Department of Education, University of Florida  

  •  

    DEPARTMENT OF EDUCATION

    University of Florida

    UAA-41, Baseball Project

    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: UAA-41, Baseball Project  

    The primary goal for the new baseball project is to enhance the players’ and fans’ experience. The project consists of developing 13.6 acres of land for a new Baseball Facility, which include a new 127,900 GSF Baseball Stadium.  The new baseball facility will include, but not limited to spectator seating, stadium club, home plate club seating, public restrooms, first aid room, concession stands, retail sales, entry lobby, baseball administration, locker rooms, recruiting lounge, film/media/meeting room, weight room, training/sport medicine, equipment/laundry rooms, playing field, practice field/kids zone, bullpens, dugout/support areas, press box, scoreboard, vertical circulation, concourse, roadwork and approximately 450-500 parking spaces.

    The estimated construction budget is approximately $37.8M, including site improvement, underground & aboveground utilities, transportation infrastructure and landscaping.  The project will be delivered using the Construction Manager At-Risk method.  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 Design Development stage and will include production of cost studies and estimates; reviewing the conceptual schematic design, reviewing estimates developed by the third-party estimating firm & AE firm; collaborating with the third-party estimating firm, 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 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.

    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, Automobile Liability, Workers’ Compensation, Builder’s Risk and a Performance & Payment Bond, all from companies with a Best Rating of at least “A” and has a financial size of “Class XV”.

    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 (www.facilities.ufl.edu).

    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 PM local time on Tuesday, May 1, 2018.  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