Department of Education, University of Florida  

  •  

    DEPARTMENT OF EDUCATION

    University of Florida

    UF-623 Thermal Utilities Infrastructure CM Selection

    NOTICE TO CONSTRUCTION MANAGERS:

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

    Project: UF-623, Thermal Utilities Infrastructure (Gainesville, FL)

    The project consists of providing construction services of a large underground thermal infrastructure in the heart of campus.  The selected Construction Manager will need to provide both construction and pre-construction services while minimizing disruption to campus.

    The large thermal infrastructure segments comprise a total of 8,800 linear feet of large diameter chilled water pipe and 11,300 linear feet of steam and condensate pipe of various diameters as well as replacement of ancillary manholes with structural issues and relocated utilities impacted by the thermal infrastructure.

    The major corridors where this thermal infrastructure will be constructed is listed below:

    Museum Road from Hume Residence Halls to Beaty Tower;

    Center Drive near the health science center and south of Museum Road;

    Gale Lemerand Drive from Museum Road to Mowry Road;

    Mowry Road from Gale Lemerand Drive to Center Drive;

    Newell Drive south of Museum Road to Shands.

    The total project budget is $45,000,000, including underground thermal infrastructure, including steam/condensate and chilled water piping. 

    The contract for construction management services will consist of two phases, pre-construction/logistics and construction.  Pre-construction services will begin immediately and will include evaluating phasing and management of traffic around campus, road impacts, production of cost studies and estimates; value engineering; analysis of the design documents for construction logistics, constructability, coordination, detailing, materials, and systems; development of the construction schedule; and production of detailed jobsite management plans.

    This second phase of the contract will include: 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, 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.    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 informationcan be found on the Planning Design& Construction website.

    Finalists may be provided with supplemental interview requirements and criteria as needed.

    Provide the electronic copy prescribed in the Project Fact Sheet.  Submittals must be received in the Planning Design & Construction office by 3:00 P.M. local time on Monday July 29, 2019.  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