Notice of Bid/Request for Proposal

DEPARTMENT OF EDUCATION
University of 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-275, Pathogen Research Facility, Gainesville Florida

The project consists of a new 108,000 SF multi-disciplinary research. The goal of the multi-disciplinary research environment is to create an adaptive and enduring collaborative network of disciplines that will focus on scientific, social, educational, informatics, diagnostics, and surveillance issues related to vigilance and control of newly emerging pathogens. The proposed facility will integrate in a shared research environment, disciplines that have not traditionally collaborated to attack problems of emerging pathogens. The research initiatives will focus not only on human diseases, but plant and animal pathogens that could directly or indirectly impact human health. The building will consist of research labs, offices and support services. Program components will also include environmental and human toxicology, and plant science research.

The total project budget is $55,500,000, including site improvements, underground utilities, fees, surveys & tests, total building comissioning, furnishings & equipment, and contingencies. Construction shall be “fast-tracked” to be substantially complete by June 2008, with an estimated construction budget of $40,000,000. Silver LEED (Leadership in Energy and Environmental Design) accreditation by the U.S. Green Building Council is mandatory.

The contract for construction management services will consist of two phases, pre-construction and construction. Pre-construction services will begin at the Conceptual Schematic 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; an early site/foundation package will be issued for an early construction start; and development of a Guaranteed Maximum Price (GMP) proposal based on 60% Construction Documents, for which the CM 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, location, 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 50 single-sided, 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 certification, 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 and Construction website.

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

FAW ad duration

Minimum duration in calendar days

Duration between advertisement and submittal date

28 days (for A/E and CM RFQ).

Construction value up to $200,000.00

21 days (for call for Bids)

Construction greater than $500,000.00

30 days (for call for Bids)

Provide the number of copies prescribed in the Project Fact Sheet. Submittals must be received in the Facilities Planning and Construction office by 3:00 p.m., local time, on Friday, July 28, 2006. 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