Other Agencies and Organizations, Florida Polytechnic University  

  •  

    OTHER AGENCIES AND ORGANIZATIONS

    Florida Polytechnic University

    Construction Manager Services Applied Research Center

    Notice To Construction Managers

    August 11, 2017

    FPU APPLIED RESEARCH CENTER CONSTRUCTION

    Florida Polytechnic University, on behalf of its Board of Trustees, announces that CM Services will be required for the project listed below:

    Project No.: 17-005

    Project Name: Applied Research Center (ARC) Construction Manager at Risk

    Location: Florida Polytechnic University, JD Alexander Campus, 4700 Research Way Lakeland FL, 33805-8531 at 4400 Polytechnic Circle

    Applied Research Center (ARC)

    • The new ARC construction, comprising approximately 85,100 gross square feet (GSF), will be located and connect to the south causeway of the existing Innovation Science and Technology Building. The proposed project will include research laboratories, training/meeting, and research support offices. Anticipated Concept programming will include the following:

    o Research Laboratories – comprising approx. 64.0 percent of the building

    o Research Support Offices and Conference Rooms – comprising 31.3 percent of the building

    o Study and Student Support – comprising 4.7 percent of the building

    o The estimated Construction Budget is $30M

    • The completed ARC design will include all required new construction, furniture, fixtures, and equipment. Design will achieve the University’s Design Standard meeting Silver Certification minimum from the U.S. Green Building Council Leadership with Energy and Environmental Design (LEED) rating program.

    The contract for Construction Management Services will consist of two (2) phases. Phase one is for Pre-Construction Services, for which the Construction Manager will be paid a fixed fee. Phase one services include value engineering, constructability analysis, development of a cost model, estimating and the development of a Guaranteed maximum Price (GMP) at 100 % 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 and sub-contracts, encouraging the inclusion of Minority Business Enterprises (MBEs). 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 Managers contract.

    Selection of Finalists for interviews will be made on the basis of Construction Manager (CM) qualifications including past experience; bonding capacity; record-keeping/administrative ability, critical path scheduling expertise; cost estimating; cost control ability; quality control capability; qualifications of the firms personnel, staff and consultants who will be assigned to this project and the degree of Minority Business Enterprise (MBE) participation. Short-listed Finalists will be provided with the latest documentation prepared by the Project Architect/Engineer along with a description of the Final Interview Process and Requirements. The University Evaluation Committee may reject all proposals and stop the selection process at any time. The Construction Manager (CM) shall have no ownership, entrepreneurial or financial interest or affiliation with the selected Architect/Engineer frim involved with this project.

    INSTRUCTIONS: Firms desiring to apply for consideration shall submit a letter of application in accordance with the instructions contained in the project solicitation documents that may be downloaded from: https://floridapoly.edu/about/offices-and-services/procurement/

    It is recommended that interested firms visit this website frequently for any additional information relative to this Professional Qualifications Supplement solicitation (PQS).

    All applicants must be licensed to practice as General Contractors in the State of Florida at the time of your submittal in response to this solicitation. Corporations must be registered to operate in the State of Florida by the Department of State, Division of Corporations, at the time of your submittal in response to this solicitation.

    Application materials will not be returned. The plans and specifications for the State of Florida University projects are subject to reuse in accordance with the provisions of Section 287.055, Florida Statutes. As required by Section 287.133, Florida Statutes, a CM 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 CM must warrant that it will neither utilize the services of, nor contract with, any supplier, subcontractor, or CM in excess of $35,000 in connection with this project for a period of 36 months from the date of their being placed on the convicted vendor list.

    Sole Point(s) of Contact for this project, Mr. David O’Brien, Director of Procurement dobrien@flpoly.edu and/or Ms. Treasa McLean, Associate Director tmclean@flpoly.edu

    From the date of issuance of this Notice until a final selection of a Construction Manager (CM) is made or a notice of cancellation is posted, the CM must not make available or discuss its proposal, or any part thereof, with any employee or agent of the University, unless permitted by the Sole Point(s) of Contact, in writing, for purposes of clarification only, as set forth herein. Any individual associated with a CM who contacts any other university employee, including but not limited to members of the Evaluation Committee, regarding any aspect of this project, who attempts to discuss the project with any representative of FPU other than the Sole Point(s) of Contact, whether such contact be in person, telephone, or through electronic or written correspondence, may be determined to have violated the terms and conditions of this solicitation. If that determination is made, any proposal received from such an individual OR their company may be rejected as non-responsive and not subject to evaluation. If there are any changes or additions to the Sole Point(s) of Contact information at any time in the process, participating CMs will be notified via an addendum to the Notice.

    Questions regarding the Notice and/or process should be submitted via email to the Sole Point(s) of Contact. No oral communications shall be considered as a change to the Notice. FPU may respond to questions deemed by the University to be material in nature via a written addendum to the Notice. Interpretation of the wording of this document shall be the responsibility of the FPU and that interpretation shall be final.

    Any material submitted in response to this Notice and Project Qualifications Supplement (PQS) will become a public document pursuant to Section 119.07, F.S. This includes materials that the responding proposer might consider to be confidential or a trade secret. Any claim of confidentiality is waived upon submission, effective after opening pursuant to Section 119.07, F.S.

    All postings referred to in this Notice will be posted electronically on the FPU Procurement website: https://floridapoly.edu/about/offices-and-services/procurement/. At all times it shall remain the responsibility of the CMs participating in this solicitation to check the website for postings of addenda, short lists, and award decisions. No further notice will be given.

    A mandatory pre-submittal meeting will be held on Wednesday, September 12, 2017 at 9:00 a.m. Eastern Time in the Aula Magna of the Innovation, Science & Technology Building (IST 1000-1001) on the Florida Polytechnic University - JD Alexander Campus in Lakeland, FL.

    One (1) Original and Five (5) bound sets and one (1) electronic copy of the required proposal data shall be submitted to: Florida Polytechnic University, 4700 Research Way, University Mailroom (4550 Polytechnic Circle) Lakeland, Florida 33805-8531. ATT: David O’Brien, Director of Procurement no later than 2:00 p.m. local time on October 13, 2017. Facsimile (FAX) submittals are not acceptable and will not be considered.

Document Information