Skip to header Skip to Content Skip to Footer

Advertisements

Advertisements

Project Scope

There is evidence of water intrusion in areas near the fly tower of the existing Cultural Arts Building on the UNCW campus, built in 2006. The project includes investigation phase to determine causes, design phase to remediate, contractor bid phase, and construction administration phase per formal SCO requirements.

Anticipated construction scope includes brick veneer repairs, flashing, and waterproofing improvements. Alternates to replace the existing membrane roof and to install a decorative cornice may be included.

The total project budget, including soft costs, is approximately $700,000.

Construction is anticipated to take place during late summer/fall of 2025.

Submission Requirement

Response should be electronically submitted in PDF format, a maximum of 20 letter-size pages excluding the cover page, letter of interest, table of contents, and SF-330 form. Maximum file size is 10MB. Submit one (1) PDF file via email to jordank@uncw.edu. It is the submitting firm’s responsibility to ensure the document has been received by the due date and time. Include the following information:

  • Title page showing UNCW CAB Brick and Flashing Repairs firm name, date of submission
  • Letter of interest/cover letter
  • Specialized or appropriate expertise in the type of project
  • Past performance on similar projects
  • Adequate staff and proposed design or consultant team and their relevant project experience
  • Current workload and state projects awarded
  • Proposed design approach for the project
  • Recent experience with project costs and schedules
  • Construction administration capabilities
  • Proximity to and familiarity with the area where project is located
  • Record of successfully completed projects without major legal or technical problems
  • Other factors that may be appropriate for the project
  • Minority business participation plan (including design and construction efforts)
    SF-330 for Architect-Engineering qualifications

Anticipated Schedule

Anticipated Schedule
Advertisement 6/11/2025
RFQ Submission Deadline 6/25/2025
Short-list Notification 6/30/2025
Interviews (Virtual) 7/7/2025 (Week Of)
Board of Trustees Selection 7/31/2025
Notification of Selection 8/01/2025

 Project Scope

  • The project consists of a new nominal 90,000 SF Integrated Science and Technology (ISAT) building anticipated to be a collaborative, interdisciplinary venue for multiple academic programs including general sciences, health science, medical education, engineering, technology, information sciences and computing. 
  • The estimated total project cost is $83,000,000. Currently $8,000,000 has been authorized toward project design and preconstruction services.
  • The anticipated site is located along Chancellor’s Walk on UNCW’s main campus. The facility will provide much needed active learning spaces; collaborative spaces that welcome and bring various disciplines together for idea sharing; makerspace; technology-rich spaces
  • The construction delivery method will be Construction Manager-at-Risk.

Submission Requirements:

Response should be electronically submitted in PDF format, a maximum of 20 letter-size pages excluding the cover page, letter of interest, table of contents, and SF-330 form. Maximum file size is 10MB. Submit one (1) PDF file via email to jordank@uncw.edu. It is the submitting firm’s responsibility to ensure the document has been received by the due date and time. Include the following information.

  • Title page showing UNCW ISAT Building, firm name, date of submission
  • Letter of interest/cover letter
  • Specialized or appropriate expertise in the type of project
  • Past performance on similar projects
  • Adequate staff and proposed design or consultant team and their relevant project experience
  • Current workload and state projects awarded
  • Proposed design approach for the project
  • Recent experience with project costs and schedules
  • Construction administration capabilities
  • Proximity to and familiarity with the area where project is located
  • Record of successfully completed projects without major legal or technical problems
  • Other factors that may be appropriate for the project
  • Minority business participation plan (including design and construction efforts)
  • SF-330 for Architect-Engineering qualifications

Anticipated Schedule


Anticipated Schedule

Advertisement

6/26/25

Pre-submission Meeting (virtual)

7/2/25, 10:00 AM

RFQ Submission Deadline

7/15/25 3:00 PM

Short-list

7/17/25

Interviews

7/24/25 - 7/28/25

Board of Trustees Selection

7/31/25

Notification of Selection

8/1/25

 

Pre-submittal Meeting:

This meeting was held virtually on Wednesday, July 2 at 10:00 AM via Zoom. Below is a link to the Pre-Submittal Meeting Presentation:

ISAT Designer Pre-Submittal Meeting Presentation

This document is intended for print purposes. If you need this in another format, please contact Kelli Jordan at 910-899-6382 or jordank@uncw.edu

 

The following is a list of questions and responses from the UNCW ISAT Building Designer Solicitation RFQ.

  1. Is a 3rd party cost estimator required for this project?
    A third-party estimator is not required, however the design team is responsible for construction cost estimating as required by the State Construction Office.
  2. Does the maximum of 20 letter-size page limit mean single-sided (10 double-sided)?
    Yes.
  3. Will the presentation and attendance sheet be shared?
    Yes. They will be posted on the UNCW ACS advertisement website.
  4. Will the project be architecturally led or is the university looking for separate submissions for architectural and engineering design services?
    We are seeking qualifications from complete teams, not separate consultants.
  5. What is the university's sustainability goal?
    UNCW's sustainability goal is equivalent to LEED Silver or better, however we do not require LEED certification.
  6. What is the university's HUB participation goal?
    UNCW follows the current UNC System goal of 10% participation by minority businesses.
  7.  Will the AP phase include site selection?
    Yes. Several potential sites were identified in the campus master plan which will need to be evaluated during the Advanced Planning phase.
  8. Will the recording of this meeting be shared?
    No.
  9. What are the anticipated percentages of programmed space per type or user?
    This will be developed during the Programming and Advanced Planning phase.

 

The following is a list of attendees from the UNCW ISAT Building Designer Solicitation RFQ Pre-Submittal Meeting..

Attendee List
IMEG RJ Perry rj.perry@imegcorp.com
CMTA Tracy Pell tpell@cmta.com
Optima Engineering Paige Barbour pbarbour@optimaengineering.com
CannonDesign Chris Jahn cjahn@cannondesign.com
FCA Peter Verne pverne@fcarchitects.com
HDR Inc. David Philips david.phillips@hdrinc.com
Ewing Cole Shani Ferguson sferguson@ewingcole.com
HIPP Design + Consulting Brittany Larsen brittany.larsen@hipp-usa.com
Design Workshop Laura Bachinsky lbachinsky@designworkshop.com
RMF Engineering, Inc. Rockford Reck Rockford.reck@rmf.com
Ballinger Jonathan Struthers jstruthers@ballinger.com
HH Architecture Daniel Jencks djencks@hh-arch.com
Becker Morgan Group Emily Davis edavis@beckermorgan.com
Ayers Saint Gross Jason Hearn jhearn@ayerssaintgross.com
Barton Associates Steven Loeb stl@ba-inc.com
LS3P Laura Miller lauramiller@ls3p.com
Salas O’Brien Kim Sousa kim.sousa@salasobrien.com
HH Architecture Siler Ransmeier sransmeier@hh-arch.com
Perkins&Will Jennifer Soucy jennifer.soucy@perkinswill.com
STEWART Bryan Covington bcovington@stewartinc.com
Lord Aeck Sargent Planning & Design, Scott O'Brien scott.obrien@lordaecksargent.com
Newcomb & Boyd Courtney Costanzo ccostanzo@newcomb-boyd.com
DSA Engineering Caty Dupuis caty.dupuis@dsaeng.com
Strada George Poulin gpoulin@stradallc.com
BSA Design Shawn Clemons sclemons@bsadesign.com
Samet Corporation Toni Johnson Tjohnson2@sametcorp.com
McMillan Pazdan Smith Architects Chelsea Granado cgranado@mcmillanpazdansmith.com
Becker Morgan Group, Inc. Brad A. Hastings bhastings@beckermorgan.com
Kahler Slater Jeff Nelson jnelson@kahlerslater.com
Hord Coplan Macht Tim Linko tlinko@hcm2.com
Davis Kane Victoria White vwhite@daviskane.com
Labella Jim Merriman jmerriman@labellapc.com
Affiliated Engineers Robert Sherman rhsherman@aeieng.com
Ewing Cole Matt Barnett mbarnett@ewingcole.com
Clark&Enersen Nathan Groathouse Nathan.groathouse@clarkenersen.com
LS3P Daniel Sykes dansykes@ls3p.com
ZGF Elizabeth Ryan Elizabeth.ryan@zgf.com
Little Doug Dorney doug.dorney@littleonline.com
RMF Engineering Avery Monroe avery.monroe@rmf.com
BHDP Architecture Derick Stadge dstadge@bhdp.com
Bennett & Pless Megan Keenan mkeenan@bennett-pless.com
LS3P Abbie Patrick abbiepatrick@ls3p.com
Clark & Enersen Craig Park craig.park@clarkenersen.com
Page Dan Fields dfields@pagethink.com
AW-ARCH John Deitering john@aw-arch.com
Newcomb & Boyd Paul Kitchens pkitchens@newcomb-boyd.com
Salas O'Brien Bill Smith bill.smith@salasobrien.com
BSA Mark Searls msearls@bsalifestructures.com
HGA Architects Lisa Hellmuth hellmuth@hga.com
Barr & Barr Jonathan Best jbest@barrandbarr.com
Whiting-Turner Julie Harvey Julie.harvey@whiting-turner.com
Barr & Barr Alexis Mitchell Amitchell@barrandbarr.com
GF Kelly Hosack khosack@greenbergfarrow.com
VHB Wayne Robinson wrobinson@vhb.com
Perkins&Will Floyd Cline II Floyd.cline@perkinswill.com
Elkus Manfredi Architects John Martin jmartin@elkus-manfredi.com
Consigli Jennifer Dauphinais jdauphinais@consigli.com
CLH design Melissa Richards mrichards@clhdesignpa.com
Jenkins Peer Architects Dan Van Dyke dvandyke@jenkinspeer.com
O'Brien Atkins Alyssa Holland aholland@obrienatkins.com
CannonDesign Delia Nevola dnevola@cannondesign.com
BL Companies Laura Rezek lrezek@blcompanies.com
Shepley Bulfinch Jeffery Bottomley jbottomley@shepleybulfinch.com
Hord Coplan Macht Jennifer Cordes jcordes@hcm2.com
Pendulum Michaela Simpson michaela.simpson@pendulumkc.com
Stewart & Conners Architects John Rider jrider@sc-architects.com
Flad Architects Chuck Mummert cmummert@flad.com
CMC Building Inc Tony Hayes Thayes@cmcbuildinginc.com
Flad Architects Alma Montemayor amontemayor@flad.com
Moya Design Partners Dalal Missri Dalal@Moya.us
Ayers Saint Gross Amanda Hodgson ahodgson@ayerssaintgross.com
Stewart Roy Lorenzen rlorenzen@stewartinc.com
Shepley Bulfinch Sabin Ciocan sciocan@shepleybulfinch.com
Davis Kane Architects Sheridan Young syoung@daviskane.com
CMC Building, Inc Bruce Presnell bpresnell@cmcbuildinginc.com
Page Mark Warner mwarner@pagethink.com
BSA Kendall Stevens kstevens@bsadesign.com
LS3P Shawn Sowers shawnsowers@ls3p.com
Lord Aeck Sargent Amy Dean amy.dean@lordaecksargent.com
Ballinger Katrina Macaro kmacaro@ballinger.com
Mueller Associates Jason Dittrich jdittrich@muellerassoc.com
Ballinger Mary Caparosa mcaparosa@ballinger.com
HIPP Design and Consulting JT Casey jt.casey@hipp-usa.com
Kahler Slater Michael Ufer mufer@kahlerslater.com
HDR Inc. Jeanette Hardee jeanette.hardee@hdrinc.com
Lord Aeck Sargent Kati Parttimaa kati.parttimaa@lordaecksargent.com
McMillan Pazdan Smith Meredith Rozier mrozier@mcmillanpazdansmith.com
Lord Aeck Sargent Amanda Vercellotti amanda.vercellotti@lordaecksargent.com
GF Ashley Jenkins ajenkins@greenbergfarrow.com
Moya Design Partners Federico Olivera-Sala federico@moya.us
T. A. Loving Company Cara Greening cgreening@taloving.com
Becker Morgan Group Ernie Olds eolds@beckermorgan.com
Becker Morgan Group Doug Burns dburns@beckermorgan.com
Flad Architects Savannah Hernandez
EwingCole Jason Kolano jkolano@ewingcole.com
GF Jake Beck jbeck@greenbergfarrow.com
Andre Johnson Architects Pisei Nop pisei@andrejohnsonarchitect.com
RMF Engineering Stephanie Adler stephanie.adler@rmf.com
Andre Johnson Architects Andre Johnson andre@andrejohnsonarchitect.com

RFQ Summary

The University of North Carolina at Wilmington is seeking a qualified Construction Manager at Risk (CMR) firm to provide professional construction management services during the design and construction phases of the project. The work of the CMR will be consist of two phases.  Phase I will include pre-construction services and preparation of a GMP. Phase II will include the bidding, award, and management of the project during construction. All work is to comply with the requirements of the North Carolina State Construction Office.

Project Description

The project involves the construction of a new Integrated Science and Technology (ISAT) building, approximately 90,000 square feet in size. This facility is intended to serve as a collaborative and interdisciplinary space supporting a range of academic programs, including general sciences, health science, medical education, engineering, technology, information sciences, and computing. The total estimated cost for the project is $83 million, with $8 million currently authorized for advance planning design and preconstruction services. The selected firm may be retained through full design and construction at the university's option. The proposed location for the building is along Chancellor's Walk on UNCW's main campus. The facility will include active learning environments, collaborative areas designed to bring together diverse academic disciplines, makerspaces, and technology-rich instructional spaces.

Project Funding

The authorized total project budget including soft costs is $83,000,000.

Project Schedule

The university has advertised for designer and the Advanced Planning phase of design completion is anticipated in Spring of 2026. Construction completion is anticipated in Summer of 2029.

Pre-Proposal Conference

A Pre-Proposal Conference was held virtually on July 10, 2025, at 10:00 am. Below is a link to the Pre-Submittal Meeting Presentation:

ISAT CMR PRE-SUBMITTAL MEETING PRESENTATION

This document is intended for print purposes. If you need this in another format, please contact Kelli Jordan at 910-899-6382 or jordank@uncw.edu

Proposal Format

All proposals shall include the information requested by the attached Qualifications Questionnaire for construction Manager at Risk. Please note, in the interest of cost-savings, consistency of submittals and more efficient use of time by the pre-selection committee, the submitted information should not include any extra marketing materials. The format of the proposal should be in 8-1/2” x 11” pages. The package length should not exceed twenty (20) double-sided pages. This limitation does not include the Cover Sheet, Tabs or Financial

Statements. The submitted proposal should include: one (1) paper hard copy and one (1) electronic copy on a flash drive. Firms are requested to assure receipt of proposals at address listed below by 5:00pm on July 28, 2025. In order to meet the selection schedule, shortlisted firms will be notified on August 1, 2025, and interviews will be on August 7, 2025.

Critical Selection Factors

Critical selection factors include the following:

  1. Workload that is fully able to accommodate the timely execution of this project.
  2. Record of successfully completed projects of similar scope without major legal or technical problems.
  3. Previous experiences with Owners and owner representatives of similar projects.
  4. Key personnel that have appropriate experience and qualifications.
  5. Relevant and easily understood graphic or tabular presentations.
  6. Completion of CM at Risk projects in which there was little differences between the GMP and final cost.
  7. Projects that were completed on or ahead of schedule.
  8. Previous project experience with the North Carolina State Construction Office.
  9. Proximity to and familiarity with the area where the project is located and the dynamics of the local market.
  10. Approach to each phase of construction management from design phase services through final construction. Project planning that offers the same project manager for pre-construction and construction phases will be given preference. Include information regarding value engineering, constructability issues, cost modeling and estimate, project tracking and reporting, requests for information and shop drawings, quality control, schedule and staffing plan.
  11. Quality of compliance plan for minority business participation as required by G.S.143-128.2. History of successful implementation of similar HUB efforts.
  12. Proximity to and familiarity with UNCW campus.
  13. Experience working on college campuses.
  14. Experience working on multiple simultaneous projects on the same campus.

In order to offer Construction Manager at Risk services in the response to this solicitation, the proposer must be licensed as a general contractor in the state of North Carolina.

CMR Selection Process

Following the receipt of proposals, a University Interview Committee will shortlist a minimum of three (3) firms, interview and make a recommendation of selection to the University Board of Trustees. The selected firm will contract with the State of North Carolina through the University and coordinate services with the Office of Facilities, Architectural and Construction Services.

Questions

In order that the selection process be as objective as possible, do not contact members of the Board of Trustees, or any university officials other than the contact listed below. All questions should be directed to:

Nic Troutman, Project Manager
Architectural & Construction Services
University of North Carolina at Wilmington
troutmann@uncw.edu

Proposal Submittal

Electronic submittals are preferred but hard copies are acceptable. Electronic submittals can be sent to the email address below and hard copies to the physical address below. The submittals must be received by 5:00pm EST by the closing date listed above to be considered to:

Heather Peedin, Facilities Management Support
University of North Carolina at Wilmington
peedinh@uncw.edu

Mailing & Delivery Address:

c/o Heather Peedin
University of North Carolina at Wilmington
Office of Facilities, Office 104
5150 Lionfish Drive
Wilmington, NC 28403

Attachments

  1. RFP Data Sheet (See table Below)
  2. Qualifications Questionnaire for Construction Manager at Risk

 This document is intended for print purposes. If you need this in another format, please contact Kelli Jordan at 910-899-6382 or jordank@uncw.edu

RFP Data Sheet

RFP Data Sheet
Integrated Science and Technology Building

Item

Datum

Short Description of Project

Construction of a new Integrated Science and Technology (ISAT) building, approximately 90,000 square feet in size

Issuing Office

University of North Carolina at Wilmington
Office of Facilities

Department, Agency/Institution, Location where the Project will be constructed

Architectural and Construction Services, University of North Carolina at Wilmington (UNCW); Project to be located off of Price Dr or Cahill Dr

Project Overview

Approximately 90,000sf building intended to serve as a collaborative and interdisciplinary space supporting a range of academic programs, including general sciences, health science, medical education, engineering, technology, information sciences, and computing. The proposed location for the building is along Chancellor's Walk on UNCW's main campus. The facility will include active learning environments, collaborative areas designed to bring together diverse academic disciplines, makerspaces, and technology-rich instructional spaces.

Website address (URL) for posting of notices regarding this project

https://uncw.edu/facilities/Capital Projects.html

Expected Date of Completion of Construction

Spring 2028

Project Designer & Consultants

AP Phase: Advertised TBD (architect), Advertised TBD (MEP/FP)

Construction Manager at Risk
Selection Schedule

Public Advertisement: June 30, 2025
Pre-Submittal Conference (Mandatory): July 10, 2025, 10:00am, Virtual Only
Proposals Due: 5:00PM, July 28, 2025
Shortlist Developed: August 1, 2025
Interviews (est): August 7, 2025
Selection (est):  UNCW BOT meeting in August/September

Construction Management Fee
(Section II Paragraph E.2)

The Construction Management Fee will be a fixed number based on a
percentage of the Cost of Work. For this project, the maximum percentage of the Cost of Work has been reasonably determined by the Owner and State Construction Office.

Project Construction Cost

Total Project Budget: $83,000,000
Less:
  Design Fees
  Moveable Equipment
  Commissioning
  Special Inspections Reserves
  Owner’s Contingency
  Escalation Est.
  Available for Construction (GMP)
  Construction Management Fee and Contingency: Will be negotiated w/
University and SCO

Pre-Proposal Conference Attendee List

Attendee List
Name Company E-mail
Ashley Chisholm 35 North achisholm@35n.com
Mike Kriston 35 North mkriston@35n.com
LaQuiana Bailey Balfour Beatty lbailey@balfourbeattyus.com
Ashton Summers Barnhill asummers@barnhillcontracting.com
Matt Turner Barnhill Building Group mturner@barnhillcontracting.com
Alexis Mitchell Barr and Barr Amitchell@barrandbarr.com
Rachel Sayre Bordeaux Construction Company, Inc Rachel@bordeauxconstruction.com
Emma Hughes Bordeaux Construction Company, Inc. Emma@bordeauxconstruction.com
Ryan Bisplinghoff Clancy & Theys Construction ryanbisplinghoff@clancytheys.com
Amy Lindley Clancy & Theys Construction Company amylindley@clancytheys.com
Michael Goodson Clancy & Theys Construction Company michaelgoodson@clancytheys.com
Tony Hayes CMC BUILDING INC thayes@cmcbuildinginc.com
Myles McDonough Consigli Construction mmcdonough@consigli.com
Jennifer Dauphinais Consigli Construction jdauphinais@consigli.com
Deveney Jeffs Holt Brothers Construction djeffs@holtbrothersinc.com
Gary Morgan Leeper construction gary@leeperconstruction.com
Eric Locklear Metcon elocklear@metconus.com
Yvan Tran Metcon ytran@metconus.com
Clint Howell Monteith chowell@monteithco.com
Amber Burnette Monteith Construction aburnette@monteithco.com
Toni Johnson Samet tjohnson2@sametcorp.com
Andy Rankin Samet  arankin@sametcorp.com
Scott Wynne T. A. Loving Company swynne@taloving.com
Jason Arnold T.A. Loving Company jarnold@taloving.com
Cara Greening TA Loving Company cgreening@taloving.com
Julie Harvey The Whiting-Turner Company Julie.harvey@whiting-turner.com
Emma Ericksen Thomas Construction Group eericksen@thomasconstrutiongroup.com
Sarah Perley Whiting-Turner sarah.perley@whiting-turner.com

Background

The rapid growth of business programs and business-related technologies and issues are exciting chapters for the region, the state of North Carolina, and the University of North Carolina Wilmington. Employers seek highly skilled, trained, and experienced students ready to take on the economic and technical challenges of the 21st century. To meet these demands, UNCW plans to expand and renovate existing Cameron Hall, the home of the Cameron School of Business, a highly rated B-School with a focus on interdisciplinary programs that cross organizational and functional lines, and which address regional and state needs. This new facility will showcase the interactive nature of today’s business and technology disciplines, providing students and faculty with increased collaboration and high-tech learning environments with innovative research capacity.

RFQ Summary

The University of North Carolina at Wilmington is seeking a qualified Construction Manager at Risk (CMR) firm to provide professional construction management services during the design and construction phases of the project. The work of the CMR will consist of two phases. Phase I will include pre-construction services and preparation of a GMP. Phase II will include the bidding, award, and management of the project during construction. All work is to comply with the requirements of the North Carolina State Construction Office.

Project Description

The project consists of the renovation and expansion of Cameron Hall; a 60,000 SF building built in 1986. The existing building is located along Chancellor’s Walk with vehicular access from Cahill Drive. The expansion will be nominally 47,000 SF and locate toward the west of the existing building.

Project Funding

The authorized total project budget including soft costs is $40,050,000.

Project Schedule

The project is currently in the Advanced Planning phase of design with completion anticipated in early August 2025. Construction completion is anticipated in spring of 2028.

Pre-Proposal Conference

A Pre-Proposal Conference was held virtually on July 9, 2025, at 10:00. Below is a link to the presubmittal presentation:

Cameron CMR PRE-SUBMITTAL MEETING PRESENTATION

This document is intended for print purposes. If you need this in another format, please contact Kelli Jordan at 910-899-6382 or jordank@uncw.edu

Proposal Format

All proposals shall include the information requested by the attached Qualifications Questionnaire for Construction Manager at Risk. Please note, in the interest of cost-savings, consistency of submittals and more efficient use of time by the pre-selection committee, the submitted information should not include any extra marketing materials. The format of the proposal should be in 8-1/2” x 11” pages. The package length should not exceed twenty (20) double-sided pages. This limitation does not include the Cover Sheet, Tabs or Financial Statements. The submitted proposal should include: one (1) paper hard copy and one (1) electronic copy on a flash drive. Firms are requested to assure receipt of proposals at address listed below by 5:00pm on July 24, 2025. In order to meet the selection schedule, shortlisted firms will be notified on July 25, and interviews will be on July 28 or 29.

Critical Selection Factors

Critical selection factors include the following:

  1. Workload that is fully able to accommodate the timely execution of this project.
  2. Record of successfully completed projects of similar scope without major legal or technical problems.
  3. Previous experiences with Owners and owner representatives of similar projects.
  4. Key personnel that have appropriate experience and qualifications.
  5. Relevant and easily understood graphic or tabular presentations.
  6. Completion of CM at Risk projects in which there was little differences between the GMP and final cost.
  7. Projects that were completed on or ahead of schedule.
  8. Previous project experience with the North Carolina State Construction Office.
  9. Proximity to and familiarity with the area where the project is located and the dynamics of the local market.
  10. Approach to each phase of construction management from design phase services through final construction. Project planning that offers the same project manager for pre-construction and construction phases will be given preference. Include information regarding value engineering, constructability issues, cost modeling and estimate, project tracking and reporting, requests for information and shop drawings, quality control, schedule and staffing plan.
  11. Quality of compliance plan for minority business participation as required by G.S.143-128.2. History of successful implementation of similar HUB efforts.
  12. Proximity to and familiarity with UNCW campus.
  13. Experience working on college campuses.
  14. Experience working on multiple simultaneous projects on the same campus.

In order to offer Construction Manager at Risk services in the response to this solicitation, the proposer must be licensed as a general contractor in the state of North Carolina.

CMR Selection Process

Following the receipt of proposals, a University Interview Committee will shortlist a minimum of three (3) firms, interview and make a recommendation of selection to the University Board of Trustees. The selected firm will contract with the State of North Carolina through the University and coordinate services with the Office of Facilities, Architectural and Construction Services.

Questions/Proposal Submittal

In order that the selection process be as objective as possible, do not contact members of the Board of Trustees, or any university officials other than the Director of Architectural and Construction Services or the project manager. All questions and project submittals are to be directed to:

Kelli Jordan, Director of Architectural and Construction Services
University of North Carolina at Wilmington
Office of Facilities
(910) 899-6382
jordank@uncw.edu

Mailing Address:

601 S College Rd
Wilmington, NC 28403 

Delivery Address:

5150 Lionfish Drive
Wilmington, NC 28403

Attachments:

RFP Data Sheet and Qualifications Questionnaire for Construction Manager at Risk

This document is intended for print purposes. If you need this in another format, please contact Kelli Jordan at 910-899-6382 or jordank@uncw.edu

RFP Data Sheet

RFP Data Sheet
Cameron Hall Comprehensive Renovation/Expansion

Item

Datum

Short Description of Project

Renovation and expansion of existing Cameron Hall building on UNCW main campus

Issuing Office

University of North Carolina at Wilmington
Office of Facilities

Department, Agency/Institution, Location where the Project will be constructed

Architectural and Construction Services, University of North Carolina at Wilmington (UNCW); existing building is located on Wagoner Drive.

Project Overview

Renovation of existing 60,000 SF academic building and a nominal 47,000 SF expansion. The project is currently in the Advanced Planning design phase.

Website address (URL) for posting of notices regarding this project

https://uncw.edu/facilities/Capital Projects.html

Expected Date of Completion of Construction

Spring 2028

Project Designer & Consultants

AP Phase: Jenkins Peer (architect), Affiliated Engineering (MEP/FP)

Construction Manager at Risk
Selection Schedule

Public Advertisement: July 2, 2025
Pre-Submittal Conference (Mandatory): July 9, 2025, 10:00am, location: Virtual
Proposals Due: 5:00PM, July 24, 2025
Shortlist Developed: July 25, 2025
Interviews (est): July 28-29, 2025
Selection (est): July 31, 2025 (UNCW BOT meeting)

Construction Management Fee
(Section II Paragraph E.2)

The Construction Management Fee will be a fixed number based on a percentage of the Cost of Work. For this project, the maximum percentage of the Cost of Work has been reasonably determined by the Owner and State Construction Office.

Project Construction Cost

Total Project Budget: $40,050,000
Less:
  Design Fees
  Moveable Equipment
  Commissioning
  Special Inspections Reserves
  Owner’s Contingency
  Escalation Est.
  Available for Construction (GMP)
  Construction Management Fee and Contingency: Will be negotiated w/ University and SCO

Pre-Proposal Conference Attendee List

Attendee List
John McCaffrey 35 North jmccaffrey@35n.com
Angela Carter Angela Carter, Metcon Buildings and Infrastructure Acarter@metconus.com
LaQuiana "Q" Bailey Balfour Beatty lbailey@balfourbeattyus.com
Sarah Page Ayres Balfour Beatty spayres@balfourbeattyus.com
Matt Turner Barnhill Building Group  mturner@barnhillcontracting.com
Alexis Mitchell Barr & Barr  Amitchell@barrandbarr.com
Chris White Blum Construction chris.white@flblum.com;
Chris Pegram Blum Construction   chris.pegram@flblum.com
Rachel Sayre Bordeaux Construction Rachel@bordeauxconstruction.com
Emma Hughes Bordeaux Construction Company emma@bordeauxconstruction.com
Ryan Bisplinghoff Clancy & Theys Construction ryanbisplinghoff@clancytheys.com
Amy Lindley Clancy & Theys Construction Company amylindley@clancytheys.com
Jennifer Dauphinais Consigli Construction jdauphinais@consigli.com
Myles McDonough Consigli Construction mmcdonough@consigli.com
Deveney Jeffs Holt Brothers Construction  djeffs@holtbrothersinc.com
Gary Morgan Leeper Construction gary@leeperconstruction.com
Donna Oxendine Metcon Doxendine@metconus.com
Eric Locklear Metcon elocklear@metconus.com
Yvan Tran Metcon ytran@metconus.com
Clint Howell Monteith
Brian Stamp Monteith Construction Corp.
Drew Hardin Monteith Construction Corp.  dhardin@monteithco.com
Amber Walters Burnette Monteith Construction Corp.,  aburnette@monteithco.com
Odysseus Chavis II O.U.Chavis contracting Corporation Ochavis@traid.rr.com
Brandt Smith SGS Contracting brandt@sgscontractingllc.com
Cara Greening T. A. Loving Company Cgreening@taloving.com
Sarah Perley The Whiting-Turner Contracting Company sarah.perley@whiting-turner.com
Julie Harvey The WhitingTurner Company Julie.harvey@whiting-turner.com
Emma Ericksen Thomas Construction Group eericksen@thomasconstructiongroup.com
Chris Thorn Thomas Construction Group cthorn@thomasconstructiongroup.com
Toni Johnson Toni Johnson, Samet Corporation,  Tjohnson2@sametcorp.com
W. A. (Tony) Hayes Tony Hayes, CMC Building Inc. Thayes@cmcbuildinginc.com
Kathryn Krull W. M. Jordan Company,  kkrull@wmjordan.com
John Cheshire WM Jordan jcheshire@wmjordan.com

 

RFQ Summary

The University of North Carolina at Wilmington is seeking a qualified Construction Manager at Risk (CMR) firm to provide professional construction management services during the design and construction phases of the project. The work of the CMR will consist of two phases.  Phase I will include pre-construction services and preparation of a GMP. Phase II will include the bidding, award, and management of the project during construction. All work is to comply with the requirements of the North Carolina State Construction Office.

Project Description

Constructed in 1969 as UNCW's original chemistry building, DeLoach Hall is in need of a significant modernization. The project will include replacement of plumbing, mechanical, and electrical systems; installation of new fire sprinkler and alarm systems; upgraded data and telecommunications infrastructure; replacement of windows and lighting; and refinishing of interior surfaces.

Project Funding

The authorized total project budget including soft costs is $12,150,000.

Project Schedule

The project is currently in the Advanced Planning phase of design with completion anticipated

in September of 2025. Construction completion is estimated late 2027.

Pre-Proposal Conference

A Pre-Proposal Conference will be held virtually on July 15, 2025, at 10:00 am.  Zoom link is listed on this site.  Attendance at this meeting is mandatory.

Meeting Info:

https://uncw.zoom.us/j/81219197603?pwd=e8LaomjXQeKOCMchD844zbnWraTCc1.1

Meeting ID: 812 1919 7603
Passcode: 853103

Proposal Format

All proposals shall include the information requested by the attached Qualifications Questionnaire for Construction Manager at Risk. Please note, in the interest of cost-savings, consistency of submittals and more efficient use of time by the pre-selection committee, the submitted information should not include any extra marketing materials. The format of the proposal should be in 8-1/2” x 11” pages. The package length should not exceed twenty (20) double-sided pages. This limitation does not include the Cover Sheet, Tabs or Financial Statements. The submitted proposal should include: one (1) paper hard copy and one (1) electronic copy on a flash drive. Firms are requested to assure receipt of proposals at address listed below by 5:00pm on July 31, 2025. In order to meet the selection schedule, shortlisted firms will be notified on August 6, 2025, and interviews will be on August 14, 2025.

Critical Selection Factors

Critical selection factors include the following:

  1. Workload that is fully able to accommodate the timely execution of this project.
  2. Record of successfully completed projects of similar scope without major legal or technical problems.
  3. Previous experiences with Owners and owner representatives of similar projects.
  4. Key personnel that have appropriate experience and qualifications.
  5. Relevant and easily understood graphic or tabular presentations.
  6. Completion of CM at Risk projects in which there was little differences between the GMP and final cost.
  7. Projects that were completed on or ahead of schedule.
  8. Previous project experience with the North Carolina State Construction Office.
  9. Proximity to and familiarity with the area where the project is located and the dynamics of the local market.
  10. Approach to each phase of construction management from design phase services through final construction. Project planning that offers the same project manager for pre-construction and construction phases will be given preference. Include information regarding value engineering, constructability issues, cost modeling and estimate, project tracking and reporting, requests for information and shop drawings, quality control, schedule and staffing plan.
  11. Quality of compliance plan for minority business participation as required by G.S.143-128.2. History of successful implementation of similar HUB efforts.
  12. Proximity to and familiarity with UNCW campus.
  13. Experience working on college campuses.
  14. Experience working on multiple simultaneous projects on the same campus.

 

In order to offer Construction Manager at Risk services in the response to this solicitation, the proposer must be licensed as a general contractor in the state of North Carolina. 

CMR Selection Process

Following the receipt of proposals, a University Interview Committee will shortlist a minimum of three (3) firms, interview and make a recommendation of selection to the University Board of Trustees. The selected firm will contract with the State of North Carolina through the University and coordinate services with the Office of Facilities, Architectural and Construction Services.

Questions

In order that the selection process be as objective as possible, do not contact members of the Board of Trustees, or any university officials other than the contact listed below. All questions should be directed to:

Nic Troutman, Project Manager
Architectural & Construction Services
University of North Carolina at Wilmington
troutmann@uncw.edu 

Proposal Submittal

Electronic submittals are preferred but hard copies are acceptable. Electronic submittals can be sent to the email address below and hard copies to the physical address below. The submittals must be received by 5:00pm EST by the closing date listed above to be considered to:

Heather Peedin, Facilities Management Support
University of North Carolina at Wilmington
peedinh@uncw.edu

Mailing & Delivery Address:

c/o Heather Peedin
University of North Carolina at Wilmington
Office of Facilities, Office 104
5150 Lionfish Drive
Wilmington, NC 28403

Attachments

  1. RFP Data Sheet (See Table Below)
  2. Qualifications Questionnaire for Construction Manager at Risk

This document is intended for print purposes. If you need this in another format, please contact Kelli Jordan at 910-899-6382 or jordank@uncw.edu  

RFP Datasheet

RFP Data Sheet
DeLoach Hall- Modernization

Item

Datum

Short Description of Project

Modernization of DeLoach Hall including major systems, infrastructure, envelope, and interior finishes.

Issuing Office

University of North Carolina at Wilmington
Office of Facilities

Department, Agency/Institution, Location where the Project will be constructed

Architectural and Construction Services, University of North Carolina at Wilmington (UNCW); Project to be located off of Price Dr or Cahill Dr

Project Overview

Constructed in 1969 as UNCW's original chemistry building, DeLoach Hall is in need of a significant modernization. The project will include replacement of plumbing, mechanical, and electrical systems; installation of new fire sprinkler and alarm systems; upgraded data and telecommunications infrastructure; replacement of windows and lighting; and refinishing of interior surfaces.

Website address (URL) for posting of notices regarding this project

https://uncw.edu/facilities/Capital Projects.html

Expected Date of Completion of Construction

Fall of 2027

Project Designer & Consultants

AP Phase: BDHP (architect), Salas O’Brien (MEP/FP)

Construction Manager at Risk
Selection Schedule

Public Advertisement: June 30, 2025
Pre-Submittal Conference (Mandatory): July 15, 2025, 10:00am, Virtual Only
Proposals Due: 5:00PM, July 31, 2025
Shortlist Developed: August 6, 2025
Interviews (est): August 14, 2025
Selection (est):  UNCW BOT meeting in August/September

Construction Management Fee
(Section II Paragraph E.2)

The Construction Management Fee will be a fixed number based on a
percentage of the Cost of Work. For this project, the maximum percentage of the Cost of Work has been reasonably determined by the Owner and State Construction Office.

Project Construction Cost

Total Project Budget: $12,150,000
Less:
  Design Fees
  Moveable Equipment
  Commissioning
  Special Inspections Reserves
  Owner’s Contingency
  Escalation Est.
  Available for Construction (GMP)
  Construction Management Fee and Contingency: Will be negotiated w/
University and SCO

Contact The Office Of Facilities

Standard Business Hours:

Monday-Friday, 8:00 AM - 5:00 PM