RFQ #FAC2026-02 LEGAL NOTICE OF REQUEST FOR QUALIFICATIONS
FOR CONSTRUCTION MANAGER AT RISK SERVICES
PUBLIC ANNOUNCEMENT FOLLOWING PROCEDURES OF THE CONSULTANT'S COMPETITIVE NEGOTIATION ACT, CHAPTER 287.055, LAWS OF FLORIDA
The District Board of Trustees of State College of Florida, Manatee - Sarasota announces Construction Manager at Risk Services will be required by qualified Construction Management firms in the State of Florida to provide design phase, bid and award phase, construction phase, and minimum One-year Warranty for the following:
Phase 1: Construct new Collegiate School buildings on the SCF Venice Campus. The project will consist of approximately 22,000 GSF of buildings and will include academic space, administration, cafeteria, auditorium, courtyard and a physical educational area. The project budget is $16 million and includes all project costs including soft costs, furniture, fixtures and equipment. The project schedule is dependent on the State College of Florida receiving the entire project's funding. The preliminary schedule assumes design starts in Spring 2026 and construction pricing received mid to late 2027.
Phase 2: Construct new Collegiate School buildings on the SCF Parrish Campus. The project will consist of approximately 22,000 GSF of buildings and will include academic space, administration, cafeteria, auditorium, courtyard and a physical educational area. The project budget is $16.9 million and includes all project costs including soft costs, furniture, fixtures and equipment. The project schedule is dependent on the State College of Florida receiving the entire project's funding. The preliminary schedule assumes design starts in Spring 2027 and construction pricing will be received mid to late 2028. The college intends to use the Venice Collegiate School design for the Parrish Collegiate School and adapt the design for the Parrish site conditions.
The college will be utilizing Construction Management (CM) at Risk for the Project Delivery Method. A single construction management firm will be selected through the CCNA process. As with the Architect, a single Construction Management (CM) firm will be used for both Phases, defined above.
The funding for Phase 1 and Phase 2 is separate. The college will hold a design contract with the Architect for Phase 1 and a separate design contract with the same Architect for Phase 2.
The college will hold a preconstruction services contract with the CM for Phase 1 and a separate preconstruction services contract with the same CM for Phase 2.
Upon receiving the entire project funding for Phase 1, the college will direct the CM to proceed with development of the Guaranteed Maximum Price. Similarly, upon the college receiving the entire project funding for Phase 2, the college will direct the CM to proceed with development of the Guaranteed Maximum Price. Separate construction contracts will be issued to the same CM for Phase 1 and Phase 2.
The college anticipates design fee cost savings by utilizing the same building design for both the Venice and Parrish Collegiates Schools. The college also anticipates construction efficiencies will be gained on the Parrish Collegiate School buildings by the CM. These construction efficiencies should have positive impacts on the construction quality, schedule and cost.
Applicant must be a licensed General Contractor in the State of Florida and if a corporation, must be registered by the Department of State, Division of Corporations at the time of application.
Applicants for the Project must apply in writing for consideration. Interested firms must submit their firm's information required by the Request for Qualifications Application pertaining, but not limited to, each firm's abilities, current workload, past educational facility experience, and resumes of key personnel. Request For Qualifications for RFQ#FAC2026-02 may be viewed and downloaded from the College's VendorLink web page. Interested parties may receive additional information, or request a copy of the RFQ document, via email to: Jennifer Leal / lealj@scf.edu. Questions regarding this RFQ must be submitted no later than 5 days prior to the RFQ due date. Submit ten (10) original proposals each including the Experience Questionnaire and bonding company Letter of Intent. All submittals are due to Facilities Management, Attn: Chris Wellman, VP, Operations, 5840 26th Street West, Building 23, Bradenton, FL 34207, (941) 752-5192, no later than 9:00a.m., Friday, November 14, 2025. No electronic submittals will be accepted. The College will not be responsible for any delays in delivery.
The Professional Services Evaluation Committee will meet on Friday, December 12, 2025, at 9:00 a.m. in Building 7, Board Room 160, 5840 26th Street West, Bradenton, FL, 34207 to identify and shortlist a minimum of three (3) or more firms deemed the most qualified to conduct individual Firm presentations/interviews.
No fewer than three (3) firms will then be requested to present and interview with the Professional Service Selection Committee on Friday, January 9, 2026, beginning at 1:00 pm. Registered applicants, who submitted a completed RFQ, will be notified in writing of any change to the above interview dates at least five (5) days prior to the newly established interview dates.
Any response to the RFQ received after the specified time and date will be considered late and unopened. Any response to the RFQ submitted orally, via e-mail or facsimile, will not be accepted.
October 12 2025
LSAR0385742