Health Science Center (HSC) Construction Manager, General Contractor

Bidders ID: NBD14855367764825725
Due Date: Apr 25, 2025
Posted Date: Apr 14, 2025
Level of Government: State & Local
State: Kentucky
Agency: University of Louisville
Category:
  • Q - Medical Services
Solicitation Number: RP-019-25
Source: Members Only

Bid Detail: Health Science Center (HSC) Construction Manager, General Contractor

Bid Number:
RP-019-25

Issue Date: 3/12/2025

Closing Date and Time: 4/25/2025 @ 2:00 PM EST

Contact:
Jamie Peck
Contract Administrator
University of Louisville
Email: jamie.peck@louisville.edu

Related Documents

Bid Document

Addendum 1

Attachment Preview

PROCUREMENT SERVICES
Request for Proposal
RP-019-25
Construction Manager – General
Contractor (CM/GC)
for
New Health Science Simulation,
Academic, and Innovation Facility
Proposal Due Date
04/16/2025at 2:00 PM, EST
Page 1 of 35
PROCUREMENT SERVICES
Request for Proposal (RFP)
Proposal Number: RP-019-25
DELIVER ORIGINAL COPY OF PROPOSAL TO:
Speed type:J6294
University of Louisville
Issue Date: 3/12/2025
Procurement Services
RFP Title: CM/GC for new HSC facility
2215 S Brook St., Room 107
Contract Administrator:Jamie Peck
Louisville, KY 40208
Contact Email: Jamie.peck@louisville.edu
Method of Award: Competitive Negotiation per KRS 45A.085
IMPORTANT: PROPOSALS MUST BE RECEIVED BY 04/16/2025 at 2:00 PM, EST
NOTICE OF REQUIREMENT
1. The University’s General Terms and Conditions, viewable at Procurement Terms and Conditions apply to this RFP, as do the terms and conditions set
forth in Section 5 of this RFP. No other terms should be included.
2. Contracts resulting from this RFP must be governed by and in accordance with the laws of the Commonwealth of Kentucky.
3. Any agreement or collusion among offerors or prospective offerors, which restrains, tends to restrain, or is reasonably calculated to restrain
competition by agreement to bid at a fixed price or to refrain from offering, otherwise, is prohibited.
4. Any person who violates any provision of KRS 45A.325 shall be guilty of a felony and shall be punished by a fine of not less than five thousand dollars,
nor more than ten thousand dollars or be imprisoned not less than one year nor more than five years, or both such fine and imprisonment. Any firm,
corporation, or association who violates any of the provisions of KRS 45A.325 shall, upon conviction, be fined not less than ten thousand dollars or
more than twenty thousand dollars.
AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST
I hereby swear (or affirm) under the penalty for false swearing as provided by KRS 523.040:
1. That I am the offeror (if the offeror is an individual), a partner, (if the offeror is a partnership), or an officer or employee of the bidding corporation
having authority to sign on its behalf (if the offeror is a corporation).
2. That the attached proposal has been arrived at by the offeror independently and has been submitted without collusion with, and without any
agreement, understanding or planned common course of action with, any other contractor of materials, supplies, equipment, or services described in
the RFP, designed to limit independent bidding or competition.
3. That the contents of the proposal have not been communicated by the offeror or its employees or agents to any person not an employee or agent of
the offeror or its surety on any bond furnished with the proposal and will not be communicated to any such person prior to the official closing of the
RFP.
4. That the offeror is legally entitles to enter into contracts with the University of Louisville and is not in violation of any prohibited conflict of interest,
including, but not limited to, those prohibited by the provisions of KRS 45A.330, KRS 45A.335, KRS 45A.340, and KRS 164.390;
5. That the offeror, and its affiliates, are duly registered with the Kentucky Department of Revenue to collect and remit the sales and use tax imposed
by KRS Chapter 139 to the extent required by Kentucky law and will remain registered for the duration of any contract award;
6. That I have fully informed myself regarding the subject of the statements made above and all such statements are true and accurate.
SWORN STATEMENT OF COMPLIANCE WITH CAMPAIGN FINANCE LAWS
In accordance with KRS 45A.110 (2), the undersigned hereby swears under penalty of perjury that he/she has not knowingly violated any provision of the
campaign finance laws of the Commonwealth of Kentucky and that the award of a contract to an offeror will not violate any provision of the campaign
finance laws of the Commonwealth of Kentucky.
CONTRACTOR REPORT OF PRIOR VILATIONS OF KRS CHAPTERS 136, 139, 141, 337, 338, 341 & 342
The Contractor, by signing and submitting a proposal, agrees as required by KRS 45A.485 to submit final determination of any violations of the provisions
of KRS Chapters 139, 139, 141, 337, 338, 341 and 342 that have occurred in the previous five (5) years prior to the award of a contract and agrees to
remain in continuous compliance with the provisions of the statutes during the duration of any contract that may be established. Final determinations of
violations of these statutes must be provided to the University by the successful Contractor prior to the award of a contract.
CERTIFICATION OF NON-SEGREGATED FACILITIES
The Contractor, by submitting a proposal, certifies that he/she is in compliance with the Code of Federal Regulations Title 41 CFR 60-1.8(b) that prohibits
the maintaining of segregated facilities.
SIGNATURE REQUIRED: This proposal may not be considered valid unless signed and dated below by an authorized agent of the offeror. Offers signed by
an agent are to be accompanied by evidence of his/her authority unless such evidence has previously been furnished to the issuing office.
NAME OF COMPANY:
FEDERAL EMPLOYER ID NO:
DUNS#:
ADDRESS:
CITY, STATE & ZIP CODE:
PHONE#:
PAYMENT TERMS: NET 30
SHIPPING TERMS: FOB DESTINATION
E-MAIL:
SIGNATURE:
PRINTED NAME & TITLE:
DATE:
Page 2 of 35
1. GENERAL OVERVIEW
1.1. University Information
The University is a state-supported research university located in Kentucky’s largest metropolitan area. It was a municipally
supported public institution for many decades prior to joining the university system in 1970. The University has three (3) campuses.
The 287-acre Belknap Campus is three (3) miles from downtown Louisville and houses eight (8) of the university’s twelve (12)
colleges and schools. The Health Sciences Center (HSC) is situated in downtown Louisville’s medical complex and houses the
university’s health-related programs and the University Hospital. The 243-acre Shelby-Hurst Campus located in eastern Jefferson
County.
1.2. Mission Statement
The University pursues excellence in its work to educate and serve its community through:
Teaching undergraduate, graduate, and professional students to develop engaged citizens, leaders, and scholars;
Practicing and applying research, scholarship, and creative activity, and;
Providing engaged service and outreach that improve the quality of life for local and global communities.
The University is committed to achieving preeminence as a premier metropolitan research university.
1.3. Vision Statement
The University will be recognized as a great place to learn, a great place to work, and a great place in which to invest.
2. PROPOSAL FORMAT AND REQUIREMENTS
2.1. Key Event Dates*
Release of RFP
**Pre-Proposal Conference MANDATORY
Deadline for Written Questions
RFP Proposals Due
Short List Announcement
Offeror Presentations
Letter of Intent to Negotiate Contract
Desired Contract Effective Date
03/12/2025
03/19/2025 at 9:00 am EST
03/26/2025 at 2:00 pm EST
04/16/2025 at 2:00 pm EST
Week of 04/21/2025
Week of 04/28/2025
Week of 05/05/2025
Week of 05/12/2025
*All dates are subject to change
**The MANDATORY pre-proposal conference will be held at the Clinical & Translational Research Building, located at 505 S Hancock St,
Louisville, KY 40202, Rooms 101 and 102. The unlocked entrance is on Hancock St.
-A site walk will follow the meeting a few blocks away at 615 S. Preston St., Louisville, KY 40202.
2.2. Intent and Scope of Work
a. Executive Summary
The University of Louisville (University) seeks to build a legacy facility on the Health Science Center (HSC) campus in the heart of
Louisville’s downtown medical district, affectionately known as the Lou-Med District. This new facility of academic
achievement and innovation will enhance the student, faculty, and staff experience through a multitude of engagement
opportunities, and foster a revitalized sense of collaboration through interprofessional education in simulation. The vision for
the new HSC facility will redevelop land owned by the university into a flagship destination to directly respond to the siloed
schools and programs, the deficit of student collaboration space, and lack of modern teaching spaces. This new facility will be
the first implementation of the recently created Campus Master Plan, including the relocation of the School of Public Health
and Information Sciences, and will set the stage for the long-term vision of reimagining campus.
This facility is the first ground up academic building construction on the HSC campus in several years. For such an important
undertaking for the University, the community of Louisville and for the Commonwealth of Kentucky, the following vision and
goals have been identified for the project.
Create a state-of-the-art facility that is a beacon of innovation and opportunity for the University, HSC campus, and
the City of Louisville.
Create a facility for students and faculty with diverse spaces that encourage cross disciplinary collaboration and foster
a sense of community to break down the invisible lines between each of the schools.
Page 3 of 35
Provide an interprofessional, state of the art, future proof simulation lab where students, faculty, and
external/internal professionals can learn side-by-side and with the most current technology advancements.
Be the new home to the School of Public Health and Information Sciences
Provide opportunities for community engagement with spaces that flex from academia to public.
Consider university constituents overall wellness and wellbeing by providing meaningful interior and exterior spaces
to improve mental and physical health.
Deliver an adaptable facility that can easily evolve with changing pedagogy.
Facilitate the demolition of the existing Kentucky Disease Building (KDP) and the relocation of the network substation
located in the basement of KDP. Substation will be relocated to a space identified in the adjacent Chestnut Street
Garage.
As the budget allows, provide research wet-lab space (no vivarium) and SIM lab growth or provide shelled space for
future development of these types of spaces.
The University of Louisville seeks to procure Construction Management and General Contractor (CM/GC) Services (hereafter
titled Construction Manager – General Contractor Services or CM/GC) for the University of Louisville New Health Science
Simulation, Academic, and Innovation Facility. The selected CM/GC will become a responsible member of the Owner’s
professional team for design and construction in order to assure the project is completed within the proposed budget, program
and schedule.
The scope of this project includes the construction of a new, approximately 200,000 - 250,000 square foot, multi-story building
and surrounding landscape/hardscape to be constructed at the corner of Chestnut and Preston, extended onto Gray Street. The
final size of the building is still being determined through the currently running Programming and Concept phase of the project.
Refer to Attachment A for approximate building location, includes images of the previously demolished Med-Dent Apartments.
The existing KDP building is also noted, which will be demolished as part of this project scope, as well as the relocation of the
existing network substation currently located in the basement. The completed building and site shall ideally achieve a minimum
of Leadership in Energy and Environmental Design (LEED) Gold Certification in the current version active at the time of project
application. Sustainability and Wellness Objectives included in Attachment B.
This project will involve all aspects of demolition, site work, foundations and new construction located in the heart of
Louisville’s downtown medical district, affectionately known as the Lou-Med District, while the University and medical district
remains fully operation throughout. Aspects of pedestrian safety, access, continuation of all utility’s services to adjacent
facilities, security of the construction zone, demolition materials removal, soils excavations, construction materials deliveries,
and the overall coordination and communication with the campus community are critical aspects to the success of this project.
The construction area will be immediately adjacent to academic and University services facilities, as well as Metro Health,
Seven Counties, and Norton Healthcare building. The privacy, security and safety of all University students, faculty and staff,
and the community will be of great importance.
The anticipated gross square footage is 200,000 - 250,000. The total anticipated construction cost for the project is one
hundred ninety million dollars ($190,000,000). The project schedule began programming and design in January 2025. The new
facility needs to be completed for the fall semester of 2029 with construction completion by April 30th, 2029.
CM/GC firms seeking to provide services shall have demonstrated specialized experience in estimating, planning, bidding and
constructing a “fast-tracked,” multi-bid packaged construction project for this building type within a Guaranteed Maximum
Price (GMP), which will be determined at the appropriate time in the design and construction document processes. Additional
information regarding this project will be supplied to the short-listed CM/GC firms at a Pre-Interview conference approximately
5 days prior to on-campus interviews. Information will include, but is not limited to: Interview Questions, Interview Scoring,
Pre-Construction Services, Construction Services, General and Supplemental Terms & Conditions, Price Proposal Format to
prepare for negotiations, Basis for CM/GC Contract and University Trade Contractor Bidding Documents & Procedures.
b. Services Requested
The CM/GC service firm shall have previous experience in the construction of university facility buildings of similar building type
and project scale, and projects on an urban site bound by fully developed adjacent building and roadways. For the purpose of
supporting the unique innovative requirements of this project, the firm shall be able to demonstrate experience with state-of-
the art health simulation labs, net-zero ready facilities, and sustainable focused facilities. CM/GC teams shall demonstrate their
ability to collaborate with a client and Architect/Engineer consultant team on fast tracked projects with early bid packages on a
compressed schedule. The scope of work may include enabling early bid packages such as but not limited to the Demolition of
the KDP Building with relocation of a fiber hub and the Relocation of Overhead Utilities. The finalized agreement shall include
pre-construction services (including schedule evaluation, scope, budget, constructability review and identifying long lead-time
items, identifying and coordinating Owner Supplied Material Purchases, forecasting construction and bidding climate,
coordination with the Architect/Engineer consultant team throughout the design phase), construction document review,
bidding, construction administration and commissioning oversight/coordination as well as LEED documentation cooperation
and assimilation with the consultants commissioning agent and their designate LEED personnel. Construction cost estimates
Page 4 of 35
shall be provided by the CM/GC at the following stages of design - Programing, Schematic Design (“SD”), 50% and 100% Design
Development (“DD”), 50% and 90% and 100% Construction Documents (“CD”) which will be an Estimated Maximum Price
(EMP) and a final GMP (Upon award of all Trade Contractor Packages). The Construction Manager at Risk (CM at Risk) will
closely collaborate with the University Community Engagement Team to ensure effective communication and involvement
throughout the project. Regular meetings will be held to discuss updates and address concerns. The CM at Risk will provide
timely information on project milestones, disruptions, and safety measures, ensuring the University community is well-
informed and their feedback is promptly addressed. This transparent and proactive approach will foster trust and partnership,
prioritizing the community's needs and concerns. The CM at Risk will work to ensure that our community partners are engaged
and have the opportunity to collaborate on the construction of the project. This Project may also require documentation for IRA
tax credits. LEED and IRA Tax Credit items that require documentation/tracking will be determined as part of the design
process.
1. Construction will be bid by an established University process under a series of CM/GC-developed and
assembled, designated trade contractor bid packages. Once awarded these will be assigned to the CM/GC
for overview and compliance and execution. Performance and Payment bond for both Pre-construction and
GMP amounts will be required by the awarded CM/GC. The selected CM/GC firm will be allowed to self-
perform any trade package following the KRS 45A.183 statute. CM/GC shall also advise, assist and coordinate
with the University with Owner Supplied Material Purchases of all Construction Materials in excess of +/-
$10,000.00.
c. Firm Qualifications and Experience
Identify similar scale projects for health science instruction, state-of-the-art simulation, and sustainability focused directives
with a vision for being net-zero ready that have been undertaken by the proposing CM/GC Firm within the last five (5) years.
Clearly identify which of these projects within the last three (3) years the CM/GC’s team being proposed have participated
together as a CM/GC team for those respective projects. Any projects referenced shall be projects that the specifically named
Project Manager (PM) and the Superintendent have personally been responsible for or performed in the same capacities as
would occur with this University project.
As applicable the Prime CM/GC may describe no more than ten (10) projects, and any Sub CM/GCs named shall describe no
more than five (5) projects in total. All projects should be similar in scope and work that will be performed on this project. For
each project, provide the client’s name, with current address, and telephone number for a contact person available who is
familiar with the firm’s performance on each project listed. This contact person should be familiar with your firm’s key
personnel. Describe CM/GC ability to advise, assist and coordinate with the U of L with Owner Supplied Material Purchases of
all Construction Materials / Packages in excess of +/-$10,000.00. Provide evidence of successful implementation and previous
experience in providing such services.
d. Team Organization
In this section, provide an organizational chart showing the interrelationship of all team members. Describe any previous
experience and working relationships on similar scoped projects (matrix preferred) for projects as reference in Section 5.1.
while including all Key Personnel as referenced in Section 5.3. Project responsibility of each team member is to be clearly
identified for each project referenced. Provide references for Project Manager (PM) and Superintendent that can speak directly
to the qualifications and character of these individuals. Provide: company name, address, contact person, and telephone, e-
mail.
e. Key Personnel
Provide resumes and qualifications, as well as an organizational chart, of the proposed firm’s project staff for both pre-
construction and construction phases. The required staff and their participation are outlined below. For each of the Key
Personnel shown in the CM/GC organizational chart, provide a one-to-two-page resume. Three pages may be used to describe
the experience of the Project Manager (PM). The PM’s experience on similar public projects and a demonstrated ability to lead
and mange a diverse consultant team is highly important. Include in the project manager’s resume a summary of specific
technical expertise and experience. Similar information should also be provided within this section for the onsite: PM,
Superintendent, Mechanical, Electrical, Plumbing (MEP) Coordinator and the Field Office Manager. At a minimum, for the
purposes of this Request for Proposal, without overlap or conjoining duties, each proposer shall include at a minimum separate
Key Personnel as follows and as listed below: Project Executive, Project Estimator, PM, Superintendent, Asst. Superintendent
(or area Superintendent), Document Control Engineer, MEP Coordinator, Field Office Manager, Safety Coordinator, In-House
LEED Coordinator, Project Accountant, and an in-house Building Information Modeling (BIM) Manager. NOTE: It is the
University’s requirement that all team members shall be Full Time On-Site for the duration of the project unless delineated
below. The PM and the Superintendent shall each have a minimum of ten (10) years’ experience managing projects of this scale
and function. The projects listed in 2.4 above shall contain projects that both the PM and the Superintendent have participated
in with a detailed explanation of their roles.
An In-House LEED coordinator, who is LEED accredited, will be the central person/s to assist in documentation assimilation and
Page 5 of 35
You are viewing the opportunity summary page, which includes a brief overview and a preview of the attached documents.
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.

TRY FOR FREE

Not a GovernmentBidders Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >