Notice of Bid/Request for Proposal

DEPARTMENT OF EDUCATION
University of Florida
Project: UF-313, Veterinary Education and Clinical Research Center at the University of Florida College of Veterinary Medicine – Gainesville, Florida.

NOTICE TO CONSTRUCTION MANAGERS:

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

Project: UF-313, Veterinary Education and Clinical Research Center at the University of Florida College of Veterinary Medicine – Gainesville, Florida.

This project is an expansion of the College of Veterinary Medicine Small Animal Hospital. The proposed project is envisioned as a 3-story, approximately 93,000 gross square foot, addition to the Small Animal Hospital (SAH). It will function as an educational, research and clinical facility and allow the SAH to relieve space deficiencies, which are currently causing a less efficient hospital function. In addition, the proposed growth will allow the SAH to increase its caseload, provide a new linear accelerator facility, and to create a healthier environment for patients and clinicians.

The project is to be located at the current College of Veterinary Medicine Small Animal Hospital site, on the south side of S.W. 16th Avenue adjacent to Shealy Drive on the University of Florida campus. The proposed expansion will occupy the current Patient parking lot directly north of the Small Animal Hospital patient receiving area.

The total project construction budget is $44,623,000, including site improvements and utility infrastructure. Construction shall be “fast-tracked” to begin by 30 September 2008 and be substantially complete in February 2010. Silver LEED (Leadership in Energy and Environmental Design) certification by the U.S. Green Building Council is a mandatory minimum.

The contract for construction management services will consist of two phases, pre-construction and construction. Pre- construction services will begin during the Conceptual Design stage and 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; and development of a Guaranteed Maximum Price (GMP) proposal based on 60% or 100% Construction Documents (to be determined by the Owner during the design phase), for which the design/builder will be paid a fixed fee. 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.

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 limited to 60 single-sided (or 30 pages front and back), consecutively-numbered pages 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, copies of the applicant’s contracting license, corporate charter(s) if applicable, proof of the firm’s bonding capacity, LEED accreditation, and other pertinent credentials.

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. 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.

Unsigned proposals or proposals containing expired or invalid licenses will be disqualified. Submittal materials will not be returned.

The project-specific CMQS forms, instructions, Project Fact Sheet, facilities program, UF Design Services Guide, UF Construction Standards, standard University of Florida Owner-CM agreement, and other project and process information can be found on the Facilities Planning & 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 Facilities Planning & Construction office by 3:00 p.m. local time on Friday, August 31, 2007. Facsimile (FAX) submittals are not acceptable and will not be considered.

Facilities Planning and Construction

232 Stadium / P. O. Box 115050

Gainesville, FL 32611-5050

Telephone: (352)392-1256, Fax: (352)392-6378

Internet: www.facilities.ufl.edu