Department of Education, Florida Agriculture and Mechanical University  

  • Florida A&M University, announces that construction management services will be required for the project listed below:

    Project No. FM-301, Sampson and NB-Young Halls Remodeling, Florida A&M University, Tallahassee, Florida

    This project consists of renovations to the existing Sampson Hall, a 38,280 gsf five-story facility constructed in 1938 and renovated in 1979. NB Young Hall, a 17,822 gsf three-story facility constructed in 1928 and originally called College’s Men Building. Minor renovations and maintenance are no longer able to keep the buildings in a habitable condition. The buildings have been closed down because of fire code violations, are abandoned and unusable. The fire doors do not conform to code; fire alarm and sprinkler protection systems are inadequate; there are numerous life safety problems, and the buildings do not meet ADA Standards. The existing HVAC systems require upgrading, electrical wiring need upgrading to meet code, there are no cable TV and internet connections in student rooms; plumbing systems have deteriorated, restroom facilities are in poor condition throughout the buildings and existing services and switchgear are in need of replacement. Structural problems exist. Partitions cannot be removed without structural modifications. Large areas of the existing roofs are in poor condition. Complete window replacement are necessary due to the poor condition and lack of thermal efficiency. One particularly severe problem is the unsuitability of the mechanical equipment. The project scope includes restoration of the building’s envelope, replacement of the buildings plumbing and air conditioning system, total replacement of the electrical wiring, complete roof replacement, asbestos abatement, replacement of structural systems and correction of life safety and ADA standards.

    The estimated construction budget is $9,000,000.

    The contract for construction management services will consist of two phases. Phase one is pre-construction services, for which the construction manager will be paid a fixed fee. Phase one services include value engineering, constructability analyses, development of a cost model, estimating, and the development of a Guaranteed Maximum Price (GMP) at 50% Construction Document phase. If the GMP is accepted, phase two, the construction phase, will be implemented. In phase two of the contract, 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 to arrive at an acceptable GMP within the time provided in the agreement may result in the termination of the construction manager’s contract.

    Selection of finalists for interviews will be made on the basis of construction manager qualifications, including experience and ability; past experience; bonding capacity; record-keeping/ administrative ability, critical path scheduling expertise; cost estimating; cost control ability; quality control capability; qualification of the firm's personnel, staff and consultants; and ability to meet the minority business enterprise participation requirements. Finalists will be provided with a copy of the building program, the latest documentation prepared by the project architect/engineer and a description of the final interview requirements. The Selection Committee may reject all proposals and stop the selection process at any time. The construction manager shall have no ownership, entrepreneurial or financial affiliation with the selected architect/engineer involved with this project.

    Firms desiring to provide construction management services for the project shall submit a letter of application and a completed Board of Regents “Construction Manager Qualifications Supplement.” Proposals must not exceed 80 pages, including the Construction Manager Qualifications Supplement and letter of application. Pages must be numbered consecutively. Submittals which do not comply with these requirements or do not include the requested data will not be considered. No submittal material will be returned.

    All applicants must be licensed to practice as general contractors in the State of Florida at the time of application. Corporations must be registered to operate in the State of Florida by the Department of State, Division of Corporations, at the time of application. As required by Section 287.133, Florida Statutes, a construction management firm 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 management firm 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.

    The FAMU Construction Manager Qualifications Supplement forms and the Project Fact Sheet may be obtained by contacting: Samuel Houston, Director, Facilities Planning and Construction by E-Mail: samuel.houston@famu.edu and/or PH: (850)599-3197, FAX: (850)561-2289.

    Eight (8) ring, comb or coil/spiral (no hard, solid or tack) bound copies of the required proposal data shall be submitted to: Samuel J. Houston, Director, Facilities Planning and Construction, C/O Buddy Barker, Director of Purchasing, Florida A&M University, Purchasing Department, Foote-Hilyer Administration Center, Suite 208, 1700 Lee Hall Drive, Tallahassee, FL 32307.

    Submittals must be received by 2:00 p.m. local time, May 17, 2006. Facsimile (FAX) submittals are not acceptable and will not be considered.

Document Information