Department of Education, University of South Florida  

  •  

    DEPARTMENT OF EDUCATION

    University of South Florida

    NOTICE TO DESIGN/BUILD TEAMS REQUEST FOR QUALIFICATIONS

    The University of South Florida (USF), announces that Qualifications Based Design/Build Services, for design and construction services will be required for the project listed below.

    PROJECT NUMBER: 533

    PROJECT AND LOCATION: USF Health Morsani College of Medicine and Heart Institute, Downtown Tampa, Florida.

    PROJECT DESCRIPTION:

    The University of South Florida is planning to construct a new USF Health Morsani College of Medicine and Heart Institute in Downtown Tampa, Florida. The project is envisioned to provide a superior teaching and research environment in an 11-story high rise tower, of approximately 331,000 GSF, with a projected construction cost of approximately $126,250,000.

    The Morsani College of Medicine will include clinical teaching labs, large lecture halls, smaller classrooms/teaching labs, and other facilities with a primary function for teaching the preclinical curriculum utilizing standardized patients high fidelity simulated procedures, and active learning pedagogy. Two large 225-person lecture halls should be designed with flexibility as current teaching methods move more towards technology-infused modalities.

    The Heart Institute will focus on cardiovascular research targeted to new methods to diagnose and treat CV disease and risk factors. Unlike traditional academic departments, or single-disease focused units, the Institute will emphasize biological systems research that would be applicable across areas that contribute to cardiovascular disease. Thus the Institute’s research will be clustered in five programmatic areas, primarily because of the use of common equipment and geographical location within the building but also because they employ similar research strategies albeit across a range of disease variants. By intent, these are broadly defined as:

    · Integrated Cell & Organ Physiology;

    · Pharmacology, Nanotechnology & Drug Discovery;

    · Cardiac Regeneration and Surgery;

    · Molecular Biology, Genomics, and personalized medicine;

    · Bioinformatics.

    The facility will also include the necessary spaces for administrative and faculty offices, dining, library, student common spaces, and building support.

    The project will be an integral component of a Downtown Tampa project in pursuit of a “WELL Certified” city district designation by a private developer. The selected Design/Build Team will have single source responsibility to the University in the development of the project, including coordinating with the developer’s team, as well as with the City of Tampa in implementing the project goals. The vision for this project is to leverage technology to achieve the educational and research goals of USF Health, and to reflect the image and brand of USF in the downtown environment.

    The Design/Build Team, also known as the Design and Construction Services Team (DCST) shall be responsible for the management of the process and project to meet project scope, budget and schedule requirements. The DCST services contract shall be in compliance with the Qualifications Based Design/Build selection provisions in Section 287.055, Florida Statues, and Board of Governors Regulation 14.0055, including pre-construction fees, construction related service costs and a Guaranteed Maximum Price (GMP).

    It is the University’s responsibility to negotiate a fair, competitive and reasonable compensation per Section 287.055, Florida Statutes. A fair, competitive and reasonable compensation shall be evaluated based upon the following information: (1) Compensation on similar projects; (2) other compensation reference data; and (3) after approval of the ranking, proposals requested from the shortlisted firms based upon a scope of services document to be provided at the time of negotiations.

    The University of South Florida (USF), will contract with a single contract entity DCST who shall provide all services including, but not limited to development of the Facilities Program, professional services, budgeting, cost estimating, construction services, labor, materials, and equipment required to design, construct, and furnish the project. The selected team will be required to provide computer drawings according to the standards of USF, including computer record drawings reflecting as-built conditions. Blanket professional design liability insurance will be required for this project in the amount of $3,000,000 and will be provided as a part of Basic Services. The respondent must be capable of bonding at 100% of the value of the contract with a surety licensed to do business in the State of Florida with a Best Rating A, Class IX. Project development including professional services is contingent upon availability of funds. If additional funding is realized, USF has the option to incorporate additional scope/funding under this contract. Any new construction projects shall be USGBC LEED certified, to a minimum certification level of Silver, as required by the Owner, and shall be included as part of basic services and will not be considered as an additional service.

    INSTRUCTIONS:

    Teams desiring to apply for considerations shall submit a Request for Qualification submittal consisting of the information as required in the Submittal Requirements of the Request for Qualifications (RFQ) dated October 2015 including a letter of interest, a completed USF Design and Construction Services Qualification Supplement (DCSQS) dated October 2015 with attachments, and any required or additional information within the proposal limits as described in the RFQ. Applications on any other form may not be considered. The Request for Qualifications (RFQ) and the USF Design and Construction Services Qualification Supplement (DCSQS) which includes project information and selection criteria, may be obtained by contacting Tracy Colley, Facilities Planning & Construction, University of South Florida, 4202 East Fowler Avenue, FPC 110, Tampa, FL 33620-7550, tcolley@usf.edu, (813)974-0843, fax (813)974-3542. Applications which do not comply with the above instructions may be disqualified. Submittals are part of the public record. Application materials will not be returned. Teams must be properly registered to practice its profession(s) and licensed as General Contractor in the State of Florida at the time of application. If the applicant is a corporation, or a joint venture, it must be chartered by the Florida Department of State to operate in Florida at the time of application. If the applicant is the contract entity and has a consultant to perform the design or construction services, the contract entity and consultant must have an agreement at the time of application to formally contract for consulting services. Firms applying as “Associations” without a registered joint venture agreement or a contract entity and consultant without an agreement will not be considered.

    Pre-Submittal Meeting: All interested firms are invited and encouraged to attend a Pre-Submittal Meeting to be held at 9:00 AM ET, October 28, 2015, at the University of South Florida, Tampa Campus, building CGS – Patel Center for Global Solutions, Auditorium, Room 131, 4202 East Fowler Avenue, Tampa, FL 33620-7550, to review the scope and requirements of this project. (Directions and parking information can be obtained at the Campus Information Center at the Fowler entrance, or view map at website: www.usf.edu/administrative-services/parking/maps/index.aspx).

    Request for Meetings: It shall be noted that no communication shall take place between the applicants and the Selection Committee members, employees of USF, or its Owner Representative, except as provided at the Pre-Submittal Meeting, the Pre-Interview Meeting, and the request for the RFQ, DCSQS, and written clarifications and questions from the applicant. Requests for meetings by individual teams will not be granted. Members of the Selection Committee or other USF personnel will not meet with or discuss the project with prospective applicants. Failure to comply with this provision may result in disqualification of the applicant.

    Submission: One original and 11 spiral-bound copies of the submittals are to be submitted to the attention of John Crosby, Associate Director, FPC, University of South Florida, Facilities Planning and Construction Office, 4202 East Fowler Avenue / FPC110, Tampa, FL 33620-7550 by 2:00 PM ET, November 13, 2015 Facsimile (FAX) or electronic submittals are not acceptable and will not be considered. Submittals that do not comply with the above instructions may be disqualified. The award of this contract is subject to availability of funds. The University reserves the right to suspend, discontinue or cancel the selection process at any time and reject any or all submissions without obligation to the respondent.

    PROJECT SELECTION CRITERIA: Selection of finalists for interview will be made on the basis of professional qualifications of the proposed Design and Construction Services Team (DCST), including team qualifications, team experience, and ability to provide services in meeting the project requirements and the goals and objectives of the of the project and USF Strategic Plan.

    As part of the USF Strategic Plan, USF made a commitment to foster a diverse community distinguished by a shared purpose, collaboration, open and timely communication, mutual respect, trust, and inclusiveness. USF is an equal opportunity institution, and, as such, strongly encourages the lawful use of certified Minority and Women-owned Business Enterprises (MBE) in the provision of design and construction-related services by providing a fair and equal opportunity to compete for, or to participate in design and/or construction-related services.

    The plans and specifications for the USF projects are subject to reuse in accordance with the provisions of Section 287.055, Florida Statutes.

    As required by Section 287.133, Florida Statutes, a consultant 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 consultant must warrant that it will neither utilize the services of, nor contract with, any supplier, subcontractor, or consultant in excess of $25,000 in connection with this project for a period of 36 months from the date of their being placed on the convicted vendor list.

Document Information