Department of Education, University of Florida  

  •  

    DEPARTMENT OF EDUCATION
    University of Florida

    UF-400, Single Student Housing 2015, CM Selection

    NOTICE TO CONSTRUCTION MANAGERS:

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

    Project: UF-400, Single Student Housing 2015, (Gainesville, Florida)

    The project will provide approximately 68,000 GSF of modern single student housing. The purpose of the proposed new residence hall is to increase the number of beds available to undergraduate students. These additional beds will accommodate the increased demand from first-time in college students requests for campus housing, students wishing to move to campus housing from off-campus, and to minimize the amount of overflow housing. This residence hall will add to the inventory of the most popular living style arrangements for single undergraduate students. Variety and options continue to dominate the market for single student campus housing. To this end the Department of Housing and Resident Education (DHRE) is proposing to design a mix of Single Occupancy Suites, Double Occupancy Suites, Single and Double Occupancy ADA Enhanced Suites and several “Super Suite” style rooms where six residents would share one to three bathrooms and a living room space. Site location is southeast of Reid Hall on University of Florida Campus.

    The estimated construction budget is approximately $17,500,000, including building and all site and underground utilities improvement. The project will be delivered using the Construction Manager at Risk method and construction shall be “fast tracked” to be finally completed and ready for full occupancy per UF Standards and Division of Housing requirements by NLT April, 2015. Gold LEED (Leadership in Energy and Environmental Design) certification by the U.S. Green Building Council is mandatory. Platinum certification is desired.

    The contract for construction management services will consist of two phases, pre-construction and construction. Pre-construction services will begin prior to completion of the Advanced Schematic design stage and will include production of cost studies and estimates; cost reducing initiatives and value management; 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 Guaranteed Maximum Prices (GMPs) proposal based on 100% Construction Documents for each phase of the construction. If the GMP proposals are accepted and executed, the construction phases 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 budgets 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.

    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’s current contracting license from the appropriate governing board.

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

    7. Proof of the applicant’s Experience Modification Rating (EMR) safety rating.

    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, University of Florida Agreement for CM Services, and other project and process information – can be found on the Facilities Planning & 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 Facilities Planning & Construction office by 3:00 p.m. local time on March 15, 2013. Facsimile (FAX) submittals are not acceptable and will not be considered.

    Facilities Planning & Construction, 232 Stadium / P.O. Box 115050, Gainesville, FL 32611-5050; (352) 273-4000; fax: 352-273-4034; Internet: www.facilities.ufl.edu/.

     

Document Information