Notice of Bid/Request for Proposal

DEPARTMENT OF EDUCATION
University of Florida
Advertisement for Annual Continuing Construction Management Services

NOTICE TO CONSTRUCTION MANAGERS

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

UF MP-11, Annual Campus Service Continuing Renovation/Construction Minor Projects

Typical projects assigned under this contract may include new construction, renovation, remodeling, reroofing and other building maintenance, equipment installation, pre-engineered metal buildings, greenhouses, pole barns, asbestos abatement, and fire code corrections. Areas requiring renovation or remodeling may include animal research or holding areas, research laboratories, classrooms, library and media centers, offices and related functions, outpatient clinics, reception and waiting areas, lobbies and corridors, atriums, courtyards and plazas, modular and pre-engineered buildings, apartments, dormitories, athletic facilities, and associated roadways, sitework, sidewalks, and landscaping. Projects could be located on the University of Florida main campus or at UF and IFAS facilities throughout the State of Florida. The maximum per-project construction cost is $2,000,000.

This is an open-ended contract for a period of one year with an option to renew for two additional one-year periods. Eight (8) contracts will be awarded. Two (2) of the eight (8) contracts will be awarded to “Small Businesses”, as defined on the UF Small Business & Vendor Diversity website (http://sbvdr.admin.ufl.edu/). One (1) of the eight (8) will be awarded to a “Small Emerging Business”, defined as one meeting the Small Business criteria referenced above and having performed less than $500,000 in construction at the University of Florida cumulatively over the past three fiscal years. Criteria will be verified following the selection/award process.

Typically, the contract for an assigned project’s construction management services will begin at the 60% Construction Document stage but may include preconstruction activities, including, but not limited to budget 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. If the GMP proposal is accepted and executed, 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 management fee for an assigned project, or failure to arrive at an acceptable GMP as provided in the agreement, may result in non-execution of the project Purchase Order and Authorization for Construction.

Applicants will be evaluated on the basis of their past performance, experience, personnel, references, bonding capacity, Building Information Modeling capabilities (for all but the Small and Small Emerging applicants), workload, and responses to questions posed both in the shortlist and interview phases. 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 at the time of application.

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 Project Fact Sheet, Construction Manager Qualifications Supplement and CMQS Instructions, and other background information. The proposal shall be limited to 26 single-sided or 13 double-sided, consecutively-numbered pages (including the CMQS, but not including the cover sheet, table of contents, or blank divider pages) and shall include:

                1.             A Letter of Application that concisely illustrates the applicant’s understanding of the scope of services, other goals and considerations outlined in the Project Fact Sheet, and indicates which of the three CM categories (regular, small, small emerging) the applicant is applying for.

                2.             Company information and signed/notarized certification.

                3.             A completed, project-specific “CM Qualifications Supplement” (CMQS) proposal. Applications on any other form will not be considered.

                4.             Resumes, LEED accreditation (if available), and other pertinent credentials for all staff proposed for the life of this agreement.

                5.             Provide proof of current corporate registration to operate in the State of Florida by the Department of State Division of Corporations if applicable.  Such proof shall take the form of a Certificate of Corporate Status from the Florida Department of State.

                6.             Provide proof of the firm’s ability to provide liability insurance coverage in the amounts of $1 million General Liability per occurrence, $1 million Automobile Liability, Worker’s Compensation per requirements of Chapter 440 of the Florida Statutes, and $5 million Umbrella and proof that the company providing this insurance has a minimum Best Rating of “A” and financial backing capacity of “Class XV”.

                7.             Provide a letter of intent from a surety company indicating the applicant’s bondability for this project.  The surety shall acknowledge that the firm may be bonded for multiple projects, with a potential maximum construction cost of $2,000,000 each.  Provide proof that the Surety Company providing this letter is licensed to do business in the State of Florida and has a Best Rating of “A,” and a required financial backing capacity of “Class XV.”

                8.             Provide a copy of the contracted firm’s current general contracting license from the Florida Department of Business and Professional Regulation.

Incomplete proposals will be disqualified. Submittal materials will not be returned.

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.

The project-specific CMQS form, instructions, Project Fact Sheet, UF Design and Construction Standards, standard University of Florida Minor Projects Owner-CM agreement, General Terms and Conditions, and other project and process information can be found on the Facilities Planning & Construction website. Unsigned proposals or proposals containing expired or invalid licenses will be disqualified. Submittal materials will not be returned. Finalists may be provided with supplemental interview requirements and criteria as needed.

One (1) bound copy and one (1) electronic copy of the required proposal must be received at the University of Florida Purchasing Services Division, to the attention of Mercedes Bongiovanni, Building 0465, Elmore Hall, Radio Rd., P.O. Box 115250, Gainesville, FL 32611 no later than the deadline of 3:00 p.m. local time on Tuesday, April 12, 2011. If an applicant is applying for multiple categories (i.e. Regular, Small, or Small Emerging Businesses), only one 2-copy submittal is required, but the Application cover letter must indicate which categories are applicable. Facsimile (FAX) or e.mailed submittals are not acceptable and will not be considered.

The schedule of the selection process is as follows:

                Pre-proposal conference (non-mandatory): March 31, 2011, 1:30 p.m.

                Hilton Conference Center, 1714 S. W. 34th St., Gainesville

                Applications due: April 12, 2011, 3:00 p.m. local time, address listed above

                Shortlist meeting: May 2, 2011, 1:30 p.m., 101 Elmore Hall

                Final Interviews: May 23 – June 3, 2011, 8:00 a.m. – 5:00 p.m., 101 Elmore Hall

                Selection Deliberations/Scoring: June 3, 2011, 8:00 a.m., 101 Elmore Hall

Further information may be obtained from the UF FP&C website, www.facilities.ufl.edu, or by contacting: Selection Committee Chairman Miles Albertson, Associate Director, UF Facilities Planning & Construction, 232 Stadium, Box 115050, Gainesville, FL 32611, Fax (352)273-4034, Phone (352)273-4020, e.mail ama@ufl.edu.