YWS Elevator Replacement 2024

Agency: Ohio Facility Construction Commission
State: Ohio
Type of Government: State & Local
NAICS Category:
  • 238290 - Other Building Equipment Contractors
Posted Date: Mar 27, 2024
Due Date: Apr 22, 2024
Solicitation No: MUN-100111
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
3/27/2024 4/22/2024 MUN-100111 Miami University YWS Elevator Replacement 2024 A/E $1,150,000.00 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 YWS Elevator Replacement 2024
Project Location Miami University
City / County
/ Butler Co
Owner
Miam University
Delivery Method General Contracting
No. of paper copies requested (stapled, not bound)
3
Response Deadline April 22, 2024 2:00pm
Project Number
MUN-100111
Project Manager
Joel Fellman
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 Joel Fellman (fellmaj@miamioh.edu)
at 204 Hoyt Hall, 521 Patterson Avenue, Oxford, OH 45056. Submit the electronic copies to Joel Fellman at
fellmaj@miamioh.edu with a cc to Betsy Davidson at davidsea@miamioh.edu See Section J of this RFQ for additional
submittal instructions.
Submit all questions regarding this RFQ in writing to Joel Fellman at fellmajl@miamioh.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
Miami University is soliciting qualification for professional engineering services. Miami University would like to replace
the elevator serving the west Pressbox of Yager Stadium, which is over 30 years old and is approaching the end of its
life. The existing Montgomery Elevator (now owned by Kone Elevators) has stops at the ground level and also at the
4th floor of the stadium. The new elevator should provide an additional stop, to the 5th floor of the stadium. In order to
support the new stop on the 5th floor, the existing elevator machine room will need to be converted into the 5th floor
stop, and a new elevator lobby will need to be designed to communicate with the 5th floor of the Pressbox.
The expectation is that the new elevator would be able to fit within the existing elevator shaft, without substantial
modifications to the shaft or pit. This would require a machine room less elevator. One location for the Elevator
Control Room is shown on the floor plan above. Engineer to determine the best location for the control room.
F110-02-2022-MAR
Publish Date: 03/27/24
Page 1 of 5
Request for Qualifications (Architect / Engineer) continued
Some structural modifications will be required when accommodating the 5th floor stop as well as the structural retrofit
for the new cab and rails within the elevator shaft.
The existing elevator machine room and hoistway is conditioned by at 1.5 Ton packaged rooftop heat pump located
on the roof of the elevator machine room. This system does not introduce any outside air. The 5th floor of the stands
is conditioned by a 2,000 CFM air handling unit with 100% outdoor air, and a remote exhaust fan. Both of these
systems will need to be modified to support the elevator replacement and extension.
The electrical power for the elevator comes from the Main Distribution Panel in the main electric room in the lower
level of the stands. The feeder serving the elevator is rated at 225A, 208Y/120V, 3ph, and it runs underground from
the main electric room, to the elevator lobby, and turns up inside the elevator ladder shaft.
This work would need to take place during a Spring/Summer construction window, so as not to interfere with the
football season.
B. Scope of Services
This Request for Qualifications (RFQ) is for an A/E team. The required services include, but are not limited to the
following:
Evaluation and selection of appropriate replacement elevator cab, and associated controls and equipment.
Design of necessary modifications to building and shaft, addressing both structural and architectural aspects.
Design of modifications to existing mechanical and electrical systems to support the new elevator and surrounding
spaces.
Shop drawing review and construction administration during the construction phase of the project.
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 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.
During the construction period, provide not less than 4 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.
F110-02-2022-MAR
Publish Date: 03/27/24
Page 2 of 5
Request for Qualifications (Architect / Engineer) continued
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. Elevator and elevator control design
2. Elevator retrofit
3. Structural Modifications to existing building
4. Modifications to existing HVAC equipment
5. 3D BIM Modeling
6. State of Ohio Contracting Experience
7. Construction Administration
C. Estimated Budget / Funding
State Funding:
$0
Other Funding:
$1,150,000
Construction Cost: $925,000
Total Project Cost: $1,150,000
D. Anticipated Schedule
Professional Services Start:
Construction Notice to Proceed:
Substantial Completion of all Work:
Professional Services Completed:
06 / 24
12 / 24
07 / 25
07 / 25
E. Estimated Basic Fee Range (see note below)
7.0% to 9.0%
F. EDGE Participation Goal
Percent of initial Total A/E Fee:
7.0%
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: Engineering
Secondary
Disciplines:
Mechanical Engineering
Plumbing Engineering
Electrical Engineering
Structural Engineering
Architecture
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
Previous experience compatible with the proposed project (e.g. type, size, etc.)
Relevant past work of prospective firm and its proposed consultants.
Proximity of prospective firms to the project site.
Qualifications and experience of individuals proposed to be directly involved with the project.
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.
Relevant past work of prospective firm with its proposed consultants.
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.
Proposer’s apparent resources and capacity to meet the needs of this project.
Proposer’s previous experience (numbers of projects, sizes of projects) when working with its proposed
consultants.
Previous experience indicating familiarity and success with the type of project being proposed (e.g., type, size).
Approach to and success of using Partnering and Alternative Dispute Resolution.
Demonstrated ability to meet Owner’s programmed project vision, scope, budget, and schedule on previous
projects.
F110-02-2022-MAR
Publish Date: 03/27/24
Page 3 of 5
Request for Qualifications (Architect / Engineer) continued
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 https://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 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: 03/27/24
Page 4 of 5
Architect / Engineer Selection Rating Form
State of Ohio Standard Forms and Documents
Project Name YWS Elevator Replacement 2024
Project Number MUN-100111
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 50 miles
50 miles to 100 miles
More than 100 miles
Less than $500,000
$500,000 to $2,000,000
More than $2,000,000
Less than 10 professionals
10 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 4 sample projects
4 to 6 sample projects
More than 6 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 4 projects
4 to 6 projects
More than 6 projects
Performance in completing projects within
original construction budget and schedule
Less than 4 projects
4 to 7 projects
More than 7 projects
Value
Score
5
2
0
2
1
0
1
2
3
Max
=3
0 - 10
0 - 10
0-5
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: 03/27/24
Page 5 of 5

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

EMA Center Renovation By rgoff The Board of County Commissioners, Clermont County, Ohio,

Clermont County

Bid Due: 5/02/2024

Bid Number Status Project Name Department Buyer Type Goal Type Goal % Date

City of Cincinnati

Bid Due: 5/01/2024

Follow Renovate Hangar B295 Active Contract Opportunity Notice ID FA665624B0001 Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 5/30/2024

Bid Number Status Project Name Department Buyer Type Goal Type Goal % Date

City of Cincinnati

Bid Due: 5/09/2024