Department of Education, University of Florida  

  •  

    DEPARTMENT OF EDUCATION

    University of Florida

    Project: UF-623C, Electrical Utilities Infrastructure

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

    Project: UF-623C, Electrical Utilities Infrastructure (Main UF Campus)

    With the expiration of the utility supply agreement between the University of Florida (UF) and Duke Energy (DE), numerous campus infrastructure systems must be redeveloped. One such system is the electrical supply from DE to serve UF. Replacement of the existing DE-owned substation (commonly referred to as the UF substation), which serves a significant portion of the UF campus, will be required.

    The UF campus electrical system will be reconfigured to take service from a new switching station by Duke Energy (DE), located to the north of the existing DE substation on Archer Road. This connection will be at transmission voltage level (69kV). UF will provide breakers and switches for connection of three circuits from DE. Underground cables routed in concrete encased duct bank will supply power to the campus by means of a UF owned and operated substation co-located with the planned new thermal plant. This substation will step the voltage down to the distribution level (23kV) through three large transformers feeding campus switchgear lineups with ties for redundancy and reliability. Feeders out of this switchgear will reconnect into the existing campus electrical distribution infrastructure with modifications as discussed herein.

    The total project budget is $45,000,000 and the approximate construction budget is $38,000,000. This scope also includes the redevelopment of the old Duke / UF substation site at the existing cogeneration plant location to include the demolition of the old 23kV / 5kv transformers, 5kV switches and infrastructure around the Duke location. The design will reconfigure the 5kV system in this area to eliminate some of the transformers. The transformers that serve the hospital district will be relocated to the hospital area (with extended 23kV feeders). The transformers that serve Rabon Plant will be removed with the relocation of the chiller plant facilities to the Gale Lemerand location, and the transformers that service Substation 2 will be replaced and relocated adjacent to Substation 2. Where practical, larger transformers will be considered, reducing the quantity of assets in the UF inventory.

    The contract for construction management services will consist of two phases, pre-construction and construction.  Pre-construction services has already begun, and design is progressing. Work will begin immediately with the Design Development or the CD documents which 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; development of waste management strategies; and development of a Guaranteed Maximum Price (GMP) proposal based on the 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, Automotive Liability, Workers’ Compensation, and Builder’s Risk.

    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.       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.

    5.       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.

    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 p.m. local time on Wednesday, May 20, 2020.  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