Department of Education, University of Florida  


  • UF-280 - UF Research and Academic Center @ Lake Nona, Orlando, FL

    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-280, UF Research and Academic Center at Lake Nona, Orlando, Florida.

    The project consists of a new Research and Academic Center for UF programs located at Lake Nona adjacent to the Burnham Institute site in Orlando, Florida. The facility will be a four story 100,000 GSF and include conference center, research, office, and administrative support space to facilitate the UF mission at Lake Nona. The Burnham Institute is establishing a major science center at Lake Nona focusing on biomedical research, technology development and drug design. This project will be part of a multi-use development being created to facilitate collaboration between the University of Florida, Burnham Institute, University of Central Florida, and other entities.

    The estimated construction budget is approximately $44,000,000, including site improvements and utilities, interior voice/data, and other site-specific allowances. The University is interested in utilizing Building Information Modeling (BIM) as a tool for improving quality of construction documents from the models for clash detection, eliminate or greatly reduce the RFIs, electronic exchange information, prefabrication of material/equipment from models, constructability reports, site logistic planning, and visualization; thereby reducing cost of construction and shortening the construction schedule. Gold LEED (Leadership in Energy and Environmental Design) certification by the U.S. Green Building Council is mandatory and an independent consultant will provide commissioning services throughout design and construction.

    The contract for construction management services will consist of two phases, pre-construction and construction. Construction will also be phased with the anticipation of early site package release. Pre-construction services will begin at the Design Development 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 potentially three phased Guaranteed Maximum Price (GMP) proposals, including early site work at the end of Design Development, Foundation based on 60% Construction Documents, and the building based on 100% Construction Documents. If the GMP proposal(s) are accepted and executed, the construction phases will be implemented. During these phases, 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.

    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 one hard copy limited to 40 single-sided OR 20 double-sided, consecutively-numbered pages and one CD containing color pages of the same information as the hard copy 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.

    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.

    Unsigned proposals or proposals containing expired or invalid licenses will be disqualified.  Submittal materials will not be returned.

    The project-specific CMQS forms, instructions, Project Fact Sheet, facilities program, UF Design Services Guide, UF Design and Construction Standards, standard University of Florida Owner-CM agreement, UF General Terms and Conditions, 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 and Construction office by 3:00 p.m. (Local Time), Tuesday, March 10, 2009. Facsimile (FAX) submittals are not acceptable and will not be considered.

    Attn: Eugene Herring

    Facilities Planning & Construction

    232 Stadium/P. O. Box 115050

    Gainesville, FL 32611-5050

    Telephone: (352)273-4000

    Fax: (352)392-4034

    Internet: www.facilities.ufl.edu

Document Information