
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
• 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 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 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.
F110-02-2024-NOV
Publish Date: 12/13/24
Page 4 of 6
Request for Qualifications (Registered Design Professional) continued
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.
F110-02-2024-NOV
Publish Date: 12/13/24
Page 5 of 6
You are viewing the opportunity summary page, which includes a brief overview and a preview of the attached documents.
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.
TRY FOR FREE
Not a GovernmentBidders Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.