Department of Education, Florida Agriculture and Mechanical University  


  • NOTICE TO CONSTRUCTION MANAGERS

    Florida A&M University (FAMU), announces that construction management services will be required for:  Project No.:  FM-315, Jones Hall Remodeling / Renovation, Florida A&M University, Tallahassee, Florida

    Jones Hall has been the focal point of the Physical Sciences on FAMU’s main campus from its construction until the recent completion of the Science Research Facility.  As a result of years of heavy use, Jones Hall is overdue for a major remodeling to correct deficiencies in its major systems, as well as, interior finishes, building security, and building envelope.  This project consists of renovations to the existing Jones Hall, a 33,894 nasf and 54,318 gsf five-story facility constructed in 1953 and renovated in 1974 and 1993. The project scope includes restoration of the building’s envelope, major overhaul or replacement of the existing HVAC systems, mechanical equipment, plumbing (including laboratory gases); upgrading of electrical wiring and elevators,  fire doors , fire alarm and sprinkler protection systems to meet code, cable TV and internet connections, replacement of existing services and switchgear; and correction of life safety and ADA standards.  Some roof and window replacement may be necessary due to the poor condition and lack of thermal efficiency.

    The estimated construction budget is $9,500,000.

    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 75% 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 deion 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 FAMU “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 in the FAMU Purchasing Office by 2:00 p.m. local time, August 11, 2006.  Facsimile (FAX) submittals are not acceptable and will not be considered.

Document Information