Lexington LSD-New PK-6 & Abate/Demos

Agency: Ohio Facility Construction Commission
State: Ohio
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 238910 - Site Preparation Contractors
  • 238990 - All Other Specialty Trade Contractors
Posted Date: Apr 24, 2025
Due Date: May 10, 2025
Solicitation No: SFC-250517
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
4/24/2025 5/10/2025 SFC-250517 Lexington Local School District Lexington LSD-New PK-6 & Abate/Demos CM-R $50,847,975 N/A TBD

Attachment Preview

Request for Qualifications (CM at Risk Contract)
State of Ohio Standard Forms and Documents
Administration of Project: School District Board + OFCC
Project Name Lexington LSD-New PK-6 & Abate/Demos
Project Location Clever Lane
City / County Lexington / Richland
Owner
Lexington Local School District
Delivery Method CM at Risk
No. of paper copies requested (stapled, not bound) 0
Response Deadline May 10, 2025 3:00 PM local time
Project Number
SFC-250517
Project Manager
Tim Soards
Contracting Authority School District Board + OFCC
Prevailing Wages
None
No. of electronic copies requested (PDF)
1
Submit the requested number of Statements of Qualifications (Form F110-330) directly to Procurement at
procurement@ofcc.ohio.gov. See Section G of this RFQ for additional submittal instructions.
Submit all questions regarding this RFQ in writing to Procurement at procurement@ofcc.ohio.gov 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 https://ofcc.ohio.gov on a regular basis until one week before the response deadline. The name of the party
submitting a question will not be included on the Q&A document.
Project Overview
A. Project Description
Build a New Elementary School to house 1,187 students, grades PK-6:
The building is to be approximately 132,636 square feet with a total co-funded cost of $48,760,111 which includes
$47,954,024 non-allowance cost, $806,087 allowance cost. The District has opted not to include a storm shelter in
the design of this facility.
Abatement and Demolition of three existing Elementary Schools:
o Abate and demolish Lexington Central Elementary School (40,447 sq. ft.) at an estimated cost of $1,082,830;
o Abate and demolish Lexington Eastern Elementary School (50,394 sq. ft.) at an estimated cost of $524,092;
o Abate and demolish Lexington Western Elementary School (34,294 sq. ft.) at an estimated cost of $480,940.
Locally Funded Initiatives:
As a part of this project, the District may elect to fund an increase to the building’s area to include additional
classroom space, circulation area, and/or other similar scope through Locally Funded Initiatives (LFI). LFI-funded
scope, if pursued, will not be known until a later date.
Locally-Administered Scope/Contracts:
Locally-administered scopes of work include work scope which is outside the scope of the co-funded projects
described above. The District may pursue scope(s) of work similar in nature to, and/or as required for the completion
of, this project for which the Construction Manager at Risk (CM) may be as determined with this selection process.
The project will be designed in accordance with the 2024 Ohio School Design Manual (OSDM), which can be found
on the OFCC website at Current OSDM | Ohio Facilities Construction Commission.
Budgetary information is based on 2024 Cost Sets.
The project will be administered through the Ohio Administrative Knowledge System-Capital Improvements (OAKS-
CI) software, along with other state-issued software/applications (such as those contained in ProdApp).
The project delivery method for the New Elementary School will be CM at Risk (CM). The project delivery method
for the Demo/Abate projects, while currently anticipated to be CMR, is yet to be determined.
The project will follow LEED v4.0 criteria and is required to attain at least a Silver Certification.
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”).
F170-01-2022-MAR
Publish Date: 4/24/2025
Page 1 of 5
Request for Qualifications (CM at Risk Contract) continued
All aspects of the project and related issues will be implemented and operated consistent with the Contracting
Authority’s and/or Owner’s policies and procedures.
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. 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: provide
constructability review comments, OSDM compliance review comments and identify Variance Request needs 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 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 https://ofcc.ohio.gov.
A copy of the Supplementary Conditions (K-12 School CM at Risk), which will be included to amend certain aspects of the
Agreement, can also be obtained at the OFCC website at https://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 bookpricing 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. LEED Status (Reg., Cert., Silv., Gold, Plat.)
4. OSFC/OFCC Projects (K-6 emphasis)
5. Demonstrated experience working with, and ensuring compliance with, the Ohio School Design Manual
6. Detailed Estimating, Budget Management and Cost Tracking
7. Development and Review of resource-loaded P6 Schedules, Schedule Updates and Schedule Recovery
8. OAKS-CI Projects, specifically related to K-12
9. Drawdown Tool and Quarterly Reconciliation
F170-01-2022-MAR
Publish Date: 4/24/2025
Page 2 of 5
Request for Qualifications (CM at Risk Contract) continued
C.
Funding / Estimated Budget
Total Project Cost $50,847,975
Construction Cost $40,500,000(New)/$1,750,000(Demo)
State Funding $47,664,432
Other Funding $3,183,543
D.
Anticipated Schedule
CM Preconstruction Services Start
Construction Stage Notice to Proceed
Substantial Completion of all Work
CM Services Completed
07 / 25
05 / 26
06 / 28
11 / 29
E.
EDGE Participation Goal
Percent of the CM’s total compensation
excluding CM’s Contingency*
5.0%
*Preconstruction Stage Compensation plus Contract Sum
minus CM’s Contingency
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
Individual Pre-Proposal Meetings
Proposals Due
Interviews
Selection of CM
5/21/2025
5/28/2025
6/6/2025
6/11/2025
6/13/2025
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 https://ofcc.ohio.gov.
F170-01-2022-MAR
Publish Date: 4/24/2025
Page 3 of 5
Request for Qualifications (CM at Risk Contract) continued
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 https://ofcc.ohio.gov. The Intent to
Contract and to Perform form is again required at the Fee Proposal stage.
If the CM 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 CM 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.
G. 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 insert the
project number and firm name followed by “SOQ” in the email subject line.
Statements of Qualifications must be submitted electronically by email. Submittals are limited to one email with a
maximum file size of 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 CM’s in-house estimating on projects comparable to the Project.
6. Scheduling: Demonstrated track record of managing projects to the original schedule.
7. Financial Tracking: Demonstrated ability to successfully track project financials, including quarterly drawdowns
and reconciliations, Locally-Funded Initiatives, contingency tracking and closeout/closeout reconciliation.
8. OAKS CI, ProdApp: Demonstrated ability to operate within and utilize the state’s project-related software.
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.
F170-01-2022-MAR
Publish Date: 4/24/2025
Page 4 of 5
CM at Risk Selection Rating Form
State of Ohio Standard Forms and Documents
Project Name Lexington LSD - New PK-6 & Abate/Demos
Project Number SFC-250517
Proposer Firm
City, State, Zip
Selection Criteria
1. Primary Firm Location and Workload (Maximum 10 points)
a. Proximity of firm to project site
b. Amount of contracts awarded by Contracting
Authority in previous 24 months
Less than 100 miles
100 miles to 150 miles
More than 150 miles
Less than $5,000,000
$5,000,000 to $20,000,000
More than $20,000,000
2. Primary Qualifications (Maximum 40 points)
a. Project management lead
b. Project administration lead
c. Technical staff
d. Construction administration staff
Experience / ability of project manager to
manage scope / budget / schedule / quality
Experience / ability to effectively administer
project controls and processes
Experience / ability of technical staff to
develop accurate estimates and schedules
Experience / ability of field representative to
identify and solve issues during construction
3. Key Consultant Qualifications (Maximum 10 points)
a. Key consultants
b. Proposed EDGE-certified Consultant participation*
Experience / ability of key consultants to
perform effectively and collaboratively
One point for every 2 percent increase in
Services compensation** 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 4 sample projects
4 to 7 sample projects
More than 7 sample projects
Registered LEED v4 or v4.1 projects
Certified LEED v4 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 6 projects
6 to 8 projects
More than 8 projects
Performance in completing projects within
original construction budget and schedule
Less than 6 projects
6 to 8 projects
More than 8 projects
Value
5
2
0
5
2
0
0 - 10
0 - 15
0-5
0 - 10
Max =
30
0-5
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
Score
* Must be comprised of consulting firm(s) and NOT the lead firm - For more information on scoring this and
other criteria refer to Document F199-01 - PS Selection Rating Rubric.
** Preconstruction Stage Compensation plus Contract Sum minus Subcontracted Work, Self-performed
Work, and CM’s Contingency
*** Leadership in Energy & Environmental Design administered by Green Business Certification Inc.
Notes:
Evaluator:
Name
Subtotal
F170-01-2022-MAR
Signature
Publish Date: 4/24/2025
Date
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 Date Project Number Owner Project Name City County Pba SOL Docs Bid

Ohio Facility Construction Commission

Bid Due: 5/29/2025

Description: Demolition and Site Restoration of 3115 Beekman St. Department: Bldg & Inspections,

City of Cincinnati

Bid Due: 5/14/2025

Solicitation ID: SRC0000030409 Solicitation Name: Demolition of Mohican Cabin Coshocton County Original Begin

State Government of Ohio

Bid Due: 5/28/2025

Description: Demolition and Site Restoration of 3037 Woodburn Ave. Department: Bldg & Inspections,

City of Cincinnati

Bid Due: 5/14/2025