Department of Education, University of Florida  


  • Project: UF-361, IFAS/Extension & Professional Development Center (Main Campus)

    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-361, IFAS/Extension & Professional Development Center (Main Campus)

    As often as is deemed feasible, the University of Florida will identify certain construction-related projects that lend themselves to increased participation among small businesses.  These projects may be reserved for competition among 1) Small Businesses as defined herein or 2) for joint venture entities comprised of a Small Business as defined herein and a “non-small” business in which the business-defined split is one that is reasonable and beneficial for the Small Business partner and said Small Business partner comprises a minimum 25% share of the joint venture. Project UF-353 (361) has been classified as a project that meets these criteria. In order to qualify for the Construction Management Consultant selection process, the Small Business OR the Small Business portion of the joint venture is defined as “an independently owned and operated business concern that employs 200 or fewer permanent full-time employees and that, together with its affiliates, has a net worth of not more than $5 million or any firm based in this state which has a Small Business Administration 8(a) certification”. Statements of intent to comply with these criteria and description of the proposed joint venture relationship and its benefit to the Small Business partner (if applicable) shall be included in the initial response to the Project Advertisement and proof of compliance will be required within 30 days of issuance of Notice of Selection.

    The project consists of the construction of a new two story approximately 14,000 GSF conference/office building. This facility will serve the needs for larger quality conferences and meetings, education programs and agricultural community functions. The building will be a multi-purpose facility providing for three individual conference/ meeting rooms, but allowing for the area to be opened for use as one large auditorium or lecture facility. All areas will provide for state-of-the art equipment for distance learning technology. This facility will serve as conference space for statewide centers to come together and share their research.

    The total project budget is $4,512,000.00, including site improvements, underground utilities, fees, surveys and tests, total building commissioning, furnishings & equipment, and contingencies. Construction shall begin by September 15, 2010. (Gold) LEED (Leadership in Energy and Environmental Design) certification by the U.S. Green Building Council is mandatory.

    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; and development of a Guaranteed Maximum Price (GMP) proposal based on 60/100% 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.

    Small Business or JV 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 or both JV partners must be licensed to practice as general contractors in the State of Florida. Proof of JV license will be required within 30 days of issuance of Notice of Selection.

    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. If the applicant is a joint venture, proof of individual status and license are required in the application; joint venture status and license will be required within 30 days of Notice of Selection.

    6.             Proof of applicant’s bonding capacity.

    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 Facilities Planning and 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 and Construction office by 3:00 p.m. (Local Time), Tuesday, March 23, 2010. Facsimile (FAX) submittals are not acceptable and will not be considered.

    Facilities Planning and Construction

    232 Stadium / P. O. Box 115050

    Gainesville, FL 32611-5050

    Telephone: (352)273-4000; Fax: (352)273-4034

    Internet: www.facilities.ufl.edu

     

Document Information