ohio register - ofccofcc.ohio.gov/portals/0/documents/opportunities/ohioreg/...ohio register general...

88
John R. Kasich / Governor State of Ohio David Williamson / Executive Director Ohio Facilities Construction Commission Ohio Register Information of Interest for the Architectural, Engineering and Construction Industry Issue Number 279 November 2016 Response Deadline: Varies by project Lindsay Deering / Editor Ohio Facilities Construction Commission 30 West Spring Street, 4 th Floor Columbus, OH 43215 Phone 614.752.0448 [email protected] OFCC website: http://ofcc.ohio.gov An Equal Opportunity Employer

Upload: others

Post on 25-Apr-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

John R. Kasich / Governor State of Ohio David Williamson / Executive Director Ohio Facilities Construction Commission

Ohio Register Information of Interest for the Architectural, Engineering and Construction Industry Issue Number 279 November 2016 Response Deadline: Varies by project Lindsay Deering / Editor Ohio Facilities Construction Commission 30 West Spring Street, 4th Floor Columbus, OH 43215 Phone 614.752.0448 [email protected]

OFCC website: http://ofcc.ohio.gov An Equal Opportunity Employer

Ohio Register General Information and Requirements State of Ohio Standard Forms and Documents

M110-97v0113 Page 1 of 1

General Requirements for Submittals of the Statement of Qualifications Firms are required to submit the current State of Ohio version of Statement of Qualifications (Form F110-330) available via the Ohio Facilities Construction Commission (OFCC) website at http://ofcc.ohio.gov. The Federal version of the SF330 form will not be accepted. Cover letters and transmittals are not necessary. Please place the appropriate project number in the space provided on the form. Due to limited storage space, we request that paper copies, if requested, be stapled and please refrain from submitting three-ring binders, spiral binders and booklets. OFCC requests that supplemental material not be submitted with the Statement of Qualifications. The use of a computerized or typed Statement of Qualifications form is preferred. 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 Professional or similar software for creating a PDF rather than using a scanner. If possible, please reduce the file size of the PDF. In Adobe Acrobat Professional, go to Advanced, then PDF Optimizer. Also, please label the CD and the CD cover with the project number and firm name. Facsimile or e-mailed copies of the Statement of Qualifications will not be accepted. Reminders OFCC no longer requires an annual submittal of Part II of the Statement of Qualifications form for professional design services. However, professional design firms and construction managers responding to a request for qualifications for State of Ohio projects must submit Part II of the Statement of Qualifications (Form F110-330) for each firm on its team. Form F110-330 (Statement of Qualifications) officially replaced both the ADM-0255 and ADM-0254 forms on March 1, 2008. The ADM-0255 and ADM-0254 forms are no longer accepted. ORC 9.24 – Auditor of State Unresolved Findings for Recovery Effective June 1, 2004, Ohio Revised Code (ORC) 9.24 prohibits the State of Ohio from awarding a contract to any individual or organization against whom the Auditor of State has issued a findings for recovery if the findings for recovery is unresolved at the time of award of contract. EDGE Participation Required on State Design and Construction Projects The Encouraging Diversity, Growth and Equity (EDGE) program became law July 1, 2003, when Section 123.152 of the Ohio Revised Code was enacted. The program creates a business development program for economically and socially disadvantaged Ohio businesses. The EDGE business participation goal is usually 5 percent. Proposers for professional services agreements as well as Bidders on construction contracts must demonstrate actual participation in the EDGE program, or provide a demonstration of their good faith efforts (with a letter requesting a waiver of the advertised EDGE participation goal on its letterhead and supporting evidence) to participate in the EDGE program, or both, as indicated in the Ohio Revised Code (123.152) and the Ohio Administrative Code (123:2-16-09). 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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. For all Statements of Qualifications, please identify the EDGE-certified Business Enterprises by the name that will participate in the delivery of the proposed professional services solicited in the RFQ. To learn more about the qualifications for EDGE certification, the process to become an EDGE-certified business, and to find existing EDGE-certified businesses, go to http://EDGE.ohio.gov. Ohio Ethics Law Provision All professionals that submit or intend to submit proposals for consideration of a contract for professional design services with the state of Ohio are reminded that, as applicable, no sole proprietor, partner, shareholder or other principal of the Architect/Engineer or the spouse of such principal has made, as an individual, at any time within the two previous calendar years, one or more contributions totaling in excess of $1,000.00 to the Governor or to the Governor’s campaign committee, consistent with Section 3517.13 of the Ohio Revised Code.

Qualifications-based Selection (QBS) Requests for Qualifications

Publish Date

Due Date

Project Number

Owner Project Name Primary Service

Estimated Project

Cost

Q&A Short List (Selection Starred)

Notes

11/23/2016 1/3/2017 SSUL17-

001

Shawnee State University

Athletic Complex (Rhodes Center)/Recreation, Student Health & Wellness

A/E $7,150,000 Q&A TBD

11/22/2016

12/20/2016

OHU-170007

Ohio University

Shively Dining Hall Renovation A/E $5,000,000 N/A TBD

11/30/2016

12/16/2016

OSU-PREQUAL

Ohio State University

General Qualifications for Prequalification List of Professional Services - 330, Part II

A/E Project costs and scopes will vary

11/21/2016

12/12/2016

DNR-160063

Ohio Department of Natural Resources

Six Mile Dam Decommissioning A/E $1,800,000 Q&A TBD

11/23/2016 12/9/2016 SFC-

170407

West Clermont Local School District

West Clermont LSD Segment 1 C-A/E, A/E $46,888,256 Q&A TBD

11/30/2016 12/9/2016 UTO-

170166

University of Toledo

Building Envelope/Weatherproofing A/E $1,750,000 Q&A TBD Repost

11/21/2016 12/8/2016 OSU-

160380

Ohio State University

Wexner Medical Center - 72-Bed Build Out

Scheduling Consultant $60,000,000 N/A TBD

11/4/2016 12/1/2016 OTC01-AE-20172019

Owens Community College

Architect and Engineer Consultant List - 2017-2019

A/E N/A TBD Costs vary by project.

11/7/2016 11/30/2016

DRC-17F009

Ohio Department of Rehabilitation and Correction

LoCI-MaCI General Construction A/E $11,471,250 Q&A TBD

10/21/2016 11/29/2016

UCN-17076A

University of Cincinnati

Calhoun Residence Hall Renovation A/E $45,000,000 N/A TBD

11/10/2016 11/28/2016

OSU-160770

Ohio State University

Vet Hospital - Simulation Lab A/E $7,500,000 N/A TBD

10/28/2016 11/22/2016

MUN-100071

Miami University

Admission Visitor Center Campus Landscape Improvements

A/E $2,500,000 N/A TBD

11/1/2016 11/21/2016

SFC-170408

Celina City School District and TriStar

TriStar 2.0 STEM Career Compact School

A/E $25,631,852 Q&A

Fanning Howey Garmann Miller McGill Smith Punshon

Project cost includes LFI

11/2/2016 11/17/2016

OSU-160911

Ohio State University

CFAES Lab and Office Renovations A/E $2,800,000 N/A TBD

10/14/2016 11/4/2016 UTO-170180

University of Toledo

Parks Tower Renovation A/E $10,000,000 Q&A

*Champlin Haupt Architects Domokur Architects Schooley Caldwell Associates

Selection: Champlin Haupt Architects

9/23/2016 10/27/2016

UCN-16164A

University of Cincinnati

UC Libraries Master Plan Study Planning $150,000 Q&A

Perkins + Will RATIO Architects of Ohio Sasaki Associates

10/7/2016 10/25/2016

OSU-160380

Ohio State University

Wexner Medical Center - 72-Bed Build Out

CxA $58,496,460 N/A TBD

9/26/2016 10/21/2016

DNR-170014

Ohio Department of Natural Resources

Statewide Environmental Technical Assistance FY17-18

A/E Q&A TBD Project costs vary

9/23/2016 10/18/2016

UCN-16094B

University of Cincinnati

Alumni Center (New Building) A/E $30,000,000 Q&A

Ann Beha Architects Ikon.5 architects *John Ronan Architects Ross Barney Architects Smith-Miller+Hawkinson Architects

Selection: John Ronan Architects

9/26/2016 10/17/2016

OSU-160976

Ohio State University

Elevator Repairs and Replacements Phase 2

A/E $4,015,000 N/A TBD

9/21/2016 10/14/2016

JTC-160003

Eastern Gateway Community College

EGCC Student Success Center A/E $1,820,000 N/A TBD

9/26/2016 10/11/2016

OSU-160892

Ohio State University

Marion-Morrill Hall 3rd Floor Renovation

A/E $1,850,000 N/A TBD

9/16/2016 10/7/2016 DAS-170001 (RVSD)

Ohio Department of Administrative Services

Rhodes Tower Building Envelope Renovation

A/E $19,250,000 Q&A

Davis Wince, Ltd. *Schooley Caldwell Associates Wiss, Janney, Elstner Associates

Selection: Schooley Caldwell Associates Typo on score sheet corrected 9/21/16

9/22/2016 10/7/2016 DRC-17F013

Ohio Department of Rehabilitation and Correction

LORCI SEG Plumbing Renovation

A/E $2,260,000 Q&A

DLZ Ohio, Inc. K2M Design, Inc. STAR Consultants, Inc.

Selection: K2M Design, Inc.

9/12/2016 10/3/2016 SFC-160404

Anna Local Schools

Anna Local Schools A/E $18,684,775 Q&A

Fanning Howey Associates VSWC Architects *BSHM Architects

Selection: BSHM Architects Cost does not include LFI

9/14/2016 10/3/2016 OHU-170006

Ohio University Perkins Hall Electric and Fire Alarm Upgrades

A/E $800,000 N/A TBD TBD

9/6/2016 9/29/2016 OSU-160807

Ohio State University

Postle Partial Replacement - Design Architect

A/E $95,000,000 Q&A TBD

Pre-Scope Meeting Due date changed to 9/29/16 (9/19/16) RFQ updates in yellow (9/14/16)

9/7/2016 9/28/2016 OSU-160936

Ohio State University

Mansfield - Conard 2nd Floor Renovation

A/E $2,000,000 N/A TBD

9/2/2016 9/27/2016 SFC-170406

Lancaster City School District

Lancaster City School District - CFAP Segment #1 (2 New JrHS's)

A/E $46,917,134 Q&A

*Schorr Architects BSHM Architects VSWC Architects

Selection: Schorr Architects

9/6/2016 9/26/2016 OSU-160589-MEP

Ohio State University

Morehouse - Chiller and Electrical Distribution - MEP Engineering

MEP Engineering $8,000,000 Q&A TBD

9/8/2016 9/26/2016 OSU-160920

Ohio State University

Franklin County Extension Office A/E $5,300,000 N/A TBD

9/6/2016 9/23/2016 OSU-160973

Ohio State University

Advanced Materials Corridor - Phase 1

A/E $59,100,000 N/A TBD

9/6/2016 9/23/2016 OSU-160807-MEP

Ohio State University

Postle Partial Replacement - MEP Engineering

MEP Engineering $95,000,000 Q&A TBD Pre-Scope

Meeting RFQ updates

in yellow (9/14/16)

9/6/2016 9/22/2016 OSU-170011

Ohio State University

Optometry Clinic Entrance A/E $6,480,000 N/A TBD

Best Value Selection (BVS) Requests for Qualifications

Publish

Date

Due Date

Project Number

Owner Project Name Primary Service

Estimated Project Cost

Q&A Misc

Short List (Selection Starred)

Notes

12/16/2016 1/20/2017 NEW SFC-170411

Dover City Schools

Dover CSD New 9-12 High School CMR $37,598,068 N/A TBD Cost does not

include LFI

11/21/2016 1/5/2017 OSU-160973

Ohio State University

Advanced Materials Corridor - Phase 1

CMR $59,100,000 N/A TBD

12/14/2016 1/5/2017 SFC-170407

West Clermont Local School District

West Clermont LSD Segment 1 DB $36,407,742 N/A TBD

12/14/2016 1/5/2017 OSU-160974

Ohio State University

Building Envelope Renovation DB $3,259,000 N/A TBD

12/1/2016 12/15/2016 OSU-170069

Ohio State University

Lincoln - 10th Floor Office Renovation Phase 2

DB $396,000 N/A TBD

11/15/2016 12/14/2016 SFC-170408

Celina City School District and TriStar

TriStar 2.0 STEM Career Compact School

CMR $25,631,852 Q&A TBD

11/10/2016 12/12/2016 DRC-17F009

Ohio Department of Rehabilitation and Correction

LoCI-MaCI General Construction

CMR $11,471,250 N/A TBD

11/3/2016 12/8/2016 UCN-14047B

University of Cincinnati

Corbett Center Theater Improvements

DB $3,000,000 N/A TBD

11/15/2016 12/5/2016 DNR-170071

Ohio Department of Natural Resources

Statewide Campground Renovations FY17-18

DB $14,272,000 Q&A TBD Score sheet updated 11/18/2016

10/6/2016 11/3/2016 MUN-100070

Miami University

Maplestreet Station Dining Modifications

DB $1,400,000 Q&A TBD

9/19/2016 11/1/2016 SFC-170406

Lancaster City School District

Lancaster City School District - CFAP Segment #1 (2 New Jr. High Schools)

CMR $46,917,134 N/A

Summit Construction Ruscilli Construction Robertson Construction Services

10/3/2016 11/1/2016 CTI-170001

Columbus State Community College

School of Hospitality Management and Culinary Arts

CMR $30,000,000 N/A

Corna Kokosing Gilbane Building Messer Construction Smoot Construction

Project cost to range from $25-30 million

10/7/2016 10/31/2016 DNR-170070

Ohio Department of Natural Resources

Statewide Cabin Renovations FY17-18

DB $5,789,956 N/A

2K General Co Megen Construction Co. Robertson Construction

9/28/2016 10/27/2016 SFC-160404

Anna Local School District

Anna Local Schools CMR $18,684,775 Q&A

Peterson Construction Shook Touchstone

Robertson Construction

10/12/2016 10/21/2016 BGU-166241

Bowling Green State University

Moore Musical Arts Center Ductwork Replacement

DB $3,051,000 Q&A

*IPS Holdings Group Infinity Construction Co.

Selection: IPS Holdings Group Download the Moore Musical Arts Center Duct System Study

9/30/2016 10/20/2016 MUN-100069

Miami University

MacCracken & Richard Renovation

DB $58,000,000 N/A TBD

9/6/2016 10/17/2016 OSU-160589

Ohio State University

Morehouse - Chiller and Electrical Distribution

CMR $8,000,000 Q&A TBD

9/26/2016 10/13/2016 DNR-150031

Ohio Department of Natural Resources

Cadiz Mine Training Facility - Phase 2

DB $3,300,000 Q&A

Summit Construction R.W. Setterlin Building 2K General Co.

Information on Submittal Instructions added 09/27/16

9/15/2016 10/7/2016 OSU-150703

Ohio State University

UH East Courtyard Retaining Wall

DB $587,224 N/A TBD TBD

9/2/2016 10/6/2016 BGU-166235

Bowling Green State University

East Campus/Centrex Electrical Load Center Elimination

CMR $9,424,200 N/A

*IPS Holdings Group The Lathrop Company Whiting-Turner Contracting Co.

Selection: IPS Holdings Group Information on Submittal Exchange added 9/13/16

9/6/2016 10/6/2016 OSU-160807

Ohio State University

Postle Partial Replacement CMR $95,000,000 Q&A TBD

Pre-Scope Meeting Pre-proposal meeting time

added as 3:00 PM 9/14/16, RFQ update made 9/14/16

8/30/2016 10/3/2016 SFC-150383.01

Akron Public Schools Akron Ellet HS CMR $58,453,047 Q&A

CT Taylor Company Summit Construction *Hammond Construction

Selection: Hammond Construction Project cost does not include demo and abatement

9/19/2016 10/3/2016 OHU-170008

Ohio University

Back South Demolition - Phase II

DB $3,000,000 Q&A TBD

Mailing address added to RFQ on 09/29/16

8/29/2016 9/30/2016 DNR-130036

Ohio Department of Natural Resources

Portage Lakes East Reservoir Dam Rehabilitation

CMR $33,000,000 Q&A

Beaver Excavating Kokosing Industrial The Ruhlin Company C.J. Mahan Construction

RFQ updated 08/31/2016

8/30/2016 9/15/2016 OSU-160277

Ohio State University

300 W 10th 7th FL Reno DB $3,280,000 N/A TBD

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 1, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: School District Board + OFCC

Project Name TriStar 2.0 STEM Career Compact School Response Deadline 11/21/2016 10:00 am local time Project Location Celina, OH Project Number SFC-170408 City / County Celina / Mercer Project Manager Anne Frost Owner Celina City School District and TriStar Contracting Authority School District Board + OFCC Delivery Method CM at Risk Prevailing Wages None No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Jill Hoobler at [email protected]. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Jill Hoobler at [email protected] 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 Tri Star 2.0 is a career center that supports 11th and 12th grade students from nine surrounding school districts. Tri Star is not a school district. It has an advisory board member from each supporting district, but they do not constitute a typical ‘school board’ that must comply with ORC rules for school boards. Tri Star is run by a director and support staff. The Celina City School District acts as the financial agent for Tri Star and is thus mentioned as part owner.

Build one new +/- 97,575 s.f. career compact STEM school to house 420 students.

74,496 s.f. (master plan) +/- 23,079 s.f. (LFI) = 97,575 s.f.

The High School portion of the career center has a reduced scope and may only include: administration area, media center, and technology closets.

Career Tech programs include: Business Management, Electronics, Health Information Management, Early Childhood Education, Marketing Management, Welding and Cutting, Auto Technology, Carpentry, Medium/Heavy Truck Technician, Precision Machining, Animal Science, Engineering, Interactive Media, Hospitality/Tourism, Networking, Visual Design and Imagining.

$9 million in anticipated LFI’s will be for building upgrades and +/- 23,079 additional square footage. A project agreement between OFCC and the Board of the Celina City School District in agreement with the

TriStar STEM Career Compact School is being executed. B. Scope of Services

An initial Program of Requirements (POR) has been developed with the pre-bond architect. Upon award of agreement, review and further develop POR. 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. 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.

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 1, 2016; Ohio Register #279 Page 2 of 4

Refer to the Ohio School Design 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 http://ofcc.ohio.gov. During the construction period, provide not less than 20 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. Project Delivery Method (MP, GC, CMR, DB) 2. Role on Project (AE Lead, AE Sub, CAE Lead, CAE Sub) 3. Vocational/ Career Center Facility 4. LEED Certification (Reg., Cert., Silver, Gold, Plat.) 5. OAKS-CI experience 6. OFCC projects 7. High School projects

For scope items 1, 2 and 4 listed above, insert one of the noted abbreviations in the relevant project experience matrix instead of using an ‘x’ when applicable to the one of the 10 example projects. C. Funding / Estimated Budget

Total Project Cost $25,631,852 (includes LFI) State Funding $8,315,926 Construction Cost $21,787,074 Other Funding $17,315,926 (includes LFI) Estimated A/E Fee 6.0% to 7.0% NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Architecture Professional Services Start 01 / 17 Secondary Civil and Structural Engineer Construction Notice to Proceed 09 / 17 Mechanical/Electrical/Plumbing Engineering Substantial Completion of all Work 06 / 19 Technology & Security Design Professional Services Completed 09 / 19 Interior and Loose Furniture Design Landscape Architecture F. EDGE Participation Goal

Others Percent of initial TOTAL A/E Fee 5.0% NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733. G. Evaluation Criteria for Selection

Understanding of the OSDM Career Technical requirements. This project is part of the VFAP (Vocational Facilities Assistance Program). Guidelines for VFAP can be found at the OFCC website at http://ofcc.ohio.gov

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).

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 1, 2016; Ohio Register #279 Page 3 of 4

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. OAKS-CI experience

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 http://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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. 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.

H. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. Statements of Qualifications are to be submitted electronically by e-mail. Submittals are to be limited to maximum of one e-mail with the total file size of 25 MB. Facsimile copies of the Statement of Qualifications will not be accepted. 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.

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 1, 2016; Ohio Register #279 Page 4 of 4

Project Name TriStar 2.0 STEM Career Compact School Proposer Firm Project Number SFC-170408 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 50 miles 5

50 miles to 100 miles 2 More than 100 miles 0

b. Amount of fees awarded by Contracting Authority in previous 24 months

Less than $500,000 2 $500,000 to $2,000,000 1

More than $2,000,000 0

c. Number of licensed professionals Less than 3 professionals 1 Max

= 3 3 to 8 professionals 2 More than 8 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 - 5

Max = 20

c. Technical staff Experience / ability of technical staff to create fully coordinated construction documents 0 - 10

d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 5

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 4 sample projects 2 More than 4 sample projects 3

b. LEED** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 3 projects 0 - 3

3 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 2 projects 0 - 1

2 to 4 projects 2 - 3 More than 4 projects 4 - 5

* Must be comprised of professional design services consulting firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date

RFQ Question and Answer ListState of Ohio Standard Forms and Documents

F110-17v0912 Page 1 of 1

Project Name Celina CSD – TriStar STEM Project Number SFC-170408

Date posted: 11/7/2016 Date revised: [If needed]

Below are the questions that have been received to date for the RFQ of the above-referenced project:

1. Will this project require an Environmental Consultant for testing?

A. It is so early in the project it is not known yet, but it is possible.

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 2, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Local Higher Education

Project Name CFAES Lab and Office Renovations Response Deadline 11/17/2016 2:00 p.m. local time Project Location Various; see below Project Number OSU-160911 City / County Columbus / Franklin Project Manager Jackie Yakubowski Owner The Ohio State University Contracting Authority Local Higher Education Delivery Method General Contracting Prevailing Wages State No. of paper copies requested (stapled, not bound) 1 No. of electronic copies requested (PDF) 1 Submit the requested number of Statements of Qualifications (Form F110-330) directly to Jackie Yakubowski at 400 Enarson Classroom Building, 2009 Millikin Rd, Columbus, OH 43210. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Jackie Yakubowski at [email protected] 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

This project will renovate space for the College of Food, Agriculture and Environmental Sciences, (CFAES), in the following buildings:

Agricultural Administration Building, 2120 Fyffe Rd., constructed in 1956. Renovation of approximately 7,140 square feet of teaching lab, support, open and private office space on the 1st and 2nd Floor for the Department of Agricultural Communication, Education and Leadership.

Howlett Hall, 2001 Fyffe Ct., constructed in 1969. Renovation of approximately 3,480 square feet of wet lab space on the 1st, 2nd and 3rd Floor for researchers in the Department of Entomology and Horticulture and Crop Science.

Parker Food Science and Technology Building, 2015 Fyffe Ct., constructed in 2000. Renovation of approximately 3255 square feet of wet lab space for researchers on the Basement and 1st Floor for the Department of Food Science & Technology.

Development of the Program of Requirements, (PoR), will be required as an additional service.

B. Scope of Services

The project and construction budget as listed in this RFQ is estimated. This request is for Architect/Engineer, (A/E), to provide design and project t management. Upon award of the Agreement, the A/E team will commence by developing the Program of Requirements. 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 http://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. 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

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 2, 2016; Ohio Register #279 Page 2 of 4

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. Renovations in occupied buildings on a University Campus. 2. Projects in multiple building with phasing and swing space coordination. 3. Wet labs for Research space

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. Funding / Estimated Budget

Total Project Cost $2,800,000 State Funding $0 Construction Cost $2,168,670 Other Funding $2,800,000 Estimated A/E Fee 7.8% to 8.9% NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Architecture Professional Services Start 01 / 17 Secondary MEP including Technology Construction Notice to Proceed 12 / 17 Interior Design and FF& E Substantial Completion of all Work 06 / 18 Professional Services Completed 09 / 18

F. EDGE Participation Goal

The following services will be selected in consultation with the University: Hazardous Materials Constultant.

Others Percent of initial TOTAL A/E Fee 5.0% NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733. G. 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. 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.

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. *PLEASE NOTE: LEED and BIM are not required and will not be evaluated in this proposal.*

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 2, 2016; Ohio Register #279 Page 3 of 4

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) Section H. Additional Information 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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. 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. H. Submittal Instructions Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. 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. Do not submit subconsultants for the following services as they will be selected in consultation with the University: Hazardous Materials, Testing, and Geotechnical Services. These subconsultants are not eligible for consideration in meeting the stated EDGE goals. 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.

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 2, 2016; Ohio Register #279 Page 4 of 4

Project Name CFAES Lab and Office Renovations Proposer Firm Project Number OSU-160911 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 50 miles 5

50 miles to 100 miles 2 More than 100 miles 0

b. Amount of fees awarded by Contracting Authority in previous 24 months

Less than $200,000 2 $200,000 to $1,000,000 1

More than $1,000,000 0

c. Number of licensed professionals Less than 2 professionals 1 Max

= 3 2 to 10 professionals 3 More than 10 professionals 2

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 - 5

d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 5

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 2 sample projects 1 Max

= 3 2 to 4 sample projects 2 More than 4 sample projects 3

b. LEED** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 3 projects 0 - 3

3 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 firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

F180-01-2015-MAY Publish Date: November 3, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Local Agency

Project Name Corbett Center Theater Improvements Response Deadline 12/08/2016 2:00 PM local time Project Location 290 CCM Boulevard Project Number UCN-14047B City / County Cincinnati / Hamilton Project Manager Peter J Luken Owner University of Cincinnati Contracting Authority Local Agency Delivery Method Design-Build Prevailing Wages State No. of paper copies requested (stapled, not bound) 4 No. of electronic copies requested (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Michael Myres at [email protected], Purchasing Department, Room 320, Attn: Mike Myres, UCN-14047B, University Hall, University of Cincinnati, 51 Goodman Drive, Cincinnati, OH 45221-0089. See Section G of this RFQ for additional submittal instructions.

Submit all questions regarding this RFQ in writing to Mike Myres at [email protected] 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

Theatrical Stage Rigging for Corbett Auditorium

B. Scope of Services

As required by the Agreement, and as properly authorized, provide the following categories of services: develop and maintain estimates of probable construction cost, value engineering, project schedules, and construction schedules; lead and manage the Schematic Design, Design Development, Subcontractor Prequalification and Bidding process, Construction Documents, Construction and Closeout stages.

Refer to the Ohio Facilities Construction Manual 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 http://ofcc.ohio.gov.

The preconstruction and construction services are generally described below. The parties will engage in an "open book" pricing method in which all subcontracted work shall be based upon competitive pricing that will be reviewed by the Contracting Authority and the Owner, the Criteria A/E and the DB. The Contracting Authority and/or Owner shall have access to all books, records, documents and other data in the DB's possession related to itself, its subcontractors and material suppliers pertaining to bidding, pricing or performance of the Agreement.

Preconstruction Services: The DB will work cooperatively with the University and Criteria A/E, and will provide, among other services, schedule development, design development, Guaranteed Maximum Price (GMP) proposal, subcontractor prequalification and bidding, construction documents preparation, and preconstruction planning throughout the preconstruction stages. When the drawings and specifications are at a stage of completion specified in the Agreement, such partially completed documents (the "Basis Documents") shall be provided to the DB, together with the Architect/Engineer of Record’s (“AOR”) detailed listing of any incomplete design elements and the AOR’s statement of intended scope with respect to such incomplete elements (the "Design Intent Statement"). Contingent upon the Contracting Authority’s approval of the GMP, the parties will enter into an amendment to the Agreement establishing the Contract Sum (“GMP Amendment”). If the proposed Contract Sum exceeds the Project Budget established for construction, then the Contracting Authority may terminate the agreement with the DB and seek proposals from other firms for completion of the Project.

Construction Services: The DB shall construct the Project pursuant to the construction documents and in accordance with the schedule requirements. The DB shall hold all subcontracts and shall be fully responsible for the means and methods of construction, testing and inspections, project safety, project completion within the schedule agreed upon in the preconstruction phase, compliance with all applicable laws and regulations including monitoring compliance with all EDGE, equal employment, and prevailing wage requirements, and submitting monthly reports of these activities to the Contracting Authority. All subcontracts shall be on the subcontract form prescribed by OAC Section 153:1-03-02. The

Request for Qualifications (Design-Build Contract) continued

F180-01-2015-MAY Publish Date: November 3, 2016; Ohio Register #279 Page 2 of 4

Contracting Authority reserves the right to approve the DB’s selection of subcontractors and any supplemental terms to the subcontract form. 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. Theatrical Stage Rigging

C. Funding / Estimated Budget

Total Project Cost $3,000,000 State Funding $0 Construction Cost $2,700,000 Other Funding $3,000,000

D. Anticipated Schedule E. EDGE Participation Goal DB Preconstruction Services Start 12 / 16 Percent of the DB’s total compensation

excluding DB’s Contingency* 0.0% Construction Stage Notice to Proceed 02 / 17 Substantial Completion of all Work 09 / 17 *Preconstruction Stage Compensation plus Contract Sum

minus DB’s Contingency DB Services Completed 10 / 17 F. Evaluation Criteria for Selection

Selection Criteria: The DB will be selected using (i) qualifications-based process during the Request for Qualifications (RFQ) stage to develop a short list and (ii) best value process during the Request for Proposal (RFP) stage. The qualifications-based criteria for the RFQ is included in this announcement. The best value criteria used in evaluating proposals from short listed firms will include such factors that are determined to derive or offer the greatest value to the State and Owner, combining both qualifications and fee. Short List: Each firm responding to this RFQ will be evaluated and selected based on its qualifications and the qualifications and experience of the particular individuals identified as the candidate's proposed team for the Project. After evaluating the responses to this RFQ, the Contracting Authority will select a short list of no fewer than three candidates that it considers to be the most qualified, except if the Contracting Authority determines that fewer than three firms are qualified, it will only select the qualified firms. Request for Proposal: The short-listed firms shall be sent a Request for Proposal (“RFP”) that will invite the firms to submit pricing proposals containing their proposed preconstruction stage compensation, construction stage personnel costs, itemized construction stage general conditions costs, construction stage contingency percentage, construction stage design fee percentage, and design-build fee percentage. The short-listed candidates will also receive (i) form of the Agreement with the Contracting Authority containing the contract terms and conditions, (ii) set of the most recent criteria documents and (iii) proposed Project schedule. Pre-Proposal Meeting: Prior to submitting a response to the RFP, the short-listed firms will be invited to meet individually with the Contracting Authority and the Owner. The purpose of the pre-proposal meeting is to permit the short-listed firms an opportunity to ask the Contracting Authority and the Owner questions in an individual setting to help the firms prepare their responses to the RFP. The Contracting Authority will notify each short-listed firm to schedule individual times for the pre-proposal meetings. Interview: After submitting responses to the RFP, the short-listed firms will be interviewed by the Contracting Authority and representatives of the Owner. The purpose of the interview will be to meet the proposed Project team, become familiar with key personnel, and understand the project approach and ability to meet the stated objectives for the Project. Please be prepared to discuss with specificity the firm’s capacity to conduct this work in compliance with the timetable, budget and EDGE expectations. The Contracting Authority will notify each short-listed firm to schedule individual times for the interviews. Selection Schedule: Tentative schedule is subject to change.

RFP issued to the Short-Listed Firms December 12, 2016 Interviews December 19, 2016 Selection of DB December 23, 2016

Cancellation and Rejection: The Contracting Authority reserves the right to reject all proposals and cancel at any time for any reason this solicitation, any portion of this solicitation or any phase of the Project. The Contracting Authority shall

Request for Qualifications (Design-Build Contract) continued

F180-01-2015-MAY Publish Date: November 3, 2016; Ohio Register #279 Page 3 of 4

have no liability to any proposer arising out of such cancellation or rejection. The Contracting Authority reserves the right to waive minor variations in the selection process.

G. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. 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. Unless otherwise noted or exempt, all documents submitted to the Contracting Authority in response to this RFQ and subsequent RFP are public and will be available for inspection at the conclusion of the selection process. The following information shall remain confidential and will not be released: (1) Proposal Form(s), except for cost category subtotals which will be transferred to the Best Value Rating Form; (2) Financial Capacity; and (3) Bonding/Insurance. Proposers are requested to submit the following information in response to this RFQ within Section H of Form F110-330.

1. Summary: Provide a summary, on one page or less, describing why your firm/team is the most qualified for the Project.

2. Bonding/Insurance: Provide evidence of capacity to provide bonding in the amount of the construction budget (e.g. a letter from your Surety agent stating that one or more Sureties will issue Bonds in the amount of the construction budget if your team is selected) and a copy of the firm's certificate of insurance showing the firm's current limits of liability for commercial general liability, employer's liability, business automobile liability, and professional liability insurance.

3. Management Systems: Describe the scheduling and cost control systems the firm would propose to use for the Project

4. Self-Performed Work: Indicate whether the firm intends to self-perform any work on the Project the nature of the work and capability to self-perform.

5. Estimating: Demonstrated track record of performance of in-house estimating on projects comparable to the Project.

6. Scheduling: Demonstrated track record of performance of managing projects to the original schedule.

Firms are requested to identify professional registrations, memberships and credentials identify that information on the resume page for individual in Block 22, Section E of the F110-330 form.

Design-Build Selection Rating Form State of Standard Forms and Documents

F180-01-2015-MAY Publish Date: November 3, 2016; Ohio Register #279 Page 4 of 4

Project Name Corbett Center Theater Improvements Proposer Firm Project Number UCN-14047B City, State, Zip

Selection Criteria Value Score

1. Primary Firm Location and Workload (Maximum 10 points)

a. Proximity of firm to project site Less than 150 miles 5

150 miles to 300 miles 2 More than 300 miles 0

b. Amount of contracts awarded by Contracting Authority in previous 24 months

Less than $50,000 5 $50,000 to $500,000 2

More than $500,000 0 2. Primary Qualifications (Maximum 35 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 - 5

Max = 25

c. Technical staff Experience / ability of technical staff to coordinate construction documents and develop accurate estimates and schedules

0 - 10

d. Construction administration staff Experience / ability of field representatives to identify and solve issues during construction 0 - 10

3. Key Consultant Qualifications (Maximum 15 points)

a. Key consultants Experience / ability of key consultants to perform effectively and collaboratively 0 - 10

b. Proposed EDGE-certified Consultant participation* One point for every 2 percent increase in Services compensation** over the EDGE participation goal

0 - 5

4. Overall Team Qualifications (Maximum 10 points)

a. Previous team collaboration Less than 2 sample projects 0

Max = 3 2 to 6 sample projects 2 More than 6 sample projects 3

b. LEED*** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 2 projects 0 - 3

2 to 4 projects 4 - 6 More than 4 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 2 projects 0 - 1

2 to 4 projects 2 - 3 More than 4 projects 4 - 5

* Must be comprised of consulting firm(s) and NOT the lead firm ** Preconstruction Stage Compensation plus Contract Sum minus Subcontracted Work, Self-performed Work, and DB’s Contingency *** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute

Subtotal

Notes: Evaluator:

Name

Signature Date

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 4, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Local Higher Education

Project Name Architect and Engineer Consultant List - 2017-2019 Response Deadline 12/01/2016 4:00pm local time

Project Location Varies Project Number OTC01-AE-20172019 City / County Varies / Varies Project Manager Varies

Owner Owens Community College Contracting Authority Local Higher Education Delivery Method General Contracting Prevailing Wages State No. of paper copies requested (stapled, not bound) 1 No. of electronic copies requested (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Danielle Tracy at PO Box 10000, Toledo, OH 43699. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Danielle Tracy at [email protected] 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

Owens Community College intends to pre-qualify firms to provide architectural and engineering services for projects that are not advertised through the Ohio Register for the period beginning January 1, 2017 and ending January 1, 2019. In order for any firm on the previous list to be considered in the pre-qualification process for future projects, they must reapply. Firms will be evaluated for their qualification for specific project types and disciplines. Interested firms must submit FORM #F110-330. When making project assignments from the Pre-Qualified list Owens Community College will seek a project specific proposal from the selected firm. The number of pre-qualified Architectural/Engineering Consultants selected through this process is within the discretion of Owens State Community College. While the pre-qualified status means that a firm is eligible for award of contracts, there is no guarantee that a firm will be awarded any work or representation of the amount of work a firm may receive within the two-year period.

B. Scope of Services

Work assignments may include: architectural, engineering and related specialty consulting services including but not limited to facility evaluation and master planning services, review or creation of Program of Requirements, various studies, preparation of cost estimates, prototype building design, quality assurance testing during construction, preparation of bidding and construction documents and pre-design investigations. Services will be provided in accordance with a standard form of consultant agreement. As a project is identified for services, Owens State Community College will notify a pre-qualified firm or firms of the project and scope of work. Only the firm selected for an assignment will be requested to provide a fee proposal. The scope of work and schedule for a specific project will be described in an exhibit document attached to the agreement. Owens State Community College will initiate contract negotiations directed toward;

(1) Ensuring that the firm and the agency have a mutual understanding of the essential requirements involved in the providing of the required services;

(2) Determining that the firm will make available the necessary personnel, equipment and facilities to perform the services within the required time; and

(3) Agreeing upon fair and reasonable compensation, taking into account the estimated value, scope complexity and nature of the services.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 4, 2016; Ohio Register #279 Page 2 of 4

Upon failure to negotiate a contract with an identified pre-qualified firm, Owens State Community College will inform the firm in writing of the termination of negotiations and enter into negotiations with another firm on the pre-qualified list.

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 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. 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 http://ofcc.ohio.gov. For purposes of completing the Relevant Project Experience Matrix in Section F of the Statement of Qualifications (Form F110-330), please provide a list of projects that reflect that discipline you are submitting qualifications for.

1. Architectural 2. Engineering (Civil, Electrical, Mechanical, Structural, Geotechnical) 3. Schedule Consulting 4. Commissioning 5. Roofing Consultant 6. Cost Consulting 7. Studies

C. Funding / Estimated Budget

Total Project Cost Varies State Funding Varies Construction Cost Varies Other Funding Varies Estimated A/E Fee Varies NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary See above Professional Services Start 01 / 17 Secondary Construction Notice to Proceed Varies Substantial Completion of all Work Varies Professional Services Completed Varies F. EDGE Participation Goal

Others Percent of initial TOTAL A/E Fee 0.0% NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733. G. Evaluation Criteria for Selection

Demonstrated ability to meet Owner’s future project’s vision, scope, budget, and schedule on previous projects. Past performance of prospective firm. Qualifications and experience of individuals that might be directly involved with future projects.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 4, 2016; Ohio Register #279 Page 3 of 4

Proposer’s previous experience in Higher Education (numbers of projects, sizes of projects) 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 Owens Community College- Perrysburg campus. Proposer’s apparent resources and capacity to meet the needs of future 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 http://ofcc.ohio.gov.

H. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. 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. Please note in Section D that there is no “Primary” and “Secondary”, this is simply a listing of Services that we are looking for to be pre-qualified as we might need these services for projects in the next 2 years. Firms responding need only to identify services that they provide “in-house”.

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.

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 4, 2016; Ohio Register #279 Page 4 of 4

Project Name Architect and Engineer Consultant List - 2017-2019 Proposer Firm

Project Number OTC01-AE-20172019 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 25 miles 5

25 miles to 50 miles 2 More than 50 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 3 professionals 1 Max

= 3 3 to 6 professionals 2 More than 6 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 - 5

d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 5

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 4 sample projects 1 Max

= 3 4 to 8 sample projects 2 More than 8 sample projects 3

b. LEED** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 5 projects 0 - 1

5 to 9 projects 2 - 3 More than 9 projects 4 - 5

* Must be comprised of professional design services consulting firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 10, 2016; Ohio Register #279 Page 1 of 5

Administration of Project: Local Higher Education

Project Name Vet Hospital-Simulation Lab Response Deadline 11/28/2016 2:00 p.m. local time Project Location Columbus OSU Main Campus Project Number OSU-160770 City / County Columbus / Franklin Project Manager Paul Lenz Owner The Ohio State University Contracting Authority Local Higher Education Delivery Method General Contracting Prevailing Wages State

No. of paper copies requested (stapled, not bound) 4 No. of electronic copies requested (PDF) 2 (Flash Drive)

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Paul Lenz at 400 Enarson Classroom Building, 2009 Millikin Rd, Columbus, OH 43210. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Paul Lenz at [email protected] 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

This project is located on the Veterinary Medical Campus of The Ohio State University. This project will provide dedicated space/resources to host small animal simulation offerings as well as a place to experiment with new programs that can improve the quality of academic teaching offered at The Ohio State University. The new facility will maximize natural daylight, provide proximities to existing clinical spaces, be flexible and adaptable for changing program needs and support an academic environment through a high level of technology. The project will build a two story addition with one floor fit out for the clinical skills, simulation lab and the upper floor will remain a shelled space. A project study has been completed which is the basis of the program of requirements. The selected AE team will be expected to reconfirm the program and budget.

This project will be registered with USGBC for a minimum Silver LEED certification.

This project is required to be designed and delivered within a collaborative BIM-enabled environment following The Ohio State University BIM Project Delivery Standards. The Primary firm submitting for the project will be required to have the BIM expertise capable of meeting the aforementioned standards. The Ohio State University BIM Project Delivery Standards can be accessed via the OSU FOD website: ohio-state_bim_pds.pdf. Unless noted otherwise, the minimum required BIM Use Cases are outlined in Section 2.

B. Scope of Services

The project and construction budget as listed in this RFQ is estimated. The A/E will be contracted for full basic services and necessary Add Services including associated estimate and schedule deliverable that addresses the project as well as to validate the design feasibility of all necessary functions into the project scope and still remain within the estimated amount listed in this RFQ. The University will work with the A/E to develop a schedule to evaluate recommendations at key points during the initial stages of design. 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 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.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 10, 2016; Ohio Register #279 Page 2 of 5

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 http://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. During the construction period, provide not less than 16 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.

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). 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. Design Excellence as determined by the university and third party endorsement ( i.e. Design awards) 2. Projects delivered in a collaborative BIM-enabled environment 3. LEED Status (Reg., Cert., Silv, Gold, Plat,) 4. Clinical Simulation Skills Lab Experience 5. New Medical Centers/Renovations 6. State of Ohio, and/or State of Ohio University administered

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. Funding / Estimated Budget

Total Project Cost $7,500,000 State Funding $0 Construction Cost $4,730,000 Other Funding $7,500,000 Estimated A/E Fee 8.0% to 8.5% NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Architect Professional Services Start 01 / 17

Secondary Structural Construction Notice to Proceed 07 / 17 Mech/Elec/Plumb Substantial Completion of all Work 04 / 18

The following services will be selected in consultation with the University: Hazardous Materials, Testing & Geotechnical Services Professional Services Completed 06 / 18

F. EDGE Participation Goal Others Percent of initial TOTAL A/E Fee 5.0%

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 10, 2016; Ohio Register #279 Page 3 of 5

NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733. G. 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. • 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.

Interested firms are required to address their BIM project delivery experience and how they will implement Building Information Modeling (“BIM”) on the project by documenting:

• The ability for the entire team to effectively collaborate and share models and data. • Each discipline model manager and their relevant experience. • How you support a subcontractor that does not have sufficient BIM experience to meet the above expectations.

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 http://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) Section H. Additional Information 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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. 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. H. Submittal Instructions Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. 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. Do not submit subconsultants for the following services as they will be selected in consultation with the University: Hazardous Materials, Testing, and Geotechnical Services. These subconsultants are not eligible for consideration in meeting the stated EDGE goals.

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 10, 2016; Ohio Register #279 Page 4 of 5

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.

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 10, 2016; Ohio Register #279 Page 5 of 5

Project Name Vet Hospital-Simulation Lab Proposer Firm Project Number OSU-160770 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 50 miles 5

50 miles to 100 miles 2 More than 100 miles 0

b. Amount of fees awarded by Contracting Authority in previous 24 months

Less than $200,000 2 $200,000 to $1,000,000 1

More than $1,000,000 0

c. Number of licensed professionals Less than 2 professionals 0 Max

= 3 2 to 10 professionals 1 More than 10 professionals 2

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 - 5

Max = 20

c. Technical staff Experience / ability of technical staff to create fully coordinated construction documents 0 - 10

d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 5

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 2 sample projects 1 Max

= 3 2 to 4 sample projects 2 More than 4 sample projects 3

b. LEED** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 3 projects 0 - 3

3 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 firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

F170-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 1 of 5

Administration of Project: School District Board + OFCC

Project Name TriStar 2.0 STEM Career Compact School Response Deadline 12/14/2016 1:00 pm local time Project Location Celina, OH Project Number SFC-170408 City / County Celina / Mercer Project Manager Anne Frost Owner Celina City School District and TriStar Contracting Authority School District Board + OFCC Delivery Method CM at Risk Prevailing Wages None No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Jill Hoobler at [email protected]. See Section G of this RFQ for additional submittal instructions.

Submit all questions regarding this RFQ in writing to Jill Hoobler at [email protected] with the project number included in the subject line (no phone calls please). Questions will be answered and posted to 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

Tri Star 2.0 is a career center that supports 11th and 12th grade students from nine surrounding school districts. Tri Star is not a school district. It has an advisory board member from each supporting district, but they do not constitute a typical ‘school board’ that must comply with ORC rules for school boards. Tri Star is run by a director and support staff. The Celina City School District acts as the financial agent for Tri Star and is thus mentioned as part owner.

Build one new +/- 97,575 s.f. career compact STEM school to house 420 students.74,496 s.f. (master plan) +/- 23,079 s.f. (LFI) = 97,575 s.f.

The High School portion of the career center has a reduced scope and may only include: administration area,media center, and technology closets.

Career Tech programs include: Business Management, Electronics, Health Information Management, EarlyChildhood Education, Marketing Management, Welding and Cutting, Auto Technology, Carpentry,Medium/Heavy Truck Technician, Precision Machining, Animal Science, Engineering, Interactive Media,Hospitality/Tourism, Networking, Visual Design and Imagining.

$9 million in anticipated LFI’s will be for building upgrades and +/- 23,079 additional square footage.

A project agreement between OFCC and the Board of the Celina City School District in agreement with theTriStar STEM Career Compact School is being executed.

B. Scope of Services

The selected Construction Manager at Risk (“CM”), as a portion of its required Scope of Services and prior to submitting its proposal, will discuss and clarify with the Contracting Authority and/or Owner, the breakdown of the Agreement detailed cost components, to address the Owner’s project requirements and refine the project schedule.

As required by the Agreement, and as properly authorized, provide the following categories of services: provide constructability review comments on documents produced by the A/E during the Schematic Design, Design Development, and Construction Document stages; develop and maintain estimates of probable construction cost, value engineering, project schedules, and construction schedules; lead and manage the Subcontractor Prequalification and Bidding process, Construction and Closeout Stage.

Provide owner’s rep services including, but not limited to: cost tracking, drawdown schedule preparation, project status reports, review of invoices, monthly reconciliation with treasurer, tracking of LFI MOU throughout the

Request for Qualifications (CM at Risk Contract) continued

F170-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 2 of 5

project, tracking of payments, budget adjustment reports, create and manage (with school treasurer) closeout calculator. Compile phase submissions, OSDM compliance reviews, variance requests, product manufacturer or material justification letters.

Refer to the Ohio School Design 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 http://ofcc.ohio.gov.

The preconstruction and construction services are generally described below. Subcontracts including but not limited to Plumbing, Fire Protection, HVAC, Electrical and AV/Technology will be awarded by the CM to prequalified vendors using a competitive process. The parties will engage in an "open book" pricing method in which all subcontracted work shall be based upon competitive pricing that will be reviewed by the Contracting Authority and/or Owner, the A/E and the CM. The Contracting Authority and/or Owner shall have access to all books, records, documents and other data in the CM's possession related to itself, its subcontractors and material suppliers pertaining to bidding, pricing or performance of the Agreement.

Preconstruction Services: The CM will work cooperatively with the Contracting Authority and/or Owner, A/E, and Project Team, and will provide, among other services, schedule development, estimate development, Guaranteed Maximum Price (GMP) proposal, subcontractor prequalification and bidding, constructability review, permits, budgeting, value engineering, and preconstruction planning throughout the preconstruction stages. When the drawings and specifications are at the stage of completion specified in the Agreement, such partially completed documents (the "Basis Documents") shall be provided to the CM, together with the A/E's detailed listing of any incomplete design elements and the A/E’s statement of intended scope with respect to such incomplete elements (the "Design Intent Statement"). Contingent upon the Contracting Authority’s approval of the GMP, the parties will enter into an amendment to the Agreement establishing the Contract Sum (“GMP Amendment”). If the proposed Contract Sum exceeds the Project Budget established for construction, then the Contracting Authority may terminate the agreement with the CM and seek proposals from other firms for completion of the Project.

Construction Services: The CM shall construct the Project pursuant to the construction documents and in accordance with the schedule requirements. The CM shall hold all subcontracts and shall be fully responsible for the means and methods of construction, project safety, project completion within the schedule agreed upon in the preconstruction phase, compliance with all applicable laws and regulations including monitoring compliance with all EDGE, equal employment, and prevailing wage requirements, and submitting monthly reports of these activities to the Contracting Authority. All subcontracts shall be on the subcontract form prescribed by OAC Section 153:1-03-02. The Contracting Authority reserves the right to approve the CM’s selection of subcontractors and any supplemental terms to the form subcontract.

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. Project Delivery Method (MP, GC, CMR, DB)2. Role on Project (CMA, OA, CMR, DB, GC, Trade)3. Vocational/ Career Center Facility4. LEED Status (Reg., Cert., Silv., Gold, Plat.)5. OAKS-CI experience6. OFCC projects7. High School projects

For scope items 1, 2, and 4 listed above, insert one of the noted abbreviations in the relevant project experience matrix instead of using an ‘x’ when applicable to the one of the 10 example projects.

C. Funding / Estimated Budget Total Project Cost $25,631,852 (includes LFI) State Funding $8,315,926 Construction Cost $21,787,074 Other Funding $17,315,926 (includes LFI)

D. Anticipated Schedule E. EDGE Participation Goal CM Preconstruction Services Start 03 / 17 Percent of the CM’s total compensation

excluding CM’s Contingency* 5.0% Construction Stage Notice to Proceed 09 / 17 Substantial Completion of all Work 06 / 19 *Preconstruction Stage Compensation plus Contract Sum

minus CM’s Contingency CM Services Completed 09 / 19

F. Evaluation Criteria for Selection

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

F170-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 3 of 5

Selection Criteria: The CM will be selected using (i) qualifications-based process during the Request for Qualifications (RFQ) stage to develop a short list and (ii) best value process during the Request for Proposal stage. The qualifications-based criteria for the RFQ is included in this announcement. The best value criteria used in evaluating proposals from short listed firms will include such factors that are determined to derive or offer the greatest value to the State and Owner, combining both qualifications and fee.

Short List: Each firm responding to this RFQ will be evaluated and selected based on its qualifications and the qualifications and experience of the particular individuals identified as the candidate's proposed team for the Project. After evaluating the responses to this RFQ, the Contracting Authority will select a short list of no fewer than three candidates that it considers to be the most qualified, except if the Contracting Authority determines that fewer than three firms are qualified, it will only select the qualified firms.

Request for Proposal: The short-listed firms shall be sent a Request for Proposal (“RFP”) that will invite the firms to submit pricing proposals containing their proposed preconstruction stage compensation, construction stage personnel costs, itemized construction stage general conditions costs, construction stage contingency percentage, and construction stage fee percentage. The short-listed candidates will also receive (i) form of Agreement with the Contracting Authority containing the contract terms and conditions, (ii) set of the most recent design documents and (iii) proposed Project schedule.

Pre-Proposal Meeting: Prior to submitting a response to the RFP, the short-listed firms will be invited to meet individually with the Contracting Authority and/or Owner. The purpose of the pre-proposal meeting is to permit the short-listed firms an opportunity to ask the Contracting Authority and/or Owner questions in an individual setting to help the firms prepare their responses to the RFP. The Contracting Authority will notify each short-listed firm to schedule individual times for the pre-proposal meetings.

Interview: After submitting responses to the RFP, the short-listed firms will be interviewed by the Contracting Authority and Owner. The purpose of the interview will be to meet the proposed Project team, become familiar with key personnel, and understand the project approach and ability to meet the stated objectives for the Project. Please be prepared to discuss with specificity the firm’s capacity to conduct this work in compliance with the timetable, budget and EDGE expectations. The Contracting Authority will notify each short-listed firm to schedule individual times for the interviews.

Selection Schedule: Tentative schedule is subject to change.

RFP issued to the Short-Listed Firms January 11, 2017 Pre proposal meeting January 19, 2017, 10:00 am RPS’s due to OFCC February 1, 2017 Interviews February 27, 2017, start at 9:00 am Selection of CM March 1, 2017

Cancellation and Rejection: The Contracting Authority reserves the right to reject all proposals and cancel at any time for any reason this solicitation, any portion of this solicitation or any phase of the Project. The Contracting Authority shall have no liability to any proposer arising out of such cancellation or rejection. The Contracting Authority reserves the right to waive minor variations in the selection process.

Interested CM 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 http://ofcc.ohio.gov.

Interested CM 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 CM’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 CM’s Proposal. Both forms can be accessed via the OFCC website at http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage.

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.

Request for Qualifications (CM at Risk Contract) continued

F170-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 4 of 5

G. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://ofcc.ohio.gov.

Statements of Qualifications are to be submitted electronically by e-mail. Submittals are to be limited to maximum of one e-mail with the total file size of 25 MB.

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.

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.

Unless otherwise noted or exempt, all documents submitted to the Contracting Authority in response to this RFQ and subsequent RFP are public and will be available for inspection at the conclusion of the selection process. The following information shall remain confidential and will not be released: (1) Proposal Form(s), except for cost category subtotals which will be transferred to the Best Value Rating Form; (2) Financial Capacity; and (3) Bonding/Insurance.

Proposers are requested to submit the following information in response to this RFQ within Section H of Form F110-330.

1. Summary: Provide a summary, on one page or less, describing why your firm/team is the most qualified for theProject.

2. Bonding/Insurance: Provide evidence of capacity to provide bonding in the amount of the construction budget(e.g. a letter from your Surety agent stating that one or more Sureties will issue Bonds in the amount of theconstruction budget if your team is selected) and a copy of the firm's certificate of insurance showing the firm'scurrent limits of liability for commercial general liability, employer's liability, business automobile liability, andprofessional liability insurance.

3. Management Systems: Describe the scheduling and cost control systems the firm would propose to use for theProject

4. Self-Performed Work: Indicate whether the firm intends to self-perform any work on the Project through acompetitive process and, if so, the nature of the work and capability to self-perform.

5. Estimating: Demonstrated track record of performance of in-house estimating on projects comparable to theProject.

6. Scheduling: Demonstrated track record of performance of managing projects to the original schedule.

Firms are requested to identify professional registrations, memberships and credentials including but not limited to: 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.

CM at Risk Selection Rating Form State of Ohio Standard Forms and Documents

F170-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 5 of 5

Project Name TriStar 2.0 STEM Career Compact School Proposer Firm Project Number SFC-170408 City, State, Zip

Selection Criteria Value Score

1. Primary Firm Location and Workload (Maximum 10 points)

a. Proximity of firm to project siteLess than 50 miles 5 50 miles to 100 miles 2 More than 100 miles 0

b. Amount of contracts awarded by ContractingAuthority in previous 24 months

Less than $1,000,000 5 $1,000,000 to $5,000,000 2 More than $5,000,000 0

2. Primary Qualifications (Maximum 40 points)

a. Project management lead Experience / ability of project manager to manage scope / budget / schedule / quality 0 - 10

b. Project administration lead Experience / ability to effectively administer project controls and processes 0 - 10

Max = 30 c. Technical staff Experience / ability of technical staff to

develop accurate estimates and schedules 0 - 10

d. Construction administration staff Experience / ability of field representative toidentify and solve issues during construction 0 - 10

3. Key Consultant Qualifications (Maximum 10 points)

a. Key consultants Experience / ability of key consultants to perform effectively and collaboratively 0 - 5

b. Proposed EDGE-certified Consultant participation*One point for every 2 percent increase in Services compensation** over the EDGE participation goal

0 - 5

4. Overall Team Qualifications (Maximum 10 points)

a. Previous team collaborationLess than 3 sample projects 1 Max =

3 3 to 4 sample projects 2 More than 4 sample projects 3

b. LEED*** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 methodsLess than 3 projects 0 - 3 3 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 processLess than 2 projects 0 - 1 2 to 4 projects 2 - 3 More than 4 projects 4 - 5

* Must be comprised of consulting firm(s) and NOT the lead firm** Preconstruction Stage Compensation plus Contract Sum minus Subcontracted Work, Self-performed Work, and CM’s Contingency *** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute

Subtotal

Notes: Evaluator:

Name

Signature Date

RFQ Question and Answer List State of Ohio Standard Forms and Documents

F110-17v0912 Page 1 of 1

Project Name TriStar 2.0 STEM Career Compact School Project Number SFC-170408 Date posted: 11/21/2016 Date revised: [If needed] Below are the questions that have been received to date for the RFQ of the above-referenced project:

1. Is the requested owner agent type services within CMR scope a conflict of interest? A. The intension of including these identified services is to have the CMR firm provide “CMA-type”

services during pre-construction and continue this partnership of assisting the co-owners through construction. The co-owners would not assign any duties that cause a conflict.

2. Is it possible to remove these Owner Agent Services from the CMAR scope and utilize the Pre-Qualified list of Owner Agents that OFCC currently has under agreement?

A. No.

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 7, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Ohio Facilities Construction Commission

Project Name LoCI-MaCI General Construction Response Deadline 11/30/2016 1:00 PM local time Project Location London & Madison Correctional Institutions Project Number DRC-17F009 City / County London / Madison Project Manager Nathan Larger Owner DRC Contracting Authority OFCC Delivery Method CM at Risk Prevailing Wages State No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested via email (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Sarah Haight at [email protected]. See Section H of this RFQ for additional submittal instructions.

Please submit all questions regarding this RFQ in writing to Sarah Haight 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 purpose of this Request for Qualifications (RFQ) is to obtain Professional Architectural/Engineering (A/E) services for the design and construction of seven (7) projects at the London Correctional Institution (LoCI), located at 1580 State Route 56 SW, London, OH, and Madison Correctional Institution (MaCI), located at 1851 State Route 56 SW, London, OH. London Correctional Institution (LoCI) opened in 1913 and has a working population of approximately 2,200 inmates. Madison Correctional Institution (MaCI) opened in 1987 and has a working population of approximately 1,900 inmates. Both have a mix of security levels.

London Projects Include: - Water Plant Repairs: Located outside the security fence. Rebuild all filters and sand. Repair or replace clarifier.

Repair or replace broken water pumps within the plant. Replace existing backup generators. - Housing Units Window Replacement: Located within the security fence. Replace the existing lower operating windows

with a more durable product. - Powerhouse Backup Generator Replacement: Located within the security fence. Replace existing generator and main

switch.

Madison Projects Include: - Zone A & B Coolers and Freezers: Located within the security fence. Repair or replace cooler and freezer units. - Metal Roof Flashing Replacement: Located within the security fence. On all buildings with metal roofs, repair or replace

ridge vent, flashing, and membrane that has deteriorated or failed. - Phase 1 Shower Renovation: Located within the security fence. Renovation of finishes, plumbing, lighting, and drains

of showers within Zone A. - Replace Air Handlers: Located within the security fence: Repair or replace air handlers at the housing units.

The development of a complete Program of Requirements (POR) will be included as an additional service to the Professional Design Services. The development of the POR will include a comprehensive survey/field investigation of the existing sites in order to evaluate the condition in relation to the project scope described above, and in relation to the project budget. Creation of a project design and construction schedule will also be a part of the POR stage. Providing potential proposed schedule(s) in your SOQ and proposal is highly encouraged. The eventual schedule will take into account the impact on the institution, correction officer availability, seasonal temperatures and conditions, material lead times, etc.

State of Ohio, Capital Improvements Funding will be used to complete the Design and Construction of this project.

All aspects of the project and related issues will be implemented and operated consistently with Department of Rehabilitation and Corrections policies and procedures.

The project design is expected to be complete at the completion of the Design Development Stage. The CM is expected to deliver the Guaranteed Max Price proposal 3 weeks after the completion of the Design Development stage. This will require

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 7, 2016; Ohio Register #279 Page 2 of 4

a complete design intent statement, along with negotiations between the CMR and A/E as to the minimum design requirements for the CMR to provide a complete GMP.

B. Scope of Services

Upon award of the Agreement, commence by developing the Program of Requirements and project design and construction schedule.

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.

As required by the Agreement, and as properly authorized, provide the following categories of services: Program Verification, Schematic Design, Design Development, 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 http://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. Project Delivery Method (MP, GC, CMR, DB)2. Role on Project (CMA, OA, CMR, DB, GC, Trade)3. London Correctional Institution project experience.4. Madison Correctional Institution project experience.5. Security, Armory, and ACA experience.6. Experience delivering projects at 100% Design Development.7. Construction in a secured/inmate occupied State Facility.8. Water and sewage plant project experience.9. Multi-phased project experience.10. Experience with multiple projects under one contract.

C. Funding / Estimated Budget

Total Project Cost $11,471,250.00 State Funding $11,471,250.00 Construction Cost $9,979,000.00 Other Funding $0.00 Estimated A/E Fee 6.75% to 7.5%

NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Architect Professional Services Start 05 / 17 Secondary MEP Engineer Construction Notice to Proceed 04 / 18

Structural Engineer Substantial Completion of all Work 04 / 20 Professional Services Completed 07 / 20

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 7, 2016; Ohio Register #279 Page 3 of 4

Others Percent of initial TOTAL A/E Fee 5.0%

NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733.

G. Evaluation Criteria for Selection

• Demonstrated ability to meet Owner’s programmed project vision, scope, budget, and schedule on previousprojects.

• 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 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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage.

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.

H. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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.

Statements of Qualifications are to be submitted electronically by e-mail. Submittals are to be limited to a maximum of one e-mail with the total 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.

F. EDGE Participation Goal

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 7, 2016; Ohio Register #279 Page 4 of 4

Project Name LoCI-MaCI General Construction Proposer Firm Project Number DRC-17F009 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 50 miles 5

50 miles to 100 miles 2 More than 100 miles 0

b. Amount of fees awarded by Contracting Authority in previous 24 months

Less than $2,000,000 2 $2,000,000 to $5,000,000 1

More than $5,000,000 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 - 5

Max = 20

c. Technical staff Experience / ability of technical staff to create fully coordinated construction documents 0 - 5

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 4 sample projects 1 Max

= 3 4 to 6 sample projects 2 More than 6 sample projects 3

b. LEED** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 4 projects 0 - 1

4 to 7 projects 2 - 3 More than 7 projects 4 - 5

* Must be comprised of professional design services consulting firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date

RFQ Question and Answer List State of Ohio Standard Forms and Documents

F110-17v0912 Page 1 of 1

Project Name LoCI-MaCI General Construction Project Number DRC-17F009 Date posted: November 15, 2016 Date revised: [If needed] Below are the questions that have been received to date for the RFQ of the above-referenced project:

1. Please provide an approximate breakdown of the estimated $9,979,000 construction cost divided between the seven (7) projects listed in the Request for Qualification.

The following is an approximate breakdown of the total project cost. These numbers are estimates only. The AE will ultimately be responsible for balancing the budgets against the scopes of the projects. LoCI

2. Water Plant Repairs = $2,075,000 3. Housing Units Window Replacement = $3,000,000 4. Powerhouse Backup Generator Replacement = $2,010,000

MaCI

5. Coolers & Freezers = $1,700,000 6. Metal Roof Flashing Replacement = $541,250 7. Phase 1 Shower Renovation = $1,060,000 8. Replace Air Handlers = $1,085,000

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

F170-01-2015-MAY Publish Date: November 10, 2016; Ohio Register #279 Page 1 of 5

Administration of Project: Ohio Facilities Construction Commission

Project Name LoCI-MaCI General Construction Response Deadline 12/12/2016 1:00 PM local time

Project Location London & Madison Correctional Institutions Project Number DRC-17F009

City / County London / Madison Project Manager Nathan Larger Owner DRC Contracting Authority OFCC Delivery Method CM at Risk Prevailing Wages State

No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested via email (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Sarah Haight at [email protected]. See Section G of this RFQ for additional submittal instructions.

Please submit all questions regarding this RFQ in writing to Sarah Haight with the project number included in the subject line (no phone calls please). Questions will be answered and posted to 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 purpose of this Request for Qualifications (RFQ) is to obtain Construction Manager at Risk (“CM”) services for the design and construction of seven (7) projects at the London Correctional Institution (LoCI), located at 1580 State Route 56 SW, London, OH, and Madison Correctional Institution (MaCI), located at 1851 State Route 56 SW, London, OH. London Correctional Institution (LoCI) opened in 1913 and has a working population of approximately 2,200 inmates. Madison Correctional Institution (MaCI) opened in 1987 and has a working population of approximately 1,900 inmates. Both have a mix of security levels.

London Projects Include: - Water Plant Repairs: Located outside the security fence. Rebuild all filters and sand. Repair or replace clarifier.

Repair or replace broken water pumps within the plant. Replace existing backup generators. - Housing Units Window Replacement: Located within the security fence. Replace the existing lower operating windows

with a more durable product. - Powerhouse Backup Generator Replacement: Located within the security fence. Replace existing generator and main

switch.

Madison Projects Include: - Zone A & B Coolers and Freezers: Located within the security fence. Repair or replace cooler and freezer units. - Metal Roof Flashing Replacement: Located within the security fence. On all buildings with metal roofs, repair or replace

ridge vent, flashing, and membrane that has deteriorated or failed. - Phase 1 Shower Renovation: Located within the security fence. Renovation of finishes, plumbing, lighting, and drains

of showers within Zone A. - Replace Air Handlers: Located within the security fence: Repair or replace air handlers at the housing units.

State of Ohio, Capital Improvements Funding will be used to complete the Design and Construction of this project.

Professional design services are being acquired by the Contracting Authority under a separate contract.

The Program of Requirements (“POR”) will be developed as a part of this project by the Architect/Engineer (“A/E”). Creation of a project design and construction schedule will also be a part of the POR stage. Providing potential proposed schedule(s) in your SOQ and proposal is highly encouraged. The eventual schedule will take into account the impact on the institution, correction officer availability, seasonal temperatures and conditions, material lead times, etc. The CM will be expected to provide their input regarding the schedule during the POR stage.

All aspects of the project and related issues will be implemented and operated consistent with the Contracting Authority and/or Owner’s policies and procedures.

Request for Qualifications (CM at Risk Contract) continued

F170-01-2015-MAY Publish Date: November 10, 2016; Ohio Register #279 Page 2 of 5

The project design is expected to be complete at the completion of the Design Development Stage. The CM is expected to deliver the Guaranteed Max Price proposal 3 weeks after the completion of the Design Development stage. This will require a complete design intent statement from the AE, along with negotiations between the CMR and A/E as to the minimum design requirements for the CMR to provide a complete GMP.

B. Scope of Services

The selected Construction Manager at Risk (“CM”), as a portion of its required Scope of Services and prior to submitting its proposal, will discuss and clarify with the Contracting Authority and/or Owner, the breakdown of the Agreement detailed cost components, to address the Owner’s project requirements and refine the project schedule. As required by the Agreement, and as properly authorized, provide the following categories of services: provide constructability review comments on documents produced by the A/E during the Schematic Design and Design Development stages; develop and maintain estimates of probable construction cost, value engineering, project schedules, and construction schedules; lead and manage the Subcontractor Prequalification and Bidding process, Construction and Closeout Stage. 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 http://ofcc.ohio.gov. The preconstruction and construction services are generally described below. Subcontracts including but not limited to Plumbing, Fire Protection, HVAC, Electrical and AV/Technology will be awarded by the CM to prequalified vendors using a competitive process. The parties will engage in an "open book" pricing method in which all subcontracted work shall be based upon competitive pricing that will be reviewed by the Contracting Authority and/or Owner, the A/E and the CM. The Contracting Authority and/or Owner shall have access to all books, records, documents and other data in the CM's possession related to itself, its subcontractors and material suppliers pertaining to bidding, pricing or performance of the Agreement. Preconstruction Services: The CM will work cooperatively with the Contracting Authority and/or Owner, A/E, and Project Team, and will provide, among other services, schedule development, estimate development, Guaranteed Maximum Price (GMP) proposal, subcontractor prequalification and bidding, constructability review, permits, budgeting, value engineering, and preconstruction planning throughout the preconstruction stages. When the drawings and specifications are at the stage of completion specified in the Agreement, such partially completed documents (the "Basis Documents") shall be provided to the CM, together with the A/E's detailed listing of any incomplete design elements and the A/E’s statement of intended scope with respect to such incomplete elements (the "Design Intent Statement"). Contingent upon the Contracting Authority’s approval of the GMP, the parties will enter into an amendment to the Agreement establishing the Contract Sum (“GMP Amendment”). If the proposed Contract Sum exceeds the Project Budget established for construction, then the Contracting Authority may terminate the agreement with the CM and seek proposals from other firms for completion of the Project. Construction Services: The CM shall construct the Project pursuant to the documents and in accordance with the schedule requirements. The CM shall hold all subcontracts and shall be fully responsible for the means and methods of construction, project safety, project completion within the schedule agreed upon in the preconstruction phase, compliance with all applicable laws and regulations including monitoring compliance with all EDGE, equal employment, and prevailing wage requirements, and submitting monthly reports of these activities to the Contracting Authority. All subcontracts shall be on the subcontract form prescribed by OAC Section 153:1-03-02. The Contracting Authority reserves the right to approve the CM’s selection of subcontractors and any supplemental terms to the form subcontract. 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. Project Delivery Method (MP, GC, CMR, DB) 2. Role on Project (CMA, OA, CMR, DB, GC, Trade) 3. London Correctional Institution project experience. 4. Madison Correctional Institution project experience. 5. Security, Armory, and ACA experience. 6. Experience delivering projects at 100% Design Development. 7. Construction in a secured/inmate occupied State Facility. 8. Water and sewage plant project experience. 9. Multi-phased project experience. 10. Experience with multiple projects under one contract.

Request for Qualifications (CM at Risk Contract) continued

F170-01-2015-MAY Publish Date: November 10, 2016; Ohio Register #279 Page 3 of 5

C. Funding / Estimated Budget Total Project Cost $11,471,250.00 State Funding $11,471,250.00 Construction Cost $9,979,000.00 Other Funding $0.00

D. Anticipated Schedule E. EDGE Participation Goal CM Preconstruction Services Start 05 / 17 Percent of the CM’s total compensation

excluding CM’s Contingency* 5.0% Construction Stage Notice to Proceed 04 / 18 Substantial Completion of all Work 04 / 20 *Preconstruction Stage Compensation plus Contract Sum

minus CM’s Contingency CM Services Completed 06 / 20

F. Evaluation Criteria for Selection

Selection Criteria: The CM will be selected using (i) qualifications-based process during the Request for Qualifications (RFQ) stage to develop a short list and (ii) best value process during the Request for Proposal stage. The qualifications-based criteria for the RFQ is included in this announcement. The best value criteria used in evaluating proposals from short listed firms will include such factors that are determined to derive or offer the greatest value to the State and Owner, combining both qualifications and fee.

Short List: Each firm responding to this RFQ will be evaluated and selected based on its qualifications and the qualifications and experience of the particular individuals identified as the candidate's proposed team for the Project. After evaluating the responses to this RFQ, the Contracting Authority will select a short list of no fewer than three candidates that it considers to be the most qualified, except if the Contracting Authority determines that fewer than three firms are qualified, it will only select the qualified firms.

Request for Proposal: The short-listed firms shall be sent a Request for Proposal (“RFP”) that will invite the firms to submit pricing proposals containing their proposed preconstruction stage compensation, construction stage personnel costs, itemized construction stage general conditions costs, construction stage contingency percentage, and construction stage fee percentage. The short-listed candidates will also receive (i) form of Agreement with the Contracting Authority containing the contract terms and conditions, (ii) set of the most recent design documents and (iii) proposed Project schedule.

Pre-Proposal Meeting: Prior to submitting a response to the RFP, the short-listed firms will be invited to meet individually with the Contracting Authority and/or Owner. The purpose of the pre-proposal meeting is to permit the short-listed firms an opportunity to ask the Contracting Authority and/or Owner questions in an individual setting to help the firms prepare their responses to the RFP. The Contracting Authority will notify each short-listed firm to schedule individual times for the pre-proposal meetings.

Interview: After submitting responses to the RFP, the short-listed firms will be interviewed by the Contracting Authority and Owner. The purpose of the interview will be to meet the proposed Project team, become familiar with key personnel, and understand the project approach and ability to meet the stated objectives for the Project. Please be prepared to discuss with specificity the firm’s capacity to conduct this work in compliance with the timetable, budget and EDGE expectations. The Contracting Authority will notify each short-listed firm to schedule individual times for the interviews.

Selection Schedule: Tentative schedule is subject to change.

RFP issued to the Short-Listed Firms 01/03/2017 Site Visit 01/09/2017 Pre-Proposal Meeting 01/23/2017 CM Proposals Due 02/06/2017 Interviews 02/27/2017 Selection of CM 03/06/2017

Cancellation and Rejection: The Contracting Authority reserves the right to reject all proposals and cancel at any time for any reason this solicitation, any portion of this solicitation or any phase of the Project. The Contracting Authority shall have no liability to any proposer arising out of such cancellation or rejection. The Contracting Authority reserves the right to waive minor variations in the selection process.

Interested CM 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 CM’s team. The Intent to Contract and to Perform

Request for Qualifications (CM at Risk Contract) continued

F170-01-2015-MAY Publish Date: November 10, 2016; Ohio Register #279 Page 4 of 5

and / or waiver request letter and Demonstration of Good Faith Effort form(s) with complete documentation must be attached to the CM’s Proposal. Both forms can be accessed via the OFCC website at http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. 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.

G. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. Statements of Qualifications are to be submitted electronically by e-mail. Submittals are to be limited to a maximum of one e-mail with the total file size of 25 MB.

Unless otherwise noted or exempt, all documents submitted to the Contracting Authority in response to this RFQ and subsequent RFP are public and will be available for inspection at the conclusion of the selection process. The following information shall remain confidential and will not be released: (1) Proposal Form(s), except for cost category subtotals which will be transferred to the Best Value Rating Form; (2) Financial Capacity; and (3) Bonding/Insurance. Proposers are requested to submit the following information in response to this RFQ within Section H of Form F110-330.

1. Summary: Provide a summary, on one page or less, describing why your firm/team is the most qualified for the Project.

2. Bonding/Insurance: Provide evidence of capacity to provide bonding in the amount of the construction budget (e.g. a letter from your Surety agent stating that one or more Sureties will issue Bonds in the amount of the construction budget if your team is selected) and a copy of the firm's certificate of insurance showing the firm's current limits of liability for commercial general liability, employer's liability, business automobile liability, and professional liability insurance.

3. Management Systems: Describe the scheduling and cost control systems the firm would propose to use for the Project

4. Self-Performed Work: Indicate whether the firm intends to self-perform any work on the Project through a competitive process and, if so, the nature of the work and capability to self-perform.

5. Estimating: Demonstrated track record of performance of in-house estimating on projects comparable to the Project.

6. Scheduling: Demonstrated track record of performance of managing projects to the original schedule. Firms are requested to identify professional registrations, memberships and credentials including but not limited to: 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.

CM at Risk Selection Rating Form State of Ohio Standard Forms and Documents

F170-01-2015-MAY Publish Date: November 10, 2016; Ohio Register #279 Page 5 of 5

Project Name LoCI-MaCI General Construction Proposer Firm Project Number DRC-17F009 City, State, Zip

Selection Criteria Value Score

1. Primary Firm Location and Workload (Maximum 10 points)

a. Proximity of firm to project siteLess than 50 miles 5 50 miles to 100 miles 2 More than 100 miles 0

b. Amount of contracts awarded by ContractingAuthority in previous 24 months

Less than $10,000,000 5 $10,000,000 to $50,000,000 2 More than $50,000,000 0

2. Primary Qualifications (Maximum 40 points)

a. Project management lead Experience / ability of project manager to manage scope / budget / schedule / quality 0 - 10

b. Project administration lead Experience / ability to effectively administer project controls and processes 0 - 5

Max = 30 c. Technical staff Experience / ability of technical staff to

develop accurate estimates and schedules 0 - 10

d. Construction administration staff Experience / ability of field representative toidentify and solve issues during construction 0 - 15

3. Key Consultant Qualifications (Maximum 10 points)

a. Key consultants Experience / ability of key consultants to perform effectively and collaboratively 0 - 5

b. Proposed EDGE-certified Consultant participation*One point for every 2 percent increase in Services compensation** over the EDGE participation goal

0 - 5

4. Overall Team Qualifications (Maximum 10 points)

a. Previous team collaborationLess than 4 sample projects 1 Max =

3 4 to 6 sample projects 2 More than 6 sample projects 3

b. LEED*** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 methodsLess than 4 projects 0 - 3 4 to 6 projects 4 - 6 More than 7 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 processLess than 4 projects 0 - 1 4 to 7 projects 2 - 3 More than 7 projects 4 - 5

* Must be comprised of consulting firm(s) and NOT the lead firm** Preconstruction Stage Compensation plus Contract Sum minus Subcontracted Work, Self-performed Work, and CM’s Contingency *** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute

Subtotal

Notes: Evaluator:

Name

Signature Date

00

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

F180-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 1 of 5

Administration of Project: Ohio Facilities Construction Commission

Project Name Statewide Campground Renovations FY17-18 Response Deadline 12/05/2016 3:00 pm local time Project Location Various Project Number DNR-170071 City / County Various / Various Project Manager Jeff Kring (PMS) Owner Ohio Department of Natural Resources Contracting Authority OFCC Delivery Method Design-Build Prevailing Wages State

No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested via email (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Sarah Haight at [email protected]. See Section G of this RFQ for additional submittal instructions.

Please submit all questions regarding this RFQ in writing to Sarah Haight 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

Ohio Department of Natural Resources intends to provide campsite improvements, facility upgrades, and address infrastructure needs at (19) State Parks. The following list represents the preliminary scope of work:

Ceasar Creek Infrastructure

Delaware Infrastructure Facilities - Renovation Campsite Improvements

Dillon Infrastructure Facilities - Renovation Campsite Improvements

East Harbor Facilities - Renovation

Geneva Infrastructure Campsite Improvements

Grand Lake St. Marys Pool

Harrison Lake Infrastructure Facilities - New & Demo

Hocking Hills (Park & Horse Camp)

Infrastructure Facilities - Renovation Campsite Improvements

Kiser Lake Infrastructure 1 Campsite Improvements

Lake Hope Infrastructure Facilities - New Facilities - Renovation Campsite Improvements

Lake Loramie Facilities - Renovation Campsite Improvements

Maumee Bay Infrastructure

Mohican Facilities - Renovation

Mosquito Infrastructure Facilities - New & Demo Campsite Improvements

Pike Lake Infrastructure Facilities - New

Pymatuning Infrastructure Facilities - Renovation

Shawnee Infrastructure Campsite Improvements

Stonelick Facilities - Renovation

Tar Hollow Infrastructure Facilities - New

The successful Design-Builder will be responsible for renovating existing facilities, campsites, and infrastructure identified by ODNR. A detailed scope for each park will be provided as part of the criteria.

Campsite Improvements - Renovations include providing electrical, water and sewer to create full service campsites, some campsites will only require electrical service. Site work including grading, drainage, and asphalt/concrete repair may be applicable.

Request for Qualifications (Design-Build Contract) continued

F180-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 2 of 5

Infrastructure - New electric and/or water and/or sewer infrastructure will be needed to service new work as well as update/repair existing services. Facilities - Includes shower houses and restrooms that will either be existing to be renovated, demolished and replaced new, or new facility provided. Pool - New in-ground pool including minimal infrastructure to serve the pool and related operational equipment. The adjacent campground areas will remain open during the construction period; therefore the Design Builder will be responsible for maintaining services and access to the remaining park campgrounds and provide appropriate site safety/security while work is underway.

The Program of Requirements (“POR”) will be developed as a part of this project by the Criteria Architect/Engineer (“Criteria A/E”). ODNR has selected FMS Architects as the Criteria Architect/Engineer for this project. All aspects of the project and related issues will be implemented and operated consistent with the Contracting Authority and/or Owner’s policies and procedures. Use furthest project location when determining proximity of firm to project site as indicated in the Design Builder Selection Rating Form, Selection Criteria 1.a. (attached) The construction will be multi-phased with at least 2 GMP Negotiations.

B. Scope of Services

As required by the Agreement, and as properly authorized, provide the following categories of services: develop and maintain estimates of probable construction cost, value engineering, project schedules, and construction schedules; lead and manage the Schematic Design, Design Development, Subcontractor Prequalification and Bidding process, Construction Documents, Construction and Closeout stages. Refer to the Ohio Facilities Construction Manual 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 http://ofcc.ohio.gov. The preconstruction and construction services are generally described below. Subcontracts including, but not limited to, Plumbing, HVAC, and Electrical trades will be awarded by the Design-Builder (“DB”) to prequalified vendors using a competitive process. The parties will engage in an "open book" pricing method in which all subcontracted work shall be based upon competitive pricing that will be reviewed by the Contracting Authority and the Owner, the Criteria A/E and the DB. The Contracting Authority and/or Owner shall have access to all books, records, documents and other data in the DB's possession related to itself, its subcontractors and material suppliers pertaining to bidding, pricing or performance of the Agreement. Preconstruction Services: The DB will work cooperatively with the Contracting Authority and/or Owner, Criteria A/E and Project Team, and will provide, among other services, schedule development, estimate development, program verification, schematic design, design development, Guaranteed Maximum Price (GMP) proposal, subcontractor prequalification and bidding, construction documents preparation, constructability review, permits, budgeting, value engineering, and preconstruction planning throughout the preconstruction stages. When the drawings and specifications are at a stage of completion specified in the Agreement, such partially completed documents (the "Basis Documents") shall be provided to the DB, together with the Architect/Engineer of Record’s (“AOR”) detailed listing of any incomplete design elements and the AOR’s statement of intended scope with respect to such incomplete elements (the "Design Intent Statement"). Contingent upon the Contracting Authority’s approval of the GMP, the parties will enter into an amendment to the Agreement establishing the Contract Sum (“GMP Amendment”). If the proposed Contract Sum exceeds the Project Budget established for construction, then the Contracting Authority may terminate the agreement with the DB and seek proposals from other firms for completion of the Project. Construction Services: The DB shall construct the Project pursuant to the construction documents and in accordance with the schedule requirements. The DB shall hold all subcontracts and shall be fully responsible for the means and methods of construction, weekly progress meetings, testing and inspections, project safety, project completion within the schedule agreed upon in the preconstruction phase, compliance with all applicable laws and regulations including monitoring compliance with all EDGE, equal employment, and prevailing wage requirements, and submitting monthly reports of these activities to the Contracting Authority. All subcontracts shall be on the subcontract form prescribed by OAC Section 153:1-03-02. The Contracting Authority reserves the right to approve the DB’s selection of subcontractors and any supplemental terms to the subcontract form.

Request for Qualifications (Design-Build Contract) continued

F180-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 3 of 5

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 with Design-Build delivery method2. Experience with role on project3. Experience with managing simultaneous multiple remote construction locations4. Experience with occupied facility/site renovations5. Experience with expedited project schedule management6. Experience with phased construction7. Experience/familiarity within subcontracting markets of applicable locations8. Experience with ONDR projects9. Experience with State of Ohio Capital Improvement Projects10. Experience with OAKS CI

C. Funding / Estimated Budget

Total Project Cost $14,272,000.00 State Funding $14,272,000.00

Construction Cost $12,164,940.26 Other Funding $0

D. Anticipated Schedule E. EDGE Participation Goal DB Preconstruction Services Start 04 / 17 Percent of the DB’s total compensation

excluding DB’s Contingency* 5.0% Construction Stage Notice to Proceed 08 / 17 Substantial Completion of all Work 11 / 18 *Preconstruction Stage Compensation plus Contract Sum

minus DB’s Contingency DB Services Completed 12 / 18

F. Evaluation Criteria for Selection

Selection Criteria: The DB will be selected using (i) qualifications-based process during the Request for Qualifications (RFQ) stage to develop a short list and (ii) best value process during the Request for Proposal (RFP) stage. The qualifications-based criteria for the RFQ is included in this announcement. The best value criteria used in evaluating proposals from short listed firms will include such factors that are determined to derive or offer the greatest value to the State and Owner, combining both qualifications and fee.

Short List: Each firm responding to this RFQ will be evaluated and selected based on its qualifications and the qualifications and experience of the particular individuals identified as the candidate's proposed team for the Project. After evaluating the responses to this RFQ, the Contracting Authority will select a short list of no fewer than three candidates that it considers to be the most qualified, except if the Contracting Authority determines that fewer than three firms are qualified, it will only select the qualified firms.

Request for Proposal: The short-listed firms shall be sent a Request for Proposal (“RFP”) that will invite the firms to submit pricing proposals containing their proposed preconstruction stage compensation, construction stage personnel costs, itemized construction stage general conditions costs, construction stage contingency percentage, construction stage design fee percentage, and design-build fee percentage. The short-listed candidates will also receive (i) form of the Agreement with the Contracting Authority containing the contract terms and conditions, (ii) set of the most recent criteria documents and (iii) proposed Project schedule.

Pre-Proposal Meeting: Prior to submitting a response to the RFP, the short-listed firms will be invited to meet individually with the Contracting Authority and the Owner. The purpose of the pre-proposal meeting is to permit the short-listed firms an opportunity to ask the Contracting Authority and the Owner questions in an individual setting to help the firms prepare their responses to the RFP. The Contracting Authority will notify each short-listed firm to schedule individual times for the pre-proposal meetings.

Interview: After submitting responses to the RFP, the short-listed firms will be interviewed by the Contracting Authority and representatives of the Owner. The purpose of the interview will be to meet the proposed Project team, become familiar with key personnel, and understand the project approach and ability to meet the stated objectives for the Project. Please be prepared to discuss with specificity the firm’s capacity to conduct this work in compliance with the timetable, budget and EDGE expectations. The Contracting Authority will notify each short-listed firm to schedule individual times for the interviews.

Request for Qualifications (Design-Build Contract) continued

F180-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 4 of 5

Selection Schedule: Tentative schedule is subject to change.

Qualifications Due Dec. 5, 2016 RFP Issued to Short-Listed Firms Dec. 20, 2016 Site Visits at Project Sites Jan. 2-11, 2017 Pre-proposal Meetings Jan. 16, 2017 Proposals Due Jan. 25, 2017 Interviews Feb. 3, 2017 Selection of DB Feb. 6, 2017 Finalize Negotiation of 1st GMP (Phase 1) Jun. 27, 2017

Cancellation and Rejection: The Contracting Authority reserves the right to reject all proposals and cancel at any time for any reason this solicitation, any portion of this solicitation or any phase of the Project. The Contracting Authority shall have no liability to any proposer arising out of such cancellation or rejection. The Contracting Authority reserves the right to waive minor variations in the selection process. Interested DB 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 DB’s team. The EDGE Affidavit and / or waiver request letter and Demonstration of Good Faith Effort form(s) with complete documentation must be attached to the DB’s Proposal. Both forms can be accessed via the OFCC website at http://ofcc.ohio.gov. 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.

G. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. Statements of Qualifications are to be submitted electronically by e-mail. Submittals are to be limited to a maximum of one e-mail with the total file size of 25 MB.

Unless otherwise noted or exempt, all documents submitted to the Contracting Authority in response to this RFQ and subsequent RFP are public and will be available for inspection at the conclusion of the selection process. The following information shall remain confidential and will not be released: (1) Proposal Form(s), except for cost category subtotals which will be transferred to the Best Value Rating Form; (2) Financial Capacity; and (3) Bonding/Insurance. Proposers are requested to submit the following information in response to this RFQ within Section H of Form F110-330.

1. Summary: Provide a summary, on one page or less, describing why your firm/team is the most qualified for the Project.

2. Bonding/Insurance: Provide evidence of capacity to provide bonding in the amount of the construction budget (e.g. a letter from your Surety agent stating that one or more Sureties will issue Bonds in the amount of the construction budget if your team is selected) and a copy of the firm's certificate of insurance showing the firm's current limits of liability for commercial general liability, employer's liability, business automobile liability, and professional liability insurance.

3. Management Systems: Describe the scheduling and cost control systems the firm would propose to use for the Project

4. Self-Performed Work: Indicate whether the firm intends to self-perform any work on the Project through a competitive process and, if so, the nature of the work and capability to self-perform.

5. Estimating: Demonstrated track record of performance of in-house estimating on projects comparable to the Project.

6. Scheduling: Demonstrated track record of performance of managing projects to the original schedule.

Firms are requested to identify professional registrations, memberships and credentials including but not limited to: 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.

Design-Build Selection Rating Form State of Standard Forms and Documents

F180-01-2015-MAY Publish Date: November 15, 2016; Ohio Register #279 Page 5 of 5

Project Name Statewide Campground Renovations FY17-18 Proposer Firm Project Number DNR-170071 City, State, Zip

Selection Criteria Value Score

1. Primary Firm Location and Workload (Maximum 10 points)

a. Proximity of firm to project siteLess than 25 miles 5 25 miles to 100 miles 2 More than 100 miles 0

b. Amount of contracts awarded by ContractingAuthority in previous 24 months

Less than $10,000,000 5 $10,000,000 to $20,000,000 2 More than $20,000,000 0

2. Primary Qualifications (Maximum 35 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 = 25 c. Technical staff

Experience / ability of technical staff to coordinate construction documents and develop accurate estimates and schedules

0 - 5

d. Construction administration staff Experience / ability of field representatives to identify and solve issues during construction 0 - 10

3. Key Consultant Qualifications (Maximum 15 points)

a. Key consultants Experience / ability of key consultants to perform effectively and collaboratively 0 - 10

b. Proposed EDGE-certified Consultant participation*One point for every 2 percent increase in Services compensation** over the EDGE participation goal

0 - 5

4. Overall Team Qualifications (Maximum 10 points)

a. Previous team collaborationLess than 3 sample projects 0

Max = 3 3 to 6 sample projects 2 More than 6 sample projects 3

b. LEED*** Registered / Certified project experience Registered projects 1 Max = 2Certified projects 2

c. BIM project experience Training and knowledge 1 Max = 3Direct 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 methodsLess 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 processLess than 4 projects 0 - 1 4 to 6 projects 2 - 3 More than 6 projects 4 - 5

* Must be comprised of consulting firm(s) and NOT the lead firm** Preconstruction Stage Compensation plus Contract Sum minus Subcontracted Work, Self-performed Work, and DB’s Contingency *** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute

Subtotal

Notes: Evaluator:

Name

Signature Date

00

RFQ Question and Answer ListState of Ohio Standard Forms and Documents

F110-17v0912 Page 1 of 1

Project Name Statewide Campground Renovations FY 17-18 Project Number DNR-170071

Date posted: November 29, 2016

Date revised: [If needed]

Below are the questions that have been received to date for the RFQ of the above-referenced project:

1. Should potential sub-contractors prequalify to be a sub-contractor to the general contractor?

A. All sub-contractors have to be prequalified by the DB and provided to us prior to bidding.

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

F170-01-2015-MAY Publish Date: November 21, 2016; Ohio Register #279 Page 1 of 6

Administration of Project: Local Higher Education Project Name Advanced Materials Corridor - Phase 1 Response Deadline 01/05/2017 2:00 p.m. local time Project Location Columbus Campus Project Number OSU-160973 City / County Columbus / Franklin Project Manager Ruth Miller Owner The Ohio State University Contracting Authority Local Higher Education Delivery Method CM at Risk Prevailing Wages State No. of paper copies requested (stapled, not bound) 3 No. of electronic copies requested (PDF) 1 Submit the requested number of Statements of Qualifications (Form F110-330) directly to Ruth Miller at 400 Enarson Classroom Building, 2009 Millikin Rd, Columbus, OH 43210. See Section G of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Ruth Miller at [email protected] with the project number included in the subject line (no phone calls please). Questions will be answered and posted to 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

This project is located on the Columbus Campus of The Ohio State University. The scope will include a total renovation of the old Koffolt Laboratory (currently named 140 W. 19th Ave.) and Fontana Laboratory, which are two adjoining buildings and the replacement of the existing high bay space with a new addition. The high bay area is at the north end of 140 W. 19th Ave. The current building areas are 84,000 GSF for 140 W. 19th Ave. and 32,000G SF for Fontana Lab. Upon completion, the buildings will house the departments of Materials Science & Engineering and Biomedical Engineering. The scope is anticipated to include site utilities, hazardous materials abatement, selective demolition and new construction typically associated with an extensive renovation of laboratory buildings that are over 50 years old. The renovated spaces will include classrooms, teaching labs, research labs, offices, conference spaces, and support spaces. The site is located in the central core of campus and is extremely dense. The two buildings to be renovated are physically attached to another existing building and they share some MEP systems. The adjoining buildings must remain fully operational during construction. A feasibility study was completed for this renovation in 2014 and is provided for informational background. The Program of Requirements (“POR”) will be developed as a part of this project by the Architect/Engineer (“A/E”). The University is considering the use of Design Assist partners for some aspects of this project. This request is for a Construction Manager at Risk (CM) to provide Pre-Construction and Construction Services. The CM will also be responsible for the over-all master schedule and schedule for enabling project(s) to relocate current building occupants. Professional design services are being acquired by the Contracting Authority under a separate contract. A Commissioning Agent will be selected and contracted directly with the University, but advertised at a later date. The CM will participate in the interview process and will be in an advisory role and will not have a vote for selection. All aspects of the project and related issues will be implemented and operated consistent with the Contracting Authority/Owner’s policies and procedures. The project will be consistent with the One Ohio State Framework Plan (https://pare.osu.edu/framework), the Design Guidelines for Building and Landscape (https://fod.osu.edu/sites/default/files/buildings-landscape.pdf) and the Program of Requirements. This project will be registered with USGBC for a minimum Silver LEED certification. This project is required to be constructed and delivered within a collaborative BIM-enabled environment following The Ohio State University BIM Project Delivery Standards. The Primary firm submitting for the project will be required to have the BIM expertise capable of meeting the aforementioned standards. The Primary firm is responsible to support their subcontractors to meet this requirement. The Ohio State University BIM Project Delivery Standards can be accessed via the OSU FOD website: ohio-state_bim_pds.pdf. Unless noted otherwise, the minimum required BIM Use Cases are outlined in Section 2.

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

F170-01-2015-MAY Publish Date: November 21, 2016; Ohio Register #279 Page 2 of 6

B. Scope of Services

The project and construction budget as listed in this RFQ is estimated. The project has been approved for design services only. This request is for Construction Manager at Risk (CMR) to assist with design and project management to establish the schematic design concept and begin design development. The university may amend the CMR contract upon approval for construction documents, bidding, construction contract administration and post-construction services. The project team will be expected to interface with the University Architect, University Landscape Architect, University Engineer, the University Design Review Board, and the University Board of Trustees. The project team will be expected to have strong leadership and experience in the successful delivery of large scale renovations. This project may include two construction phases, each with a Guaranteed Maximum Price (GMP) totaling the cost of construction advertised in this RFQ. The potential first phase would include swing space and/or enabling construction and any required early bid packages as agreed to by the project team, and the next phase would include the balance of the project scope. Additional phases may be required which may be discovered during the Conceptual Planning Phase. The CM will be required to prepare cost estimates and reconcile with the estimate prepared by the A/E at each phase of design including enabling projects and Programming/Conceptual Design. The A/E will be required to contract for material testing and inspection services as a reimbursable to their contract. The firm providing this service will be selected in conjunction with the University. The scheduling and coordination of the material testing and inspection firm will be the responsibility of the selected CM. The CM will be required to contract with and coordinate the services of the air and water balance contractor. The CM will be required to manage and coordinate multiple construction phases of this project, including the enabling construction activities, procurement and coordination of equipment installation, moving of building occupants and equipment into and out of the buildings as required for the project. Design documents required for the Guaranteed Maximum Price (GMP) submittals will be at 75% document completion. The selected Construction Manager at Risk, as a portion of its required Scope of Services and prior to submitting its proposal, will discuss and clarify with the Contracting Authority/Owner, the breakdown of the Agreement detailed cost components, to address the Owner’s project requirements and refine the project schedule. As required by the Agreement, and as properly authorized, provide the following categories of services: provide constructability review comments on documents produced by the A/E during the Schematic Design, Design Development, and Construction Document stages; develop and maintain estimates of probable construction cost, value engineering, project schedules, and construction schedules; lead and manage the Subcontractor Prequalification and Bidding process, Construction and Closeout Stage. 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 http://ofcc.ohio.gov. The selected CMR will be required to sign the standard agreement. No modifications to the requirements in the agreement will be accepted. Required Professional Liability Insurance will be per General Conditions Articles 10.3.7 and 10.3.8. The preconstruction and construction services are generally described below. Subcontracts including but not limited to Plumbing, Fire Protection, HVAC, Electrical and AV/Technology will be awarded by the CMR to prequalified vendors using a competitive process. The parties will engage in an "open book" pricing method in which all subcontracted work shall be based upon competitive pricing that will be reviewed by the Contracting Authority/Owner, the A/E and the CMR. The Contracting Authority/Owner shall have access to all books, records, documents and other data in the CMR's possession related to itself, its subcontractors and material suppliers pertaining to bidding, pricing or performance of the Agreement. Preconstruction Services: The CMR will work cooperatively with the Contracting Authority/Owner, A/E, and Project Team, and will provide, among other services, schedule development, estimate development, Guaranteed Maximum Price (GMP) proposal, subcontractor prequalification and bidding, constructability review, permits, budgeting, value engineering, and preconstruction planning throughout the preconstruction stages. When the drawings and specifications are at the stage of completion specified in the Agreement, such partially completed documents (the "Basis Documents") shall be provided to the CMR, together with the A/E's detailed listing of any incomplete design elements and the A/E’s statement of intended scope with respect to such incomplete elements (the "Design Intent Statement"). Contingent upon the Contracting Authority’s approval of the GMP, the parties will enter into an amendment to the Agreement establishing the

Request for Qualifications (CM at Risk Contract) continued

F170-01-2015-MAY Publish Date: November 21, 2016; Ohio Register #279 Page 3 of 6

Contract Sum (“GMP Amendment”). If the proposed Contract Sum exceeds the Project Budget established for construction, then the Contracting Authority may terminate the agreement with the CMR and seek proposals from other firms for completion of the Project. Construction Services: The CMR shall construct the Project pursuant to the construction documents and in accordance with the schedule requirements. The CMR shall hold all subcontracts and shall be fully responsible for the means and methods of construction, project safety, project completion within the schedule agreed upon in the preconstruction phase, compliance with all applicable laws and regulations including monitoring compliance with all EDGE, equal employment, and prevailing wage requirements, and submitting monthly reports of these activities to the Contracting Authority. All subcontracts shall be on the subcontract form prescribed by OAC Section 153:1-03-02. The Contracting Authority reserves the right to approve the CMR’s selection of subcontractors and any supplemental terms to the form subcontract. 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. Primary Role on project as (CMR) Delivery Method on State of Ohio projects 2. Research and Teaching Laboratory experience 3. Projects delivered in a collaborative BIM-enabled environment 4. University Project in a Dense and/or Urban Site 5. Renovation in an occupied building in a higher education setting 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. Funding / Estimated Budget

Total Project Cost $59,100,000 State Funding $26,400,000 Construction Cost $40,500,000 Other Funding $32,700,000 D. Anticipated Schedule E. EDGE Participation Goal CM Preconstruction Services Start 03 / 17 Percent of the CM’s total compensation

excluding CM’s Contingency* 5.0% Construction Stage Notice to Proceed 05 / 18 Substantial Completion of all Work 12 / 19 *Preconstruction Stage Compensation plus Contract Sum

minus CM’s Contingency CM Services Completed 05 / 20 F. Evaluation Criteria for Selection

Selection Criteria: The CMR will be selected using (i) qualifications-based process during the Request for Qualifications (RFQ) stage to develop a short list and (ii) best value process during the Request for Proposal stage. The qualifications-based criteria for the RFQ is included in this announcement. The best value criteria used in evaluating proposals from short listed firms will include such factors that are determined to derive or offer the greatest value to the State and Owner, combining both qualifications and fee. Short List: Each firm responding to this RFQ will be evaluated and selected based on its qualifications and the qualifications and experience of the particular individuals identified as the candidate's proposed team for the Project. After evaluating the responses to this RFQ, the Contracting Authority will select a short list of no fewer than three candidates that it considers to be the most qualified, except if the Contracting Authority determines that fewer than three firms are qualified, it will only select the qualified firms. Request for Proposal: The short-listed firms shall be sent a Request for Proposal (“RFP”) that will invite the firms to submit pricing proposals containing their proposed preconstruction stage compensation, construction stage personnel costs, itemized construction stage general conditions costs, construction stage contingency percentage, and construction stage fee percentage. The short-listed candidates will also receive (i) form of Agreement with the Contracting Authority containing the contract terms and conditions, (ii) set of the most recent design documents and (iii) proposed Project schedule. Pre-Proposal Meeting: Prior to submitting a response to the RFP, the short-listed firms will be invited to meet individually with the Contracting Authority/Owner. The purpose of the pre-proposal meeting is to permit the short-listed firms an opportunity to ask the Contracting Authority/Owner questions in an individual setting to help the firms prepare their responses to the RFP. The Contracting Authority will notify each short-listed firm to schedule individual times for the pre-proposal meetings.

Request for Qualifications (CM at Risk Contract) continued

F170-01-2015-MAY Publish Date: November 21, 2016; Ohio Register #279 Page 4 of 6

Interview: After submitting responses to the RFP, the short-listed firms will be interviewed by the Contracting Authority/Owner. The purpose of the interview will be to meet the proposed Project team, become familiar with key personnel, and understand the project approach and ability to meet the stated objectives for the Project. Please be prepared to discuss with specificity the firm’s capacity to conduct this work in compliance with the timetable, budget and EDGE expectations. The Contracting Authority will notify each short-listed firm to schedule individual times for the interviews. Selection Schedule: Tentative schedule is subject to change.

Qualifications Due 01/05/2017 RFP issued to the Short-Listed Firms 01/17/2017 Interviews 02/01/2017 Selection of CMR 02/01/2017

Cancellation and Rejection: The Contracting Authority reserves the right to reject all proposals and cancel at any time for any reason this solicitation, any portion of this solicitation or any phase of the Project. The Contracting Authority shall have no liability to any proposer arising out of such cancellation or rejection. The Contracting Authority reserves the right to waive minor variations in the selection process. Interested firms are required to address their BIM project delivery experience and how they will implement Building Information Modeling (“BIM”) on the project by documenting:

The ability for the entire team to effectively collaborate and share models and data. Each discipline model manager and their relevant experience. How you support a subcontractor that does not have sufficient BIM experience to meet the above expectations.

Interested CMR 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 CMR’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 CMR’s Proposal. Both forms can be accessed via the OFCC website at http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. The EDGE Participation Statement of Intent to Contract and Perform from Section H. Additional Information must also be submitted. 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.

G. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. Electronic submittals shall be submitted on a USB drive. Also, please label the USB drive 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. Unless otherwise noted or exempt, all documents submitted to the Contracting Authority in response to this RFQ and subsequent RFP are public and will be available for inspection at the conclusion of the selection process. The following information shall remain confidential and will not be released: (1) Proposal Form(s), except for cost category subtotals which will be transferred to the Best Value Rating Form; (2) Financial Capacity; and (3) Bonding/Insurance. Proposers are requested to submit the following information in response to this RFQ within Section H of Form F110-330.

1. Summary: Provide a summary, on one page or less, describing why your firm/team is the most qualified for the Project.

2. Bonding/Insurance: Provide evidence of capacity to provide bonding in the amount of the construction budget (e.g. a letter from your Surety agent stating that one or more Sureties will issue Bonds in the amount of the

Request for Qualifications (CM at Risk Contract) continued

F170-01-2015-MAY Publish Date: November 21, 2016; Ohio Register #279 Page 5 of 6

construction budget if your team is selected) and a copy of the firm's certificate of insurance showing the firm's current limits of liability for commercial general liability, employer's liability, business automobile liability, and professional liability insurance.

3. Management Systems: Describe the scheduling and cost control systems the firm would propose to use for the Project

4. Self-Performed Work: Indicate whether the firm intends to self-perform any work on the Project through a competitive process and, if so, the nature of the work and capability to self-perform.

5. Estimating: Demonstrated track record of performance of in-house estimating on projects comparable to the Project.

6. Scheduling: Demonstrated track record of performance of managing projects to the original schedule. Firms are requested to identify professional registrations, memberships and credentials including but not limited to: 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.

CM at Risk Selection Rating Form State of Ohio Standard Forms and Documents

F170-01-2015-MAY Publish Date: November 21, 2016; Ohio Register #279 Page 6 of 6

Project Name Advanced Materials Corridor-Phase 1 Proposer Firm Project Number OSU-160973 City, State, Zip

Selection Criteria Value Score

1. Primary Firm Location and Workload (Maximum 10 points)

a. Proximity of firm to project site Less than 100 miles 5

100 miles to 200 miles 2 More than 200 miles 0

b. Amount of contracts awarded by Contracting Authority in previous 24 months

Less than $1,000,000 5 $1,000,000 to $2,000,000 2

More than $1,000,000 0 2. Primary Qualifications (Maximum 40 points)

a. Project management lead Experience / ability of project manager to manage scope / budget / schedule / quality 0 - 10

b. Project administration lead Experience / ability to effectively administer project controls and processes 0 - 10

Max = 30

c. Technical staff Experience / ability of technical staff to develop accurate estimates and schedules 0 - 10

d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 10

3. Key Consultant Qualifications (Maximum 10 points)

a. Key consultants Experience / ability of key consultants to perform effectively and collaboratively 0 - 5

b. Proposed EDGE-certified Consultant participation* One point for every 2 percent increase in Services compensation** over the EDGE participation goal

0 - 5

4. Overall Team Qualifications (Maximum 10 points)

a. Previous team collaboration Less than 2 sample projects 1 Max =

3 2 to 4 sample projects 2 More than 4 sample projects 3

b. LEED*** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 3 projects 0 - 3

3 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 consulting firm(s) and NOT the lead firm ** Preconstruction Stage Compensation plus Contract Sum minus Subcontracted Work, Self-performed Work, and CM’s Contingency *** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute

Subtotal

Notes: Evaluator:

Name

Signature Date

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 21, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Local Agency

Project Name Six Mile Dam Decommissioning Response Deadline 12/12/2016 2:00 PM local time Project Location Six Mile Dam on the Walhonding River Project Number DNR-160063 City / County Warsaw / Coshocton Project Manager Justin Gardner Owner Ohio Department of Natural Resources Contracting Authority Local Agency Delivery Method General Contracting Prevailing Wages State No. of paper copies requested (stapled, not bound) 4 No. of electronic copies requested (PDF) 2

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Jackie Heiter at 2045 Morse Road, Building E-3, Columbus, OH 43229. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Jackie Heiter at [email protected] 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

Professional engineering services are being requested to provide final design services, construction bidding documents, and construction administration for the decommissioning of Six Mile Dam. The Six Mile Dam was constructed in 1830 as part of the Walhonding Canal system that originally served to feed water into the canal, but later served solely as a hydraulic race for a mill and hydroelectric plant at Roscoe, Ohio. The intent of this project is to remove the majority of the dam structure. The existing wing walls and the lock chambers on the south side of the river will likely be left in place for stabilization of banks and to retain some historic features of the structure. Deflectors will be constructed upstream on the north channel to divert flow into the larger south channel. Following removal, habitat features using natural channel design will be installed to enhance habitat for aquatic life and enhance sport fishing opportunities for anglers. Bank stabilization will also be necessary on the north side downstream from the dam. The decommissioning/restoration design must meet dam safety standards and result in a safe structure that is exempt from dam safety laws and rules.

B. Scope of Services

The scope of services may include, but is not limited to; topographical surveys of the dam site, including upstream and downstream areas; performance of geotechnical investigations of the dam and appurtenances to evaluate stability, seepage, and structural condition; performance of hydrologic, hydraulic and flood routing; assist with addressing downstream/ upstream impacts and environmental issues; applying for and obtaining all applicable permits and approvals; develop Biological Assessment; completion of preliminary and final design documents for construction; performance of construction administration services; natural channel design with aquatic life restoration and habit structures. All work shall be performed in compliance with Ohio Dam Safety Rules and Regulations. All work shall be performed in compliance with Ohio EPA requirements and guidelines for the Water Resource Restoration Sponsor Program. The selected Architect (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. During the construction period, provide not less than 40 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.

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 http://ofcc.ohio.gov.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 21, 2016; Ohio Register #279 Page 2 of 4

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 with OEPA Water Resource Restoration Sponsor Program. 2. Experience in working with grant programs and funding. 3. Experience in performing geotechnical analyses. 4. Experience in performing structural analyses pertaining to integrity of concrete structures. 5. Experience in natural channel design with aquatic resource restoration. 6. Experience with project areas containing federally endangered species and federal species of concern. 7. Experience with Ohio Dam Safety Laws and Rules and working with regulatory agencies with authority over

dam and water resources related projects. 8. Experience in applying for and obtaining regulatory permits for water resource projects. 9. Experience working for state and/or other governmental agencies. 10. Experience dealing with the public and holding public meetings.

C. Funding / Estimated Budget

Total Project Cost $1,800,000 State Funding $1,800,000 Construction Cost $1,500,000 Other Funding $0 Estimated A/E Fee 10.0% to 15.0% NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Civil Engineering Professional Services Start 02 / 17 Secondary Geotechnical Engineering Construction Notice to Proceed 06 / 17 Structural Engineering Substantial Completion of all Work 12 / 17 Hydrologic and Hydraulic Services Professional Services Completed 12 / 17 Ecologist Services/ Biological Assessment Construction Administration F. EDGE Participation Goal

Others Field Testing/Laboratory Services Percent of initial TOTAL A/E Fee 5.0% NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733. G. 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. Approach to and success of using partnering and Alternative Dispute Resolution. Proximity of prospective firms to the project site. Dollar value of ODNR contracts in the previous two years. Proposer’s apparent resources and capacity to meet the needs of this project.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 21, 2016; Ohio Register #279 Page 3 of 4

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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. 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.

H. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. 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 or email copies of the Statement of Qualifications will not be accepted. 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.

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 21, 2016; Ohio Register #279 Page 4 of 4

Project Name Six Mile Dam Decommissioning Proposer Firm Project Number DNR-160063 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 200 miles 2 More than 200 miles 0

b. Amount of fees awarded by Contracting Authority in previous 24 months

Less than $200,000 2 $200,000 to $1,000,000 1

More than $1,000,000 0

c. Number of licensed professionals Less than 10 professionals 1 Max = 3 10 or more 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 - 5

d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 5

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. Federally endangered species project experience Within project limits 1 Max

= 2 Project with federally endangered species impacted 2

c. Grant funded project experience General grant experience 1 Max = 3 EPA WRRSP 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 5 projects 0 - 1

5 to 9 projects 2 - 3 More than 9 projects 4 - 5

* Must be comprised of professional design services consulting firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date

Request for Qualifications (Scheduling Consultant) State of Ohio Standard Forms and Documents

F130-07-2015-SEP Publish Date: November 21, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Local Higher Education Project Name Wexner Medical Center - 72-Bed Build Out Response Deadline 12/08/2016 2:00 p.m. local time Project Location 460 West Tenth Avenue Project Number OSU-160380 City / County Columbus / Franklin Project Manager Lance Timmons Owner The Ohio State University Contracting Authority Local Higher Education No. of paper copies requested (stapled, not bound) 4 No. of electronic copies requested (PDF) 1 USB Submit the requested number of Statements of Qualifications (Form F110-330) directly to Lance Timmons at 400 Enarson Classroom Building, 2009 Millikin Rd, Columbus, Ohio 43210. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Lance Timmons at [email protected] 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 Ohio State University (“University” or “Owner”) is requesting interested firms to submit proposals to provide scheduling services for design and construction phases, as a Scheduling Consultant for the 72 Bed Build Out project located on the Columbus Campus, Columbus, Ohio. The University intends to deliver the project through a bid award to a General Contractor. The Scheduling Consultant will be contracted directly by the University and will be independent of other members of the design team. The James Cancer Hospital and Solove Research Institute was completed with shelled spaces planned for inpatient beds on levels 10 and 12. The total area of the project includes approximately 24,500 square feet on level 10 and 54,000 on level 12. The floor plan will be similar to the existing layout of level 11 and will include 24 beds on level 10 and 48 beds on level 12 for a total of 72 additional inpatient beds. The beds are planned to be designed as acuity adaptable beds to allow for use as Critical Care, Step-down or Acute Care inpatient needs. The interior finishes will utilize Wexner Medical Center Standards that were created with the construction of the James Cancer Hospital. The AE will participate in the interview process of the Scheduling Consultant and will be in an advisory role but will not be part of the selection process.

B. Scope of Services

Utilizing information established during design, the Scheduling Consultant will advise the Owner and A/ E regarding development of a proposed schedule, including milestones, to maximize the efficient and economical completion of the project within or prior to the contract completion date. The Owner anticipates furnishing a proposed schedule as a component of the contract documents at time of bid. The Scheduling Consultant will provide the following services during design or construction, as appropriate:

1. Advise the Owner and A/ E in development of alternatives for schedule acceleration to achieve early completion within the project budget;

2. Advise the Owner and A/ E in refinement of construction documents to provide schedule efficiencies, including the development of proposed bid packages;

3. Evaluate the contractor’s actual performance and progress against the contractor’s construction progress schedule and project budget;

4. Advise the Owner and A/ E of recommendations for schedule revisions to be furnished by the contractor; 5. Furnish reports as necessary to provide timely oversite of the contractor’s performance.

All schedules developed by the Scheduling Consultant must maintain the critical path, logic ties, milestone dates, constraints, and other items required by the Project. By advising the Owner and A/E, the Scheduling Consultant does not assume the contractor’s duty to schedule, coordinate, and administer the Contract. During the construction period, provide services as necessary per the implementation plan, including (1) attendance at progress meetings designated by the OSU Project Manager, (2) written reports, (3) weekly on –site representation during

Request for Qualifications (Planning Services) continued

F130-07-2015-SEP Publish Date: November 21, 2016; Ohio Register #279 Page 2 of 4

construction, comprised of the scheduler and its consultant staff. Each report shall contain a comparison of actual progress with the estimated progress for such point in time stated in the original schedule. Examples of High priority construction phase scheduling elements (not all inclusive):

Assist with development of the design schedule during the CD phase Help develop and define required milestones to be incorporated into the bid documents Review contractors primary schedule submittal, and monthly updates Provide weekly review and reports for contractors two week look ahead schedules during construction Review contractor’s monthly schedule update (which the contractor is obligated to furnish “in native electronic

format”) for milestone dates and completion dates and submit reports on any potential issues preventing on time completion.

Develop recovery schedules if required. Assist in evaluation and analysis of claims, if any.

Desired Qualifications: It is the Owner’s desire for the person designated as the scheduler to satisfy as many of the following prerequisites as possible: 1. Acted as the principal Scheduler for at least three (3) projects of similar size and scope. 2. Acted as the principal Scheduler for at least three (3) projects that have achieved or are currently pursuing LEED

certification. 3. Extensive experience in the operation and troubleshooting related to contractual milestones. 4. Extensive field experience is required, with a minimum of five (5) years in this type of work. 5. Knowledgeable in defending approved schedule for the owner 6. Excellent verbal and written communication skills. Highly organized and able to work with both the office and field

personnel of the A/E, Consultant, and Contractor.

The required expertise for this project will be based on the skill and experience of the full team making the proposal. A member of the firm will be designated Scheduler who is a member of the team that will coordinate the scheduling activities. The Scheduler must have technical and management experience on projects of similar scope.

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. Inpatient Medical Units 2. Active Academic Medical Centers 3. New Medical Centers / Renovations 4. State of Ohio, and/or State of Oho University Administered 5. Scheduling Services on LEED projects 6. Post-occupancy analysis regarding construction activities

C. Funding / Estimated Budget

Total Project Cost $60,000,000 State Funding $0 Other Funding $60,000,000

D. Services Required (see note below) E. Anticipated Schedule

Primary Scheduling Planning Services Start 02 / 17

Secondary Planning Services Completed 12 / 18 F. EDGE Participation Goal Others Percent of initial TOTAL Planning Fee 5.0% G. Evaluation Criteria for Selection

Demonstrated ability to meet Owner’s schedule requirements. Previous experience compatible with the proposed project (e.g., type, size). Relevant past work of prospective firm’s proposed consultants.

Request for Qualifications (Planning Services) continued

F130-07-2015-SEP Publish Date: November 21, 2016; Ohio Register #279 Page 3 of 4

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. Proximity of prospective firms to the project site. Proposer’s apparent resources and capacity to meet the needs of this project.

Interested 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 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 Technical Proposal. Both forms can be accessed via the OFCC website at http://ofcc.ohio.gov. The EDGE Participation Statement of Intent to Contract and Perform from Section H. Additional Information must also be submitted. Please identify the EDGE-certified Business Enterprises, by name, which will participate in the delivery of the proposed professional services solicited in the RFQ.

H. Submittal Instructions Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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 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. Firms are requested to identify professional registrations, memberships, 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.

Planning Services Selection Rating Form State of Ohio Standard Forms and Documents

F130-07-2015-SEP Publish Date: November 21, 2016; Ohio Register #279 Page 4 of 4

Project Name Wexner Medical Center - 72 Bed Build Out Proposer Firm Project Number OSU-160380r City, State, Zip Selection Criteria Value Score 1. Firm Location, Workload and Size (Maximum 15 points)

a. Proximity of firm to project site Less than 50 miles 5

50 to 100 miles 2 More than 100 miles 0

b. Amount of fees awarded by Contracting Authority

Less than $200,000 5 $200,000 to $1,000,000 2

More than $1,000,000 0

c. Number of relevant professionals Less than 2 planning professionals 5 Max

= 5 2 to 9 planning professionals 3 More than 9 planning professionals 1

2. Primary Qualifications (Maximum 30 points)

a. Master planning lead Experience / ability of lead master planner to manage visioning / capital improvement plans

0 - 10

b. Assessment lead Experience / ability of lead to manage assessors of various disciplines 0 - 10

Max = 20

c. Planning staff Experience / ability of planning staff to develop long range master plans 0 - 5

d. Technical staff Experience / ability of assessors to accurately collect data and evaluate systems and components

0 - 5

3. Sub-Consultant Qualifications (Maximum 10 points)

Key discipline leads Experience / ability of all key discipline leads to effectively perform the services 0 - 10

4. Project Team Qualifications (Maximum 15 points)

a. Previous team collaboration Less than 2 projects (Low) 0 Max

= 5 2 to 6 projects (Average) 2 More than 6 projects (High) 5

b. LEED* Registered / Certified consultant participation

No projects 0 Max = 5 Registered 2

Certified 5

c. Team Organization Clarity of responsibility / communication demonstrated by table of organization 0 - 5

5. Overall Project Team Experience (Maximum 30 points)

a. Criteria development and prioritization Performance in establishing owner criteria for capital improvement plans 0 - 10

b. Experience with similar planning projects Less than 3 projects (Low) 0 - 3

3 to 6 projects (Average) 4 - 6 More than 6 projects (High) 7 - 10

c. Past performance Level of performance as indicated by past evaluations / letters of reference 0 - 10

* LEED = Leadership in Energy & Environmental Design developed by the U.S. Green Building Council

Subtotal Notes: Evaluator:

Name

Signature Date

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 22, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Local Higher Education

Project Name Shively Dining Hall Renovation Response Deadline 12/20/2016 2:00 PM local time Project Location Shively Hall Project Number OHU-170007 City / County Athens / Athens Project Manager Josh Kranyik Owner Ohio University Contracting Authority Local Higher Education Delivery Method General Contracting Prevailing Wages State No. of paper copies requested (stapled, not bound) 3 No. of electronic copies requested (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Josh Kranyik at [email protected]. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Lynnette Clouse at [email protected] 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

Shively Hall is located on Ohio University’s Athens Campus. It was built in 1956 and underwent a complete renovation in 2009. Situated on East Green, Shively’s ground floor includes the dining court, ‘Grab n Go’ and kitchen. The upper three floors are residence halls. The building is 48,500 gross square feet and the front of house dining area is 13,480 square feet, seating 460. This project will involve the programming, design and construction to upgrade the dining area. Culinary Services is in the process of elevating its self-operated, student residential dining experience by incorporating leading commercial and retail trends. It is desired to create residential dining spaces with influences from restaurant, fast-casual, quick-service production and fresh market trends. Serving concepts, front-of-house dining area and interiors will be upgraded, as well as equipment where needed. Sanitary lines will also be replaced. This renovation will implement LEED practices with the goal of achieving Silver Certification.

B. Scope of Services

The Architect/Engineer (A/E), as a portion of the required Scope of Services, and after the A/E is selected will submit qualifications for at least two Food Service Consultants. The Owner will then interview and select the Food Service consultant. The successful consultant will then be added to the A/E’s contract. The A/E will evaluate building systems, including MEP, chilled water service and metering and review upgrades based on University Standards. The A/E will assist the Owner with a 9 month project warranty walk through inspection of the facility. This project will be a LEED Silver Certified facility when completed, the Owner prefers the Design and Construction LEED submittal process. 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 selected Architect/Engineer (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.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 22, 2016; Ohio Register #279 Page 2 of 4

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 http://ofcc.ohio.gov. During the construction period, provide not less than 20 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.

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. LEED credentials and experience, 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. Architectural Services 2. MEP Engineering Services

C. Funding / Estimated Budget

Total Project Cost $5,000,000 State Funding $0 Construction Cost $3,800,000 Other Funding $5,000,000 Estimated A/E Fee 9.0% to 11.0% NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Architecture Professional Services Start 02 / 17 Secondary Engineering Construction Notice to Proceed 12 / 17 Interior Design Substantial Completion of all Work 08 / 18 Professional Services Completed 08 / 18

F. EDGE Participation Goal Others Percent of initial TOTAL A/E Fee 5.0% NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 22, 2016; Ohio Register #279 Page 3 of 4

G. 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 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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. 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.

H. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. 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. 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.

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 22, 2016; Ohio Register #279 Page 4 of 4

Project Name Shively Dining Renovation Proposer Firm Project Number OHU-170007 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 1 More than 10 professionals 1

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 - 5

Max = 20

c. Technical staff Experience / ability of technical staff to create fully coordinated construction documents 0 - 5

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 5 sample projects 1 Max

= 3 5 to 7 sample projects 2 More than 7 sample projects 3

b. LEED** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 5 projects 0 - 3

5 to 7 projects 4 - 6 More than 7 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 7 projects 2 - 3 More than 7 projects 4 - 5

* Must be comprised of professional design services consulting firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date

Request for Qualifications (Criteria Architect/Engineer, Architect/Engineer) State of Ohio Standard Forms and Documents

F110-53-2015-OCTOBER Publish Date: November 23, 2016; Ohio Register #279 Page 1 of 5

Administration of Project: School District Board + OFCC

Project Name West Clermont LSD Segment 1 Response Deadline 12/09/2016 4:00 PM local time Project Location 4350 Aicholtz Road Cincinnati, Ohio 45245 Project Number SFC-170407 City / County Cincinnati / Clermont County Project Manager Paul J. Motylinski, P.E. Owner West Clermont LSD Contracting Authority School District Board + OFCC Delivery Method Design Build & General Contracting Prevailing Wages None No. of paper copies requested (stapled, not bound) 0 No. of electronic copies requested (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Jill Hoobler at [email protected]. See Section H of this RFQ for additional submittal instructions.

Submit all questions regarding this RFQ in writing to Jill Hoobler at [email protected] 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

CRITERIA ARCHITECT SERVICES

Build two (2) new PK-5 elementary school buildings. Each new PK-5 elementary school building will be 83,274 square feet (SF) in size. One new PK-5 elementary school building will be constructed on the existing Summerside Elementary site; the other PK-5 elementary school building will be constructed on the existing Willowville Elementary site. Each new PK-5 elementary school building will be similar in design to the Amelia Elementary building, which was constructed in 2010. Construction activities are anticipated to start in the Spring of 2017, with construction ending in the Summer of 2018. The project delivery method for the two new PK-5 elementary school buildings will be design-build. A guaranteed maximum price (GMP) for each new PK-5 elementary school building will be required to be submitted by each short listed design-build firm at the time of the best value selection. Both new PK-5 elementary school buildings are required to achieve LEED silver certification at a minimum.

Abate and demolish the existing Summerside Elementary building and the existing Willowville Elementary building after occupancy is achieved for the two new PK-5 elementary school buildings referenced above. The project delivery method for these buildings is design-build. A GMP for the abatement and demolition of each building referenced above will be required to be submitted by each short listed design-build firm at the time of the best value selection.

For the buildings delivered via the design-build delivery method, West Clermont LSD and OFCC are currently working on procuring services related to a topographical survey, geotechnical subsurface exploration, phase I environmental site assessment, and abatement survey and abatement specification development. These deliverables will be required to be included with the criteria documents that are created.

ARCHITECT OF RECORD SERVICES

Renovate and add to the existing PK-5 Clough Pike Elementary building. The size of the renovation is 44,646 SF and the size of the addition is 5,104 SF. Clough Pike Elementary will be an unoccupied renovation, with the student population using the existing Brantner Elementary building as swing space during construction. Construction activities are anticipated to start in June 2018, with construction ending in the Summer of 2019. The project delivery method for this building will be general contracting. The PK-5 Clough Pike Elementary building is required to achieve LEED silver certification at a minimum.

Abate and demolish the existing Brantner Elementary building after the completion of the renovation and addition scope and after occupancy is achieved for Clough Pike Elementary. The project delivery method for this building will be general contracting.

Request for Qualifications (Architect / Engineer) continued

F110-53-2015-OCTOBER Publish Date: November 23, 2016; Ohio Register #279 Page 2 of 5

For the buildings delivered via the general contracting delivery method, the Architect of Record will be required to provide services including, but not limited to, topographical survey, geotechnical subsurface exploration, phase I environmental site assessment, and abatement survey and abatement specification development.

West Clermont LSD may include a locally funded initiative (LFI) budget for additional square footage and/or possible building upgrades and/or enhancements to any of the projects.

B. Scope of Services

One architectural firm will be selected to provide criteria architect/engineer (C-A/E) as well as architect/engineer (A/E) services for the buildings referenced in the Project Description above.

Provide C-A/E services for the buildings referenced above that will be delivered via the design-build delivery method. Refer to the C-A/E Scope of Services for design-build (form M110-53) on the OFCC website.

Pursuant to ORC 153.694, professional design firms selected to provide C-A/E services shall not provide any A/E of Record services for the project for which the professional design firm was selected as the C-A/E.

Provide A/E services for the buildings referenced above that will be delivered via the general contracting delivery method. Refer to the A/E Scope of Services for general contracting (form M110-13.SFC) on the OFCC website.

The selected architectural firm, 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.

C-A/E Services are to include, but are not limited to the following:

1. Program of Requirements for the two new PK-5 elementary buildings.2. Tracking and reporting on the status of project cost versus the project budget throughout the duration of the project.3. Attend and participate in the interviews of the short listed design-build firms.4. Review and comment on the GMP proposals submitted by the short listed design-build firms.5. Act as the lead regarding value engineering discussions and implementation and cost saving strategies.6. Estimating related to the criteria documents.7. Updating and approving the quarterly drawdown throughout the duration of the project.8. Review and comment on contract modification pricing submitted during construction by the design-build firm.9. Lead core meetings, and generate and distribute meeting minutes.10. Review & comment on Schematic Design (SD), Design Development (DD), and Construction Documents (CD)

phase submissions submitted by the design-build firm.11. Review the SD, DD, and CD stage submissions to ensure that each stage submission is compliant with the Ohio

School Design Manual. Provide comments to the design-build firm based on this review for correction.12. Review and comment on project submittals.13. Provide Special Inspections and construction testing services.14. Review punch list submitted by the design-build firm and develop C-A/E punch list. Track completion of items on

the C-A/E punch list.15. During the construction period, provide not less than 16 hours (excluding travel time) on-site construction

administration services each week for the buildings being delivered via the design-build delivery method, including(1) attendance at progress meetings, (2) a written field report of each site visit, (3) on-site representation comprised of the C-A/E and its consultant staff involved in the primary design of the project, all having relevant and appropriate types of construction administration experience.

A/E Services are to include, but are not limited to the following:

1. Basic services as outlined in Articles 1 through 8 of the A/E Scope of Services for general contracting (form M110-13.SFC) on the OFCC website.

2. Additional services as outlined in Article 9 of the A/E Scope of Services for general contracting (form M110-13.SFC)on the OFCC website.

3. Tracking and reporting on the status of project cost versus the project budget throughout the duration of the project.4. Updating and approving the quarterly drawdown throughout the duration of the project.5. Lead monthly core meetings, and generate and distribute meeting minutes.6. During the construction period, provide not less than 24 hours (excluding travel time) on-site construction

administration services each week for the buildings being delivered via the general contracting delivery method,including (1) attendance at progress meetings, (2) a written field report of each site visit, (3) on-site representation

Request for Qualifications (Architect / Engineer) continued

F110-53-2015-OCTOBER Publish Date: November 23, 2016; Ohio Register #279 Page 3 of 5

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.

Refer to the Ohio School Design 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 http://ofcc.ohio.gov.

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. Project Delivery Method (MP, GC, CMR, DB)2. Role on Project (AE-Lead, AE-Sub, CAE-Lead, CAE-Sub)3. K-12 Facility (ES, MS, HS, CT, Combination)4. New Construction or Renovation (N or R)5. LEED Certification (Reg., Cert., Silver, Gold, Platinum)6. OSFC/OFCC Projects7. Detailed Estimating, Budget Management, Cost Tracking and Change Order Review8. Analysis and Review of Construction Schedules and Updates9. Ohio Capital Improvements Process (Specifically worked on projects that are in OAKS CI)

For scope items 1, 2, 3, 4, and 5 listed above, insert one of the noted abbreviations in the Relevant Project Experience Matrix instead of using an “x” when applicable to one of the 10 Example Projects.

C. Funding / Estimated Budget

Total Project Cost $46,888,256 State Funding $ 45,363,991 Construction Cost $41,730,500 Other Funding $ 1,120,259 Estimated C-A/E Fee 1.25% to 3.25% Estimated A/E Fee 6.5% to 7.5%

NOTE: The C-A/E and A/E fee for this project includes all professional design services, and consultant services necessary for proper completion of the C-A/E and A/E Basic Services for the successful completion of the project, including but not limited to: preparation / review and verification of the Program of Requirements, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., creation of a Program of Requirements, extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Architectural Professional Services Start 01 / 17

Secondary Demolition/Abatement Design Construction Notice to Proceed 07 / 17 Structural Engineering Substantial Completion of Elementary(s) 08 / 18 Civil Engineering Substantial Completion of Renovation 07 / 19 Mechanical, Electrical, Plumbing Engineering Professional Services Completed 11 / 20 Interior and Loose Furnishing Design Technology and Security Design F. EDGE Participation Goal

Others Landscape Architecture, Kitchen Consulting (Food Service) Percent of initial TOTAL Fee 5.0%

NOTE: The primary C-A/E and A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733.

G. Evaluation Criteria for Selection

• Demonstrated ability to meet Owner’s programmed project vision, scope, budget, and schedule on previousprojects.

• 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.

Request for Qualifications (Architect / Engineer) continued

F110-53-2015-OCTOBER Publish Date: November 23, 2016; Ohio Register #279 Page 4 of 5

• 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 firm and all its consultants must have the capability to use the internet within their normal business

location(s) during normal business hours.

Interested 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 firm’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 Technical Proposal. Both forms can be accessed via the OFCC website at http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage.

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.

H. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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.

Statements of Qualifications are to be submitted electronically by e-mail. Submittals are to be limited to maximum of one e-mail with the total 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.

Criteria Architect/Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-53-2015-OCTOBER Publish Date: November 23, 2016; Ohio Register #279 Page 5 of 5

Project Name West Clermont LSD Segment 1 Proposer Firm

Project Number SFC-170407 City, State, Zip

Selection Criteria Value Score

1. Primary Firm Location, Workload and Size (Maximum 10 points)

a. Proximity of firm to project siteLess than 25 miles 5 25 miles to 50 miles 2 More than 50 miles 0

b. Amount of fees awarded by Contracting Authority inprevious 24 months

Less than $1,000,000 2 $1,000,000 to $5,000,000 1 More than $5,000,000 0

c. Number of licensed professionalsLess than 5 professionals 1 Max

= 3 5 to 10 professionals 2 More than 10 professionals 3

2. Primary Qualifications (Maximum 30 points)

a. Project management lead Experience / ability of project manager to manage scope / budget / schedule / quality 0 - 10

b. Project criteria design lead Experience / creativity of criteria designer to document owner’s vision and requirements 0 - 10

c. Technical staff Experience / ability of technical staff to create accurate and complete design criteria 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 collaborationLess than 3 sample projects 0 3 to 6 sample projects 2 More than 6 sample projects 5

b. Team organization Clarity of responsibility / communication demonstrated by table of organization 0 - 5

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 methodsLess than 2 projects 0 - 3 2 to 4 projects 4 - 6 More than 4 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 processLess than 2 projects 0 - 1 2 to 4 projects 2 - 3 More than 4 projects 4 - 5

* Must be comprised of professional design services consulting firm(s) and NOT the lead firmSubtotal

Notes: Evaluator:

Name

Signature Date

RFQ Question and Answer List State of Ohio Standard Forms and Documents

F110-17v0912 Page 1 of 1

Project Name West Clermont LSD – Segment 1 Project Number SFC-170407 Date posted: 11/29/2016 Date revised: [If needed] Below are the questions that have been received to date for the RFQ of the above-referenced project:

1. We see that the Construction Cost is $41,730,500.00, what is split of the construction cost between the Design Build and the CMR projects?

A. The CMR delivery method is not applicable to the project. Design-build and general contracting are the two delivery methods that are applicable to the project. The estimated construction cost for each building by delivery method is as follows: Design-Build Delivery Method:

Two new PK-5 buildings: $16,264,750 each Abate and demolish the existing Summerside Elementary: $400,000 Abate and demolish the existing Willowville Elementary: $300,000

General Contracting Delivery Method: Renovate and add to the existing Clough Pike Elementary: $8,160,000 Abate and demolish the existing Brantner Elementary: $341,000

2. With the RFQ for both a Criteria Architect and an Architect of Record, can firms declare which design professional task they are submitting on an only submit on one?

A. There is no option available to submit on only the C-A/E services or only the A/E services. One firm will be selected to provide C-A/E and A/E services as outlined in the Request for Qualifications.

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2015-MAY Publish Date: November 23, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Local Higher Education

Project Name

Athletic Complex (Rhodes Center)/Recreation, Student Health & Wellness Response Deadline 01/03/2017 2:00 PM local time

Project Location 940 Second Street Project Number SSUL17-001 City / County Portsmouth / Scioto Project Manager Butch Kotcamp Owner Shawnee State University Contracting Authority Local Higher Education Delivery Method Multiple Prime Contracting Prevailing Wages State No. of paper copies requested (stapled, not bound) 4 No. of electronic copies requested (PDF) 1

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Beth Rockwell at 940 2nd Street, Portsmouth, Ohio 45662. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Butch Kotcamp at [email protected] 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

This project renovates and rehabilitates portions of an existing complex that includes the James A. Rhodes Athletic Center, a physical education connector and the Warsaw Natatorium. The facilities that make up this complex range from over 20 years to nearly 40 years in age. The University has funded improvements to the approximate 74,000 sq. ft. complex, however during this period of time, the campus has transitioned from a commuter campus to approximately one fourth of the student body living in University owned or University managed housing. This shift in demographics and the changing expectations of current and prospective students require substantial improvements to the current facilities. The planned improvements will provide an environment that supports the strategic expansion of varsity athletic programs, presents a variety of club sports to encourage greater numbers of student participation, and provides modernized campus recreational and fitness facilities.

The planned facility improvements include, but are not limited to: upgrading of the building’s life safety systems, ADA access, and facility infrastructure, replacement of the original (circa 1983) pool filtration and pump systems; separating the athletic programs’ cardiovascular area to permit additional space and modernization of a general student fitness area; upgrading of deteriorated exterior areas, including poor drainage and pathways that are not conducive to optimal circulation and foot traffic; and enhancing building security measures.

Other campus recreational capital improvements will be designed to increase opportunities for club sports and enhance wellness and fitness activities. Examples of possible new projects or improvements of existing campus areas include: new lighting for the multi-use athletic field to expand utilization of the field to evening hours for both athletic teams and club sports, playing field restroom facilities, athletic equipment storage facilities, a disc golf course, and additional student bike racks.

B. Scope of Services

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. 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 http://ofcc.ohio.gov.

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2015-MAY Publish Date: November 23, 2016; Ohio Register #279 Page 2 of 4

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. Architectural-Experience on renovations projects for the State of Ohio Institutions including design, phasing,

occupied renovation, contract administration, and close-out. 2. HVAC Engineering performed with architect as lead. 3. Plumbing Engineering performed with architect as lead. 4. Electrical/IT Engineering performed with architect as lead.

C. Funding / Estimated Budget

Total Project Cost $7,150,000 State Funding $0 Construction Cost $5,720,000 Other Funding $7,150,000 Estimated A/E Fee 8.0% to 8.5% NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., creation of a Program of Requirements, extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Architectural Professional Services Start 02 / 17 Secondary Mechanical,and Plumbing Engineering Construction Notice to Proceed 05 / 17 Electrical/ Technology Engineering Substantial Completion of all Work Multiple Phases Professional Services Completed 10 / 19 F. EDGE Participation Goal

Others Percent of initial TOTAL A/E Fee 5.0% NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733. G. 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.

Request for Qualifications (Architect / Engineer) continued

F110-02-2015-MAY Publish Date: November 23, 2016; Ohio Register #279 Page 3 of 4

• 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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. 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.

H. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://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. 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. 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.

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2015-MAY Publish Date: November 23, 2016; Ohio Register #279 Page 4 of 4

Project Name Athletic Complex (Rhodes Center)/Recreation, Student Health & Wellness Proposer Firm

Project Number SSUL17-001 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 150 miles 5

150 miles to 300 miles 2 More than 300 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 2 professionals 1 Max

= 3 2 to 6 professionals 2 More than 6 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 - 5

d. Construction administration staff Experience / ability of field representative to identify and solve issues during construction 0 - 5

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 2 sample projects 1 Max

= 3 2 to 6 sample projects 2 More than 6 sample projects 3

b. LEED** Registered / Certified project experience Registered projects 1 Max = 2 Certified 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 2 projects 0 - 3

2 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 2 projects 0 - 1

2 to 6 projects 2 - 3 More than 6 projects 4 - 5

* Must be comprised of professional design services consulting firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 30, 2016; Ohio Register #279 Page 1 of 4

Administration of Project: Local Higher Education

Project Name Building Envelope/Weatherproofing Response Deadline Dec. 9, 2016 2:30 pm local time Project Location Multiple Campuses Project Number 1130-17-166/UTO-170166 City / County Toledo / Lucas Project Manager Chris Levicki Owner The University of Toledo Contracting Authority Local Higher Education Delivery Method Multiple Prime Contracting Prevailing Wages State No. of paper copies requested (stapled, not bound) 5 No. of electronic copies requested (PDF) 0

Submit the requested number of Statements of Qualifications (Form F110-330) directly to Joy Martin at 2165 East Scott Park Drive, Toledo, OH 43607 or Joy Martin, 2801 W. Bancroft, MS 460, Toledo, OH 43606. See Section H of this RFQ for additional submittal instructions. Submit all questions regarding this RFQ in writing to Daniel Klett at [email protected] 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 is soliciting qualifications for professional services for the repair and/or replacement of building envelope/weatherproofing components on multiple buildings on several campuses. The work is likely to include, but may not be limited to, roof repairs and/or replacement, cleaning and replacement of weatherproofing, repair/replacement of flashings, tuckpointing and masonry repairs, removal and replacement of caulking, repair/replacement of doors and windows/glazing, and repair/replacement of skylights. Maintaining the integrity of the building envelope/weatherproofing is critical for keeping water from entering the building. Water penetration into the building damages structural components, insulation, building systems, and finish materials. It can also lead to mold growth and an unhealthy interior environment. The University has a target list of building envelope/weatherproofing issues. Current thinking is that this project may include North Engineering, Snyder Memorial, Palmer Hall, MacKinnon Hall, Bowman-Oddy Laboratories, University Hall, Center for Performing Arts, Ritter Astrophysical Research Center, Law Center, Gillham Hall (all on UT’s Main Campus), Health Science Building (at UT’s Health Science Campus) and the Lake Erie Research Center (at UT’s Lake Erie Campus) --although other buildings on these or other campuses may be added to the list. This project is the next phase of what is expected to be a multi-year, multi-phase project and to repair and/or replace building envelope/weatherproofing components on multiple buildings on UT’s several campuses. Funding for this phase is included in the State Capital Bill for FY17-FY18. 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 on 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. A prioritized list of roof repair/replacement projects has been compiled. A prioritized list of other building envelope/weatherproofing issues has been compiled. These lists will be made available to the short-listed firms. CAD drawings of the buildings most likely to be included in this phase, and electronic copies of the construction documents of these buildings (original construction, renovations, and additions) will also be provided to the short-listed firms.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 30, 2016; Ohio Register #279 Page 2 of 4

The selected Architect/Engineer (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. 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 http://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 roof repair/replacement projects. 2. Design of cleaning and replacement of weatherproofing. 3. Design of repair/replacement of flashings. 4. Design of tuckpointing and masonry repairs. 5. Design of removal and replacement of caulking. 6. Design of repair/replacement of doors and windows/glazing. 7. Design of projects involving multiple locations and multiple buildings. 8. Previous experience working with identified sub-consultants. 9. Previous experience working with UT. 10. Previous experience working with State of Ohio.

C. Funding / Estimated Budget

Total Project Cost $1,750,000 State Funding $1,750,000 Construction Cost $1,400,000 Other Funding $0 Estimated A/E Fee 7.5% to 8.0% NOTE: The A/E fee percentage for this project includes all professional design services, and consultant services necessary for proper completion of the Basic Services for the successful completion of the project, including but not limited to: review and verification of the Program of Requirements provided by the Owner, validation of existing site conditions (but not subsurface or hidden conditions), preparation of cost estimates and design schedules for the project. Fees may be negotiated and allocated for Additional Services (e.g., extensive evaluation or validation of site conditions, extensive pre-design investigations, code-required special inspection and testing, Quality Assurance testing during the construction period, and testing due to unforeseen conditions).

D. Services Required (see note below) E. Anticipated Schedule

Primary Architectural Professional Services Start 01 / 17

Secondary Structural Engineering Construction Notice to Proceed 05 / 17 Substantial Completion of all Work 09 / 17 Professional Services Completed 11 / 17 F. EDGE Participation Goal

Others Percent of initial TOTAL A/E Fee 15.0% NOTE: The primary A/E shall be (1) a registered architect holding a license and certificate of authorization issued by the Ohio Architects Board pursuant to ORC Chapter 4703, (2) a landscape architect holding a license and certificate of authorization issued by the Ohio Landscape Architects Board pursuant to ORC Chapter 4703, or (3) a professional engineer or professional surveyor holding a license and certificate of authorization issued by the Ohio Engineers and Surveyors Board pursuant to ORC Chapter 4733.

Request for Qualifications (Architect / Engineer) continued

F110-02-2016-JAN Publish Date: November 30, 2016; Ohio Register #279 Page 3 of 4

G. 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 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 http://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage. 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. The Contracting Authority reserves the right to reject any or all submissions and cancel at any time for any reason this solicitation, any portion of this solicitation, or any phase of the Project. If Contracting Authority and the apparent chosen A/E are unable to reach agreement on the terms and conditions of the A/E Agreement, Contracting Authority reserves the right to reject the firm and utilize the short-list to select an A/E. The Contracting Authority shall have no liability to any firm arising out of such cancellation or rejection. The Contracting Authority reserves the right to waive minor variations in the selection process.

H. Submittal Instructions

Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC website at http://ofcc.ohio.gov.

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 or e-mailed copies of the Statement of Qualifications will not be accepted. In Section H of Statement of Qualification (Form F110-330), provide a summary of your firm’s/team’s qualifications in each of the selection criteria included on the Architect/Engineer Selection Rating score sheet included in the RFQ. Use the number system of the selection criteria on the score sheet to organize your response in Section H. Identify by name the individual(s) you are proposing to serve in the roles identified in selection criteria 2 and 3. 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.

Architect / Engineer Selection Rating Form State of Ohio Standard Forms and Documents

F110-02-2016-JAN Publish Date: November 30, 2016; Ohio Register #279 Page 4 of 4

Project Name Building Envelope/Weatherproofing Proposer Firm Project Number 1130-17-166/UTO-170166 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 50 miles 5

50 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 3 Max

= 3 5 to 10 professionals 2 More than 10 professionals 1

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 - 5

Max = 20

c. Technical staff Experience / ability of technical staff to create fully coordinated construction documents 0 - 5

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 projects 1 Max = 2 Certified 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 firm(s) and NOT the lead firm ** Leadership in Energy & Environmental Design administered by the Green Building Certification Institute Subtotal

Notes: Evaluator:

Name

Signature Date