Request for Qualifications (Registered Design Professional*)
State of Ohio Standard Forms and Documents
Administration of Project: Ohio Facilities Construction Commission
FACD08 Restrooms at Preble Truck
Project Name Parking
Project Location I70 WB @ MM 01
City / County Eaton / Preble
Owner
Ohio Department of Transportation
Delivery Method General Contracting
No. of paper copies requested (stapled, not bound)
0
Response Deadline 12/26/2024
10:00AM local time
Project Number
Project Manager
DOT-250005
Wade Simpson
Contracting Authority OFCC
Prevailing Wages State
No. of electronic copies requested (PDF)
1
* “Registered Design Professional includes any architect holding a certificate issued under section 4703.10 of the Revised
Code, any landscape architect holding a certificate issued under section 4703.36 of the Revised Code, or any engineer
holding a certificate issued under section 4733.14 of the Revised Code.” (Ohio Building Code section 4101:1-2-01 Definitions)
Submit the requested number of Statements of Qualifications (Form F110-330) directly to OFCC 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 OFCC 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
ODOT is planning to construct a Restroom Building for a truck parking only lot at this location. Adjacent vehicular,
pedestrian, and utilities improvements will be executed under a separate contract held by ODOT and are not part of this
work. Coordination with this work will be required during design and construction.
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 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.
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. Note: There should be a minimum of two site
visits per week.
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 (AOR, Criteria A/E, A/E, Consultant)
3. Freestanding public restroom facility
4. Experience coordinating building construction with site construction being the responsibility of another
contractor/project.
5. Compliance with Federal Endangered Species Act (ESA) experience
6. Compliance with State of Ohio Highway Patrol and ODOT security requirements experience
7. Understanding of OFCC contract documents, project management tools and processes
F110-02-2024-OCT
Publish Date: 12/11/2024
Page 1 of 4
Request for Qualifications (Registered Design Professional) continued
C. Estimated Budget / Funding
State Funding:
$TBD
Other Funding:
$TBD
Construction Cost: $3,500,000.00
Total Project Cost: $4,156,750.00
D. Anticipated Schedule
Professional Services Start:
Construction Notice to Proceed:
Substantial Completion of all Work:
Professional Services Completed:
05 / 25
12 / 25
11 / 26
01 / 27
E. Estimated Basic Fee Range (see note below)
5.0% to 5.25%
F. EDGE Participation Goal
Percent of initial Total A/E Fee:
5.0%
NOTE: Basic Services include: (1) Program Verif ication, (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 registered design prof essional services and consultant services necessary f or proper completion of the Basic Services,
including validation of existing conditions (but not s ubsurf ace or hidden conditions) and preparation of cost estimates and design schedules f or
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
Secondary
H. Additional Service Providers Required
Surveying
Geotechnical Testing & Analysis
Disciplines:
Civil Engineering
Structural Engineering
Mechanical-Electrical-Plumbing Eng.
Environmental Testing and Analysis
Quality Assurance Testing
Special Inspections
Photo Documentation
NOTE: The lead A/E shall be (1) any architect holding a certif icate issued under section 4703.10 of the Revised Code, (2) any landscape
architect holding a certif icate issued under section 4703.36 of the Revised Code, or (3) any engineer holding a certif icate issued under section
4733.14 of the Revised Code.
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.
• 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 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.
F110-02-2024-OCT
Publish Date: 12/11/2024
Page 2 of 4
Request for Qualifications (Registered Design Professional) continued
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.
F110-02-2024-OCT
Publish Date: 12/11/2024
Page 3 of 4
Registered Design Professional Selection Rating Form
State of Ohio Standard Forms and Documents
Project Name FACD08 Restrooms at Preble Truck Parking
Project Number DOT-250005
Proposer Firm
City, State, Zip
Selection Criteria
1. Primary Firm Location, Workload and Size (Maximum 10 points)
a. Proximity of f irm to project site
b. Amount of f ees awarded by Contracting Authority in
previous 24 months
c. Number of licensed prof essionals
Less than 50 miles
50 miles to 100 miles
More than 100 miles
Less than $200,000
$200,000 to $500,000
More than $500,000
Less than 2 prof essionals
2 to 4 prof essionals
More than 4 prof essionals
2. Primary Firm Qualifications (Maximum 30 points)
a. Project management lead
b. Project design lead
c. Technical staf f
d. Construction administration staf f
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 staf f to create
f ully coordinated construction documents
Experience / ability of f ield representative to
identif y and solve issues during construction
3. Key Consultant Qualifications (Maximum 20 points)
a. Key discipline leads
Experience / ability of key consultants to
perf orm ef f ectively and collaboratively
b. Proposed EDGE-certif ied Consultant participation*
One point f or every 2 percent increase in
prof essional services over the EDGE
participation goal
4. Overall Team Qualifications (Maximum 10 points)
a. Previous team collaboration
b. LEED** Registered / Certif ied project experience
c. BIM project experience
d. Team organization
Less than 2 sample projects
2 to 4 sample projects
More than 4 sample projects
Registered LEED v4.0 or v4.1 projects
Certif ied 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 perf ormance
b. Experience with similar projects / delivery methods
c. Budget and schedule management
d. Knowledge of Ohio Capital Improvements process
Past perf ormance as indicated by
evaluations and letters of ref erence
Less than 2 projects
2 to 4 projects
More than 4 projects
Perf ormance in completing projects within
original construction budget and schedule
Less than 2 projects
2 to 4 projects
More than 4 projects
Value
5
2
0
2
1
0
0
2
Max
=3
3
0 - 10
0-5
0-5
0 - 10
Max
= 20
0 - 15
0-5
1
2
Max
=3
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
0
0
0
* Must be comprised of registered prof essional design consulting f irms and NOT the lead f irm - For more
inf ormation on scoring this and other criteria ref er to Document F199-01 - PS Selection Rating Rubric.
** Leadership in Energy & Environmental Design administered by Green Business Certif ication Inc.™
Notes:
Evaluator:
Name
Subtotal
Signature
Date
F110-02-2024-OCT
Publish Date: 12/11/2024
Page 4 of 4
This is the opportunity summary page. It provides an overview of this opportunity and a preview of the attached documentation.