Cleveland State University Fenn Hall

Agency: Ohio Facility Construction Commission
State: Ohio
Type of Government: State & Local
Posted Date: Apr 10, 2025
Due Date: Apr 30, 2025
Solicitation No: CLS-25FHRE
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Publish Date Due Date Project Number Owner Project Name Primary Service Estimated Project Cost Q&A Short List Notes
4/10/2025 4/30/2025 CLS-25FHRE Cleveland State University Cleveland State University Fenn Hall A/E $31,200,000 N/A TBD

Attachment Preview

Request for Qualifications (Architect / Engineer)
State of Ohio Standard Forms and Documents
Administration of Project: Local Higher Education
Project Name Cleveland State University Fenn Hall
Project Location 1960 East 24th Street 44115-2214
City / County Cleveland / Cuyahoga County
Owner
Cleveland State University
Delivery Method CM at Risk
No. of paper copies requested (stapled, not bound)
0
Response Deadline April 30, 2025 2:00pm
Project Number
CLS-25FHRE
Project Manager
Maeve Murphy.
Contracting Authority Local Higher Education
Prevailing Wages State
No. of electronic copies requested (PDF)
local time
1
Submit the requested number of Statements of Qualifications (Form F110-330) directly to Maeve Murphy at
m.c.murphy58@csuohio.edu and CC capitalplanning@csuohio.edu Office of Capital Planning, Project Manager. See Section
J of this RFQ for additional submittal instructions.
Submit all questions regarding this RFQ in writing to Maeve Murphy at m.c.murphy58@csuohio.edu with the project number
included in the subject line (no phone calls please). Questions will be answered and posted to the Opportunities page on the
OFCC website at http://ofcc.ohio.gov on a regular basis until one week before the response deadline. The name of the party
submitting a question will not be included on the Q&A document.
Project Overview
A. Project Description
Cleveland State University (CSU) is seeking architectural/engineering services for renovations to Fenn Hall, one of the
university's most prominent historical buildings. Originally constructed in 1924 as an automobile showroom and service
department. It was purchased by Fenn College and substantially renovated in 1959. For over half a century, Fenn
Hall has provided training for area engineers and provided Fenn College--and now Cleveland State University--with
much-needed engineering spaces that CSU hopes to continue to expand.
B. Scope of Services
The scope of this project includes critical repairs and improvements to the building’s East and West façades, which are
currently in significant disrepair. The façade work will represent the majority of the project’s overall cost and is a critical
component of this renovation. In addition to the exterior upgrades, CSU intends to renovate portions of the building’s 4th
floor to create new state-of-the-art spaces that support biomedical research and enhance CSU’s recruitment and retention
of students and faculty. The 4th floor renovation will include laboratories, auxiliary and support spaces, seminar and
conference rooms, break areas, and other academic and collaborative environments. Upgrades to mechanical, electrical,
and plumbing (MEP) systems serving these areas are also included in the scope of work. We will need the architect to
help CSU program and space plan faculty and staff in the best approach possible, likely multi-phased approach, that is
the most cost effective and least disruptive to our campus.
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 Architecture or Engineering Consultant, 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 A/E
Agreement detailed cost components to address the Owner’s project requirements. Participate in the Encouraging
Diversity, Growth & Equity (EDGE) Program as required by statute and the Agreement.
As required by the Agreement, and as properly authorized, provide the following categories of services: Program
Verification, Schematic Design, Design Development, Construction Document Preparation, Bid and Award Support,
Conformed Documents, Construction Administration, Post-Construction, and Additional Services of all types.
Refer to the Ohio Facilities Construction Manual for additional information about the type and extent of services required
for each. A copy of the standard Agreement can be obtained at the OFCC website at https://ofcc.ohio.gov.
F110-02-2022-MAR
Publish Date: 4/10/2025
Page 1 of 5
Request for Qualifications (Architect / Engineer) continued
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 Engineer 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. Previous experience with the OFCC and/or State of Ohio projects.
2. Relevant examples of critical façade/ structural repairs.
3. Experience in wet and dry labs.
C. Estimated Budget / Funding
State Funding:
$31.2 million
Other Funding:
$0
Construction Cost: $24,735,000.00
Total Project Cost: $31,200,000.000
D. Anticipated Schedule
Professional Services Start:
Construction Notice to Proceed:
Substantial Completion of all Work:
Professional Services Completed:
09 / 25
04 / 26
09 / 27
11 / 27
E. Estimated Basic Fee Range (see note below)
6% to 7%
F. EDGE Participation Goal
Percent of initial Total A/E Fee:
5.0%
NOTE: Basic Services include: (1) Program Verification, (2) Schematic Design, (3) Design Development, (4) Construction Documents,
(5) Bidding and Award OR GMP Proposal and Amendment (as applicable), (6) Construction Administration, and (7) Closeout services. The
Basic Fee includes all professional design services and consultant services necessary for proper completion of the Basic Services, including
validation of existing conditions (but not subsurface or hidden conditions) and preparation of cost estimates and design schedules for the
project. The Estimated Basic Fee Range is calculated as a percentage of the Estimated Budget for Construction Cost above, including
the Owner’s contingency. The Basic Fee excludes any Additional Services required for the project.
G. Basic Service Providers Required (see note below)
Lead A/E Discipline: Architecture or Engineering
Secondary
Disciplines:
Mechanical-Electrical-Plumbing Eng.
Fire Protection Engineering
HVAC Engineering
Structural Engineering
H. Additional Service Providers Required
NOTE: The lead A/E shall be (1) an architect registered pursuant to ORC Chapter 4703, (2) a landscape architect registered pursuant to ORC
Chapter 4703, or a (3) professional engineer or (4) professional surveyor licensed pursuant to ORC Chapter 4733.
I. Evaluation Criteria for Selection
F110-02-2022-MAR
Publish Date: 4/10/2025
Page 2 of 5
Request for Qualifications (Architect / Engineer)
State of Ohio Standard Forms and Documents
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 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 address how they will implement Building Information Modeling (“BIM”) on the project,
experience and level of training of staff related to BIM, incorporation of team partners that have previous BIM experience,
and an understanding of collaborative BIM processes, including but not limited to the State of Ohio BIM Protocol available
at the OFCC website at https://ofcc.ohio.gov.
Interested 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 respondents 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 respondents Technical Proposal. Both forms can be accessed via the OFCC website at
https://ofcc.ohio.gov. The Intent to Contract and to Perform form is again required at the Fee Proposal stage.
If the firm intends to receive points for exceeding the EDGE Participation Goal, it must provide BOTH a completed
Commitment to Participate form AND a completed Statement of Intent to Contract and to Perform forms signed by
both parties with its Statement of Qualifications.
For all Statements of Qualifications, please identify the EDGE-certified Business Enterprises, by name, which will
participate in the delivery of the proposed professional services solicited in the RFQ.
Interested firms must indicate on their Statement of Qualifications, the locations where their services will be performed in
the spaces provided or by attachment in accordance with the requirements of Executive Order 2019-12D related to
providing services only within the United States and the requirements of Executive Order 2022-02D prohibiting purchases
from or investment in any Russian institution or company. Failure to do so may cause their Statement of Qualifications to
be rejected.
J. Submittal Instructions
Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC
website at https://ofcc.ohio.gov.
Electronic submittals should be combined into one PDF file named with the project number listed on the RFQ and your
firm’s name. Use the “print” feature of Adobe Acrobat or similar software for creating a PDF rather than using a scanner. If
possible, please reduce the file size of the PDF. In Acrobat, go to Advanced, then PDF Optimizer. Also, please label the
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.
Electronic submittals should be combined into one PDF file named with the project number listed on the RFQ and your
firm’s name. Use the “print” feature of Adobe Acrobat or similar software for creating a PDF rather than using a scanner. If
possible, please reduce the file size of the PDF. In Acrobat, go to Advanced, then PDF Optimizer. Also, please insert the
project number and firm name followed by “SOQ” in the email subject line.
F110-02-2022-MAR
Publish Date: 4/10/2025
Page 3 of 5
Request for Qualifications (Architect / Engineer) continued
Statements of Qualifications must be submitted electronically by email. Submittals are limited to one email with a
maximum file size of 25 MB.
Firms are requested to identify professional registrations, memberships and credentials including: LEED GA, LEED AP,
LEED AP+, CCCA, CCM, CCS, CDT, CPE, DBIA, and any other appropriate design and construction industry credentials.
Identify that information on the resume page for individual in Block 22, Section E of the F110-330 form.
F110-02-2022-MAR
Publish Date: 4/10/2025
Page 4 of 5
Architect / Engineer Selection Rating Form
State of Ohio Standard Forms and Documents
Project Name Cleveland State University Fenn Hall
Project Number CLS-25FHRE
Proposer Firm
City, State, Zip
Selection Criteria
1. Primary Firm Location, Workload and Size (Maximum 10 points)
a. Proximity of firm to project site
b. Amount of fees awarded by Contracting Authority in
previous 24 months
c. Number of licensed professionals
Less than 25 miles
25 miles to 50 miles
More than 50 miles
Less than $1,000,000
$1,000,000 to $2,000,000
More than $2,000,000
Less than 3 professionals
3 to 6 professionals
More than 6 professionals
2. Primary Firm Qualifications (Maximum 30 points)
a. Project management lead
b. Project design lead
c. Technical staff
d. Construction administration staff
Experience / ability of project manager to
manage scope / budget / schedule / quality
Experience / creativity of project designer to
achieve owner’s vision and requirements
Experience / ability of technical staff to create
fully coordinated construction documents
Experience / ability of field representative to
identify and solve issues during construction
3. Key Consultant Qualifications (Maximum 20 points)
a. Key discipline leads
Experience / ability of key consultants to
perform effectively and collaboratively
b. Proposed EDGE-certified Consultant participation*
One point for every 2 percent increase in
professional services over the EDGE
participation goal
4. Overall Team Qualifications (Maximum 10 points)
a. Previous team collaboration
b. LEED** Registered / Certified project experience
c. BIM project experience
d. Team organization
Less than 2 sample projects
3 to 4 sample projects
More than 4 sample projects
Registered LEED v4.0 or v4.1 projects
Certified LEED v4.0 or v4.1 projects
Training and knowledge
Direct project experience
Clarity of responsibility / communication
demonstrated by table of organization
5. Overall Team Experience (Maximum 30 points)
a. Previous team performance
b. Experience with similar projects / delivery methods
c. Budget and schedule management
d. Knowledge of Ohio Capital Improvements process
Past performance as indicated by
evaluations and letters of reference
Less than 2 projects
2 to 4 projects
More than 4 projects
Performance in completing projects within
original construction budget and schedule
Less than 2 projects
2 to 4 projects
More than 4 projects
Value
Score
5
2
0
2
1
0
1
2
3
Max
=3
0 - 10
0-5
0 - 10
0-5
Max
= 20
0 - 15
0-5
1
2
3
Max
=3
1
Max
2
=2
1
Max
3
=3
0-2
0 - 10
0-3
4-6
7 - 10
0-5
0-1
2-3
4-5
* Must be comprised of professional design services consulting firms and NOT the lead firm - For more
information on scoring this and other criteria refer to Document F199-01 - PS Selection Rating Rubric.
** Leadership in Energy & Environmental Design administered by Green Business Certification Inc.
Notes:
Evaluator:
Name
Subtotal
Signature
Date
F110-02-2022-MAR
Publish Date: 4/10/2025
Page 5 of 5
This page summarizes the opportunity, including an overview and a preview of the attached documents.
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Bid Number: IFB 25017JF Bid Title: IFB 25017JF Bulk Pebble Lime Hauling Category:

City of Dayton

Bid Due: 5/20/2025

Bid Number: SOQ Guidelines 2025 Bid Title: SOQ Guidelines 2025 Category: County Project

County of Lorain

Bid Due: 12/31/2025

Follow Kaiju Active Contract Opportunity Notice ID FA8650-22-S-1004 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/12/2027

Follow Experiments, Prototypes, Research, and Evaluation Supporting Systems (EXPRESS) Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 2/14/2027