Department of Education, University of Florida  

  •  

    DEPARTMENT OF EDUCATION

    University of Florida

    Advertisment for Construction Managment Services

    The University of Florida Board of Trustees announces that CM-At-Risk services will be required for the project listed below:

    Project: UF-638, Student Health Care Center, Phase II

    The project consists of the design for a new facility with an approximate total build-out of 53,000 GSF on the campus of the University of Florida in Gainesville, Florida. This facility will house all current functions of the existing Student Health Care Center (Infirmary), including primary medical and psychiatric care, pharmacy, women’s clinic, and various other ancillary services.  Phase two will consist of Sports Medicine and Acute Care, Physical Therapy, Lab, X-Ray, Pharmacy (w/drive through), ENV Services, as well as Primary care, Women’s Health, Psychiatry, immunizations, nutrition counseling, administration, research, marketing and conference rooms.  Design creativity will be a critical factor in completing this project considering the requests for the parking spaces and an emergency vehicle pick up area.

    The estimated construction budget is $20,500,000 which would cover all work associated with site, roadway improvements, surveys and tests, and utilities infrastructure. Telecommunications and Audio/visual infrastructure is included, and components equipment and installation are excluded and will be performed by the University in coordination with the project construction. Any security system design and installation will be provided as part of the project (CFCI).  GOLD LEED (Leadership in Energy and Environmental Design) accreditation by the U.S. Green Building Council V4.1 is mandatory minimum although the Student Health Care Center team would be interested in a highly efficient building that would lend itself to a Platinum certificate.

    The contract for construction management services will consist of two phases, pre-construction and construction.  Pre-construction services will begin at the Conceptual Schematic Design stage and will include production of cost studies and estimates; value engineering; analysis of the design documents for constructability, coordination, detailing, materials, and systems; development and maintenance of the construction schedule; production of detailed jobsite management plans; development of strategies for the procurement of trade contracts; development of waste management strategies; and development of a Guaranteed Maximum Price (GMP) proposal based on 60% Construction Documents.  If the GMP proposal is accepted and executed, the construction phase will be implemented.  In this phase, the construction manager becomes the single point of responsibility for performance of the construction of the project and shall publicly bid trade contracts.  Failure to negotiate an acceptable fixed fee for phase one of the contract, or failure to arrive at an acceptable GMP budget within the time provided in the agreement, may result in the termination of the construction manager's contract.

    Applicants will be evaluated on the basis of their past performance, experience, personnel, references, bonding capacity, workload, and responses to questions posed both in the shortlist and interview phases.  The Selection Committee may reject all proposals and stop the selection process at any time.

    At the time of application, the applicant must be licensed to practice as a general contractor in the State of Florida and, if the applicant is a corporation, must be chartered by the Florida Department of State to operate in Florida.    The selected applicant will also be required to provide insurance coverage for General Liability, Automotive Liability, Workers’ Compensation, and Builder’s Risk.

    Applicants desiring to provide construction management services for the project shall submit a proposal only after thoroughly reviewing the facilities program, Project Fact Sheet, and other background information.  The proposal shall be prepared as specified in the CMQS Instructions and shall include:

    1.    A Letter of Application that concisely illustrates the applicant’s understanding of the scope of services, schedule, and other goals and considerations as outlined in the Project Fact Sheet and facilities program.

    2.    Company information and signed certification.

    3.    A completed, project-specific "CM Qualifications Supplement” (CMQS) proposal.  Applications on any other form will not be considered.

    4.    Resumes, LEED accreditation, and other pertinent credentials for all proposed staff.

    5.    Proof of the applicant’s corporate status in Florida (if applicable) and a copy of the applicant firm’s current contracting license from the appropriate governing board.

    6.    Proof of applicant’s bonding capacity and liability insurance coverage.

    If the applicant is a corporation, it must be chartered by the Florida Department of State to operate in Florida.  As required by Section 287.133, Florida Statutes, an applicant may not submit a proposal for this project if it is on the convicted vendor list for a public entity crime committed within the past 36 months.  The selected construction manager must warrant that it will neither utilize the services of, nor contract with, any supplier, subcontractor, or consultant in excess of $15,000.00 in connection with this project for a period of 36 months from the date of their being placed on the convicted vendor list.

    Incomplete proposals will be disqualified.  Submittal materials will not be returned.

    Additional information to assist the applicant in preparing a complete proposal – including the project-specific CMQS forms, instructions, Project Fact Sheet, facilities program, UF Design Services Guide, UF Design and Construction Standards, standard University of Florida Agreement for CM Services, and other project and process information – can be found on the Planning Design & Construction website.

    Finalists may be provided with supplemental interview requirements and criteria as needed.

    Provide the number of copies prescribed in the Project Fact Sheet.  Submittals must be received in the Planning Design & Construction office by 3:00 p.m. local time on Monday, November 25, 2019.  Facsimile (FAX) submittals are not acceptable and will not be considered.

    UF Planning Design & Construction, 245 Gale Lemerand Drive / P.O. Box 115050, Gainesville, FL 32611-5050, Telephone: (352)273-4000, Internet: www.facilities.ufl.edu.

Document Information