MARCS Tower Build 25-26

Agency: Ohio Facility Construction Commission
State: Ohio
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Posted Date: Apr 12, 2024
Due Date: Apr 22, 2024
Solicitation No: DAS-25MA01 (REVISED)
Bid 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
4/2/2024 4/22/2024 (EXTENDED) DAS-25MA01 (REVISED) Ohio Department of Administrative Services MARCS Tower Build 25-26 A/E $7,350,000 Q&A TBD

Attachment Preview

Request for Qualifications (Architect / Engineer)
State of Ohio Standard Forms and Documents
Administration of Project: Ohio Facilities Construction Commission
Project Name Project MARCS Tower Build FY 25-26
Project Location State Wide
City / County NA / NA
Owner
Ohio Dept. of Administrative Services
Delivery Method CM at Risk
No. of paper copies requested (stapled, not bound)
0
Response Deadline April 15, 2024 2:00 pm
Project Number
DAS-25MA01
Project Manager
Ned Thiell
Contracting Authority OFCC
Prevailing Wages State
No. of electronic copies requested (PDF)
local time
One
Submit the requested number of Statements of Qualifications (Form F110-330) directly to Procurement at
procurement@ofcc.ohio.gov. See Section J 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 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 Multi Agency Radio Communications System (MARCS) provides Ohio's first responders and public safety providers
with state-of-the-art wireless digital communications, and promotes interoperability, in order to save lives and maximize
effectiveness in both normal operations and emergency situations.
The system consists of multiple sites across the state. Each site has an antenna tower, support shelter, fence
enclosure(s), and associated utilities and other site improvements.
This project consists of new facilities, and at existing facilities the replacement of antenna towers and various
components. There will be 6 to 8 sites at locations to be determined. The sites are located across the state. Construction
completion is projected in 2027.
The project will be a Construction Manager at Risk (CMR) delivery. Each site will be a Guaranteed Maximum Price
(GMP) amendment to the CMR contract. The AE’s fees for each site will similarly be an internal amendment distribution
appropriate to each site.
The professional services for each site will include identifying the required scope of work; designing, engineering, and
specifying the necessary components and systems, obtaining the necessary permits (Building, NEPA, FAA, FCC, etc.),
construction administration, and close-out. Professional services are projected to start not earlier than mid-August 2024
and not later than December 2024.
B. Scope of Services
Upon award of the Agreement, commence by identifying the sites, the sequence and timing of the execution, and
developing the Program of Requirements for each site.
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 OFCC, the cost breakdown of the Architect/Engineer Agreement detailed cost components to
address the Owner’s project requirements. The selected A/E is to 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, Design Development, GMP documents, CMR selection support, GMP verification and support, 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: 4/2/24
Page 1 of 4
Request for Qualifications (Architect / Engineer)
State of Ohio Standard Forms and Documents
During the on-site construction period, provide not less than 2 hours (excluding travel time) on-site construction
administration services bi-weekly, including (1) attendance at progress meeting, (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. Otherwise during the construction period
provide construction administration services as needed to meet the level of professional care and due diligence required
of the project.
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. Construction Manager at Risk delivery experience
2. Radio tower, appurtenances, and facility components design, specification, and lay-out experience
3. Radio antenna tower construction and logistic experience
4. NEPA compliance and permitting experience
5. Endangered Species Act (ESA) compliance and permitting experience
6. National Historic Preservation ACT (NHPA) compliance and permitting experience
7. Environmental Protection Agency (EPA) compliance and permitting experience
8. Federal Aviation Administration (FAA) compliance and permitting experience
9. Federal Communication Commission (FCC) compliance and permitting experience
C. Estimated Budget / Funding
State Funding:
$7,350,000
Other Funding:
$0
Construction Cost: $6,480,000
Total Project Cost: $7,350,000
D. Anticipated Schedule
Professional Services Start:
Construction Notice to Proceed:
Substantial Completion of all Work:
Professional Services Completed:
E. Estimated Basic Fee Range (see note below)
F. EDGE Participation Goal
3.4% to 3.6%
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
H. Additional Service Providers Required
Geotechnical Analysis
Secondary
Quality Assurance Testing
Disciplines:
Structural Engineering
Electrical Engineering
Surveying
NOTE: The lead A/E shall be (1) an architect registered pursuant to ORC Chapter 4703, (2) a landscape architect registered pursuant to ORC
Chapter 4703, or a (3) professional engineer or (4) professional surveyor licensed pursuant to ORC Chapter 4733.
I. Evaluation Criteria for Selection
Demonstrated ability to meet Owner’s programmed project vision, scope, budget, and schedule on previous
projects.
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.
Proposer’s apparent resources and capacity to meet the needs of this project.
F110-02-2022-MAR
Publish Date: 4/02/24
Page 2 of 4
Request for Qualifications (Architect / Engineer)
State of Ohio Standard Forms and Documents
The selected A/E and all its consultants must have the capability to use the Internet within their normal business
location(s) during normal business hours.
Interested A/E firms are required to submit the Commitment to Participate in the EDGE Business Assistance Program
form in its Statement of Qualifications (Form F110-330) submitted in response to the RFQ, to indicate its intent to contract
with and use EDGE-certified Business Enterprise(s), as a part of the A/E’s team. The Intent to Contract and to Perform
and / or waiver request letter and Demonstration of Good Faith Effort form(s) with complete documentation must be
attached to the A/E’s Technical Proposal. Both forms can be accessed via the OFCC website at https://ofcc.ohio.gov. The
Intent to Contract and to Perform form is again required at the Fee Proposal stage.
If the A/E firm intends to receive points for exceeding the EDGE Participation Goal, it must provide BOTH a
completed Commitment to Participate form AND a completed Statement of Intent to Contract and to Perform forms
signed by both parties with its Statement of Qualifications.
For all Statements of Qualifications, please identify the EDGE-certified Business Enterprises, by name, which will
participate in the delivery of the proposed professional services solicited in the RFQ.
Interested A/E firms must indicate on their Statement of Qualifications, the locations where their services will be
performed in the spaces provided or by attachment in accordance with the requirements of Executive Order 2019-12D
related to providing services only within the United States and the requirements of Executive Order 2022-02D prohibiting
purchases from or investment in any Russian institution or company. Failure to do so may cause their Statement of
Qualifications to be rejected.
J. Submittal Instructions
Firms are required to submit the current version of Statement of Qualifications (Form F110-330) available via the OFCC
website at https://ofcc.ohio.gov.
Electronic submittals should be combined into one PDF file 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.
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: 4/02/24
Page 3 of 4
Architect / Engineer Selection Rating Form
State of Ohio Standard Forms and Documents
Project Name MARCS Tower Build 25-26
Project Number DAS-25MA01
Proposer Firm
City, State, Zip
Selection Criteria
1. Primary Firm Location, Workload and Size (Maximum 10 points)
Less than aa miles
a. Proximity of firm to project site
aa miles to bb miles
More than bb miles
b. Amount of fees awarded by Contracting Authority in
previous 24 months
Less than $50,000
$50,000 to $200,000
More than $200,000
Less than 5 professionals
c. Number of licensed professionals
5 to 20 professionals
More than 20 professionals
2. Primary Firm Qualifications (Maximum 30 points)
a. Project management lead
b. Project design lead
c. Technical staff
d. Construction administration staff
Experience / ability of project manager to
manage scope / budget / schedule / quality
Experience / creativity of project designer to
achieve owner’s vision and requirements
Experience / ability of technical staff to create
fully coordinated construction documents
Experience / ability of field representative to
identify and solve issues during construction
3. Key Consultant Qualifications (Maximum 20 points)
a. Key discipline leads
b. Proposed EDGE-certified Consultant participation*
Experience / ability of key consultants to
perform effectively and collaboratively
One point for every 2 percent increase in
professional services over the EDGE
participation goal
4. Overall Team Qualifications (Maximum 10 points)
a. Previous team collaboration
b. LEED** Registered / Certified project experience
c. BIM project experience
d. Team organization
Less than 2 sample projects
2 to 9 sample projects
More than 9 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 8 projects
More than 8 projects
Performance in completing projects within
original construction budget and schedule
Less than 2 projects
2 to 8 projects
More than 8 projects
Value
Score
5
2
0
0
2
1
0
1
2
Max
0
=3
0 - 10
0-5
0-5
Max
= 20
0 - 10
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: 4/02/24
Page 4 of 4

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 Status Project Name Department Buyer Type Goal Type Goal % Date

City of Cincinnati

Bid Due: 5/09/2024

Follow Caves Rd EWP, Liberty Township, OH Active Contract Opportunity Notice ID 12FPC324B0002

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/20/2024

Bid Number: 24-01 Bid Title: Project 24-01 - Pavement Preservation Program - Mill

City of Piqua

Bid Due: 5/09/2024

Camp James A. Garfield Unit Training Equipment Site Vehicle Maintenance Facility Set-up Bill

State Government of Ohio

Bid Due: 5/03/2024