717 Delaware Envelope Repairs

Agency: University of Minnesota
State: Minnesota
Type of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Apr 11, 2024
Due: Apr 16, 2024
Solicitation No: 01-193-21-1038
Publication URL: To access bid details, please log in.

Bid Information



Type
Construction Services
Status
Issued
Number
01-193-21-1038 Addendum 5 (717 Delaware Envelope Repairs)
Issue Date & Time
3/22/2024 09:22:17 AM (CT)
Close Date & Time
4/16/2024 02:00:00 PM (CT)
Time Left
4 days 19 hours 10 minutes
Notes
Construction Services for envelope repairs at 717 Delaware Street Building, located on the east bank of the Twin Cities campus . Refer to the Request for Proposal documents (found in the Attachments tab) for full project details/requirements.



Respondents are prohibited from contacting the identified department about this RFP while in process.


Before submitting questions about the RFP via the Questions Tab, read and review the RFX INSTRUCTIONS, REQUIREMENTS, AND RIGHTS RESERVED BY THE UNIVERSITY DOCUMEN T and ALL Attributes in the Attributes Tab. These provide valuable information and address frequently asked questions.


Potential Respondents and/or Subcontractors are encouraged to register themselves on the Supplier Matchmaking Google Form . Once registered, the list of interested Respondents / Subcontractors for this RFP can be viewed on the Supplier Matchmaking List . Note: None of the information on the Supplier Matchmaking List has been validated by the University . It is YOUR responsibility to reach out to the suppliers/contacts noted on the list and confirm their information prior to considering a potential partnership. You may also consider reaching out to the Office of Supplier Diversity.


Remember to submit your response, including attachments, early to allow time to correct errors. The submission deadline is a hard close. The system will reject responses with errors and will NOT allow late submissions.



Contact Information
Name
Kevin Sullivan
Address
1300 S. 2nd Street
Minneapolis, MN 55454
Phone
Fax
Email
sull0198@umn.edu





Bid Attachments


















File Name Description File Size


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



12 items in 1 pages

RFP - 717 Delaware Envelope.docx
Request for Proposal 313 KB

RFx Instructions and Requirements - V9.pdf
RFx Instructions, Requirements, and Rights Reserved by the University 216 KB

pwr.zip
Current Prevailing Wage Rates 479 KB

schedule-of-values-cost-sheet.xlsx
Schedule of Values Cost Sheet 222 KB

CDs.zip
Construction Document Phase Drawings & Specifications 15.57 MB

AET Report 231031.pdf
AET Report 2.58 MB

Braun Intertec Assessment Dated 9 10 21.pdf
Braun Intertec Exterior Masonry and Window Assessment 2.10 MB

U of M 717 Delaware Repairs 03.04.2024.pdf
JE Dunn Cost Estimate 277 KB

240402 717 Delaware Preproposal Meeting Sign-in.pdf
Addendum # 2: Pre-Proposal Meeting Sign-in Sheet 93 KB

01-193-21-2448 717 Delaware Building Envelope Repairs_Issued for Construction (1).pdf
Addendum # 3: Construction Documents - Final Set 75.32 MB

REVISED ATTACHMENT E.docx
Addendum # 4: Revised Project Cost Table (Attachment E) 20 KB

Asbestos Abatement Scope for Alternate No. 2.pdf
Addendum # 5: Alternate 2 Clarification 546 KB



Bid Questions















Question
At the walk through it was said that the U of M will handle the abatement removal and disposal of glass panels. Does the contractor need to plan for a temporary infill after removal?
Answer The approach to the University provided abatement is as follows: There are only 2 things that contain asbestos: the actual glazing that goes from the glass to the metal window and the bead of caulking on the edge of the lentils. The selected General Contractor will remove the windows in their entirety, leaving the frames in place. Then University abatement crews will take the windows, remove the glass and the asbestos glazing, return the windows to the GC to add new glass and glazing prior to reinstalling them. This approach is reflected in the JE Dunn Cost Estimate provided with the RFP. The selected contractor will coordinate with University abatement to determine timing and sequence of window removal/abatement, which in turn will dictate the extent of temporary infill. Provide a cost for temporary infill as Add Alternate #3. Refer to the revised Project Cost Table that has been provided with Addendum # 4.
Submitted 4/5/2024 11:25:38 AM (CT)


Question
The spec is calling for Viracon VB1-08. Viracon came back and said that Viracon VB1-08 is not available. Viracon is wondering if the glass replacement is suppose to be VS1-08?
Answer Submit sample for approval.
Submitted 4/5/2024 11:14:54 AM (CT)


Question
Is sealant to be replaced at the granite walls and columns?
Answer No sealant replacement at the granite walls and columns.
Submitted 4/5/2024 11:11:29 AM (CT)


Question
Is the sealant to be replaced at level 1 perimeter window and doors?
Answer No sealant replacement at level 1.
Submitted 4/5/2024 11:10:57 AM (CT)


Question
Elevation drawings are only showing areas that need to be tuck pointed per the legend. The legend does not mark areas of brick for removal and replacement.

Do we assume that the legend note for remove and replace existing brick that the allowance on the drawings will cover that?
Answer Refer to the Issued for Construction set for quantities.
Submitted 4/5/2024 11:09:04 AM (CT)


Question
Sealant replacement at control joints is calling on the plans to widen control joints that are less then 3/8". Should contractor assume that every joint needs to be sawcut widen or a percentage of the joints?

To keep bids apples to apples should a line item of 25% of the total lineal foot of control joints be figured that will need to be widened to 3/8"?
Answer If joint widening is needed, the cost to sawcut the masonry control joint the 3/8" wide will be determined with a proposal request.
Submitted 4/5/2024 11:04:32 AM (CT)


Question
For sealant replacement around Door, Window and Louver perimeters does the contractor have choice to use either polyurethane based sealant or silicone sealant? Both are listed in the specification.

If polyurethane sealant is to be used does the contractor have a choice between 1 part or 2 part polyurethane?
Answer For joints between windows, doors, and louvers use a silicone sealant.
Submitted 4/5/2024 11:01:42 AM (CT)


Question
For sealant replacement at control joints can the contractor have the choice to either use a 1 part sealant or a 2 part sealant? Both are listed in the specifications.
Answer Yes the contractor has the choice to use either a 1 part or 2 part sealant.
Submitted 4/5/2024 10:58:33 AM (CT)


Question
The specifications are calling for a silane penetrating water repellent. The drawings are not calling for this. Do bidders need to figure installing a silane sealar to the entire exterior facade?
Answer Silane sealer is only to be applied to the penthouse alternate #1.
Submitted 4/5/2024 10:54:22 AM (CT)







Attachment Preview

Test Title

Lump Sum Request for Proposal (“RFP”) for

717 Delaware Envelope Repairs

RFP # 01-193-21-1038


TABLE OF CONTENTS

All checked Attachments listed below are part of the RFP.

X

Attachment A:

RFP Cover Page and Declaration

X

Attachment B:

Respondent’s Team Qualifications

X

Attachment C:

Project Approach and Work Plan

X

Attachment D:

Project Schedule

X

Attachment E:

Project Cost

X

Attachment F:

Targeted Business & Community Economic Development Questionnaire

X

Attachment G:

Responsible Contractor Verification Of Compliance

1.0

Throughout this RFP “Respondent” or “you” means the prime firm responding to this RFP.

2.0 PROJECT INFORMATION

2.1 Background

The Board of Regents of the University of Minnesota (the “University”) is requesting Proposals to provide construction services for envelope repairs at 717 Delaware Street Building, located on the east bank of the Twin Cities campus (the “Project”).

2.2 Project Description (the “Work”)

The physical intervention objectives of this Project are based on the Braun Intertec‘ Exterior Masonry and Window Assessment, and subsequent Construction Drawings & Specifications, which includes the following:

• Removal and replacement of all brick up to the course exposing the reglet

• Complete removal and replacement of steel lintel plates on levels 4/5 and approximately 50% replacement on level 3

• Light restoration of remaining steel lintel plates (approximately 50%)

Miller Dunwiddie is the Architect/Engineer of Record for the Project.

2.3 University-Provided Information

The University has assembled the following information about the Project (collectively, the “RFP Documents”) for review by the Respondent:

• This RFP and all Attachments

• RFx Instructions, Requirements, and Rights Reserved by the University

• Current Prevailing Wage Rates

• Schedule of Values Cost Sheet

• Construction Document Phase Drawings & Specifications (dated 03-18-24)

• AET Report

• Braun Intertec Exterior Masonry and Window Assessment (dated 09-10-21)

• JE Dunn Cost Estimate (dated 03-04-24)

The University has assembled the following additional RFP Documents (available to view online at the Capital Project Management Website ) for review by the Respondent:

• The Contract

• The General Conditions of the Contract for Construction

• The University’s Building Standards

However, note the RFP Documents are subject to change. The University will provide notice of any changes to the RFP via addenda. Any information provided to Respondents during the RFP process, including the documents enumerated in this Section 1.3, is provided only for your use in preparing your Proposal. Respondents shall independently evaluate the information for their use in preparing the Proposal and shall be solely responsible for their use or interpretation of the information.

2.4 Contract Sum

The selected Respondent will perform the Work for a Contract Sum that shall be a fixed, lump sum that shall include all costs necessary to complete the Work in accordance with the Contract Documents, including Respondent’s overhead and profit.

The total construction budget for this Project is $1,409,333 (current dollars, no escalation).

2.5 Critical Project Schedule Dates

The University requires the Project to be substantially complete by no later than October 31, 2024.

2.6 Form of Contract between the University and the Selected Respondent

2.6.1 The Contract between the selected Respondent and the University will be the University’s Construction Agreement, OGC-SC900, which is incorporated into this RFP (the “Contract”). By submitting a Proposal, Respondent acknowledges and agrees that it received, read, understands, and shall be bound by and comply with the Contract. No exceptions or deviations to the Contract will be considered.

2.6.2 The Contract will incorporate by reference this RFP and any RFP Attachments, the General Conditions of the Contract for Construction, American Institute of Architects, Inc. (“AIA”) Document AIA A201-2007, as modified by the University, and any RFP modifications agreed to by the University. The University may attach to the Contract as Supplementary Conditions Respondent’s Proposal, selected provisions of Respondent’s Proposal or modifications to Respondent’s Proposal agreed to by University and Respondent.

3.0 PROPOSAL REQUIREMENTS AND EVALUATION CRITERIA

3.1 Tentative Schedule of Selection Process

The University’s intended schedule for selection of the selected Respondent is set forth below.

Activity

Date*

RFP Available for Distribution

March 22, 2024

Pre-Proposal Meeting

April 2, 2024 at 1:00 PM

Deadline for RFP Questions

April 5, 2024 at Noon

RFP Due Date

April 16, 2024 at 2:00 PM

Identification of Potential Selected Respondent

April 24, 2024

Anticipated Authorization to Proceed

April 29, 2024

*All times are noted in Central Time Zone

3.2 Pre-Proposal Meeting

A Pre-Proposal Meeting has been scheduled for the date and time noted in section 2.1 of this RFP. Attendance at this Pre-Proposal Meeting is Non-Mandatory; however, it is highly encouraged for prime firms that are interested in responding to this RFP.

The location of the Pre-Proposal Meeting is:

717 Delaware Steet Building

Meet in the Lobby

717 Delaware Street SE

Minneapolis, Minnesota 55414

Campus navigation and parking information for the Pre-Proposal Meeting can be found on our Interactive Campus Maps .

3.3 Evaluation Criteria

3.3.1 The University will evaluate Proposals against the evaluation criteria for the degree to which each Proposal meets the criteria as follows:

Attachment / Section

Description

Value

Attachment A

RFP Cover Page and Declaration

Pass / Fail

Attachment B

Respondent’s Team Qualifications

30

Attachment C

Project Approach and Work Plan

30

Attachment D

Project Schedule

10

Attachment E

Project Cost

20

Attachment F

Targeted Business & Community Economic Development

5

Attachment G

Responsible Contractor Verification Of Compliance

Pass / Fail

Section 2.11

Safety

5

3.3.2 In order to be considered responsive, each Respondent must complete and submit all required Attachments without any modifications to the RFP Documents.

3.3.3 The University will evaluate each Proposal based on the criteria noted above. The Respondent selected for an award will be the one whose Proposal is responsive, responsible, and is the most advantageous to the University, as determined by the University in its sole discretion, whether or not the Proposal is the lowest cost or the highest scorer.

3.3.4 Submission of a Proposal indicates the Respondent's acceptance of the evaluation criteria.

3.4 RFP Cover Page and Declaration

The Respondent will prepare and submit the RFP Cover Page and Checklist. This completed document should be the cover page of the Respondent’s Proposal. Failure to complete may result in disqualification.

3.5 Respondent’s Team Qualification

The Respondent will prepare and submit information pertaining to their Team’s Qualification which will identify the experience of the Respondent and its Team Members. A lack of prior experience and/or working together on comparable projects may hinder your overall score. The University reserves the right to contact any noted references, consider other references, or consider Respondent’s documented past performance at the University.

3.6 Project Approach and Work Plan

The Respondent will prepare and submit information regarding their approach / plan to working on the Project.

3.7 Project Schedule

The Respondent will prepare and submit information regarding their proposed schedule for the Project. The Respondent must take into account any critical dates identified in section 1.5 when building their schedule.

3.8 Project Cost

The Respondent will prepare and submit information regarding their proposed Project cost and change order mark-up.

3.9 Targeted Business and Community Economic Development

Respondents will prepare and submit as part of their Proposal, the Targeted Business (TGB) & Community Economic Development Questionnaire that is available to download and submit from the SmartCOMP tool .

By submitting a Proposal, Respondent hereby acknowledges that it has reviewed the University’s TGB policy . Respondent also agrees that in consideration for the University’s TGB program, Respondent will fulfill its commitments with regard to the TGB goals set forth in their Proposal. In addition, Respondent agrees to submit monthly reports, as directed, to substantiate compliance.

Failure to execute good-faith reporting in combination with non-communication constitutes grounds for designation as non-compliant by the Office for Supplier Diversity. This may include, but is not limited to, a temporary bar on receiving Targeted Business & Community Economic Development points on future RFP responses with the University.

3.10 Responsible Contractor Verification Of Compliance

Respondent acknowledges that the University has elected to voluntarily comply with Minnesota Statutes, Section 16C.285 , which sets forth minimum criteria that Respondent must meet to establish itself as a responsible contractor. “Responsible contractor” means a Respondent that conforms to the responsibility requirements in this RFP and verifies that it meets the minimum criteria set forth in Minnesota Statute, Section 16C.285 , Subdivision 3 (“Minimum Criteria”). The Minimum Criteria are included in the “Responsible Contractor Certification of Compliance” attached as Attachment G (“Compliance Certificate”). If Respondent or any subcontractor or motor carrier does not meet the Minimum Criteria or fails to verify that it meets the Minimum Criteria, it is not a responsible contractor and is not eligible to be awarded a contract for the Project or to perform work on the Project. A false statement under oath verifying compliance with any of the Minimum Criteria shall render Respondent or a subcontractor or motor carrier that makes the false statement ineligible to be awarded a contract on the Project and may result in termination of a contract awarded to Respondent or a subcontractor or motor carrier that submits a false statement.

Respondent must submit the Compliance Certificate and “First-Tier Subcontractor List” (University Document 00900) as evidence that it meets the Minimum Criteria. Failure to complete these submissions may result in disqualification. If Respondent is selected to be awarded a contract for the Project, Respondent shall submit a supplemental verification attached as Attachment G-2 (University Document 00901) containing its then-complete list of first-tier subcontractors and verifying that such subcontractors meet the Minimum Criteria. Respondent must obtain Compliance Certificates from each of its first-tier subcontractors in the forms attached as Attachment G and Attachment G-1. If Respondent retains additional subcontractors on the Project after submitting Attachment G-2, Respondent shall submit the “List of Additional Subcontractors” attached as Attachment G-3 (University Document 00902) within 14 days of retaining the additional subcontractors. Respondent shall submit to the University upon request copies of the signed Compliance Certificates from all subcontractors of any tier and all motor carriers.

Respondent may be required to furnish information or evidence as requested by the University to support or otherwise verify the statements in the Compliance Certificate(s) and verification(s). Such information shall be submitted within 3 business days of receipt of the University’s request. Failure of the Respondent to timely provide the requested information may result in the Respondent’s response being rejected.

3.11 Safety

The purpose of the safety score is to confirm that the Respondents performing work for the University are meeting or exceeding applicable safety, health and environmental laws, statutes, regulations, ordinances, rules, directives, and procedures.

If the Respondent currently has an active safety score with the University (available to view here ), that score will be taken into account as part of the evaluation criteria noted in this RFP. Only those Respondents with a safety score of 5.0 or greater will be considered for award.

If the Respondent does NOT currently have an active safety score, they must prepare and submit their safety information per the instructions noted here . Respondent should take the noted processing time into account when submitting their safety information.


ATTACHMENT A: RFP COVER PAGE AND DECLARATION

1. Does the Respondent acknowledge that they are using this Attachment as their Proposal Cover Page, that they have NOT modified or re-formatted the RFP Attachments, and that NO page limit requirements have been exceeded?

Yes

No

1. Will the Respondent sign the Contract referenced in this RFP?

Yes

No

1. Will the Respondent be able to provide an acceptable Certificate of Insurance and Payment and Performance Bonds that meets the University’s requirements?

Yes

No

1. Does the Respondent understand and agree to meet the Prevailing Wage Rate requirements for this Project?

Yes

No

1. Does the Respondent agree to submit monthly documentation to the University and the Minnesota Department of Human Rights to substantiate compliance of TGB and/or Workforce Utilization goals for this Project?

Yes

No

Respondent’s Legal Name of Firm

Date of Submission

Respondent’s Mailing Address

Name of Respondent’s Primary Contact (to whom all future communications regarding this RFP will be sent)

Email Address of Respondent’s Primary Contact

Phone Number of Respondent’s Primary Contact

ATTACHMENT B: RESPONDENT’S TEAM QUALIFICATIONS

1. Complete the following Critical Team Member Experience Matrix (Attachment B-1) identifying the experience and responsibilities of the identified team members. Note the following when documenting this information:

a. Submit information for only the Project Roles specified in the Matrix. Do NOT alter the table by removing or adding additional roles.

b. List only ONE individual per role.

c. The comparable project(s) must have been commenced/completed within the last FIVE years and should be similar to the University’s Project.

d. Attach a 1-page resume for EACH individual listed in the Matrix.

2. Complete the following Additional Team Member Matrix (Attachment B-2) identifying the other key Team Members / Subcontractors that will contribute to the success of the Project. Note the following when documenting this information:

a. Attach a 1-page resume for EACH individual listed in the Matrix.

3. Complete and submit the following Project Data Sheet(s) (Attachment B-3) identifying the specific project experience of the Respondent and their Critical Team Members. Note the following when documenting this information:

a. A separate Project Data Sheet must be prepared for EACH project with only one project allowed per sheet.

b. Submit up to, and no more than, THREE total projects.

c. Listed project(s) must have been commenced/completed within the last FIVE years and should be similar to the University’s Project.

d. Listed project(s) must have been managed by the Respondent or any other firm’s on the Respondent’s team.

e. It is recommended that you list projects completed by the Team Members identified in Attachment B-1.

f. Attach any photos or additional information (no more than two pages worth) with each Project Data Sheet.

ATTACHMENT B-1: CRITICAL TEAM MEMBER EXPERIENCE

Project Role

Project Manager

Site Superintendent

Cost Estimator

Name of Individual

Email Address

Individual’s Firm Name

Individual’s Firm Location

City, State

City, State

City, State

Years working within Firm

#

#

#

Years working within Industry

#

#

#

Number of projects completed with other Team Members

1. Site Superintendent: #

2. Cost Estimator: #

1. Project Manager: #

2. Cost Estimator: #

1. Project Manager: #

2. Site Superintendent: #

Identify the name, cost, and completion date for up to three comparable projects

1a. Project Name

1b. Project Cost

1c. Completion Date

1a. Project Name

1b. Project Cost

1c. Completion Date

1a. Project Name

1b. Project Cost

1c. Completion Date

2a. Project Name

2b. Project Cost

2c. Completion Date

2a. Project Name

2b. Project Cost

2c. Completion Date

2a. Project Name

2b. Project Cost

2c. Completion Date

3a. Project Name

3b. Project Cost

3c. Completion Date

3a. Project Name

3b. Project Cost

3c. Completion Date

3a. Project Name

3b. Project Cost

3c. Completion Date

Briefly describe the Individual’s Responsibilities for this Project

Percent of Time on Project

#%

#%

#%

Identify the University project(s) this individual is currently, or will be, assigned to and when the individual’s responsibilities on said project(s) will be complete

Not Applicable

ATTACHMENT B-2: ADDITIONAL TEAM MEMBER

Project Role / Subcontractor

Individual Name

Firm Name

Firm Location (City, State)

ATTACHMENT B-3: PROJECT DATA SHEET

Construction Firm Name

Project Owner

Project Name

Project Owner Contact

Project Location

City, State

Project Owner Contact Email

Construction Cost

Project Architect Firm Name

Construction Commencement Date

Project Architect Contact

Construction Completion Date

Project Architect Contact Email

Project Size (square feet, etc.)

Proposed Team Members from Attachment B-1 / B-2 that worked

on this project

Type of Services Provided (Pre-Construction, Construction, etc.)

Construction Delivery Method (CMAR, Design-Build, etc.)

Briefly describe how this project is similar to the University’s Project.

Identify any challenges you encountered on the project and briefly describe how these issues were resolved

ATTACHMENT C: PROJECT APPROACH AND WORK PLAN

NOTE: Your response to this Attachment must NOT exceed 5 pages. You may also NOT include supplemental information in virtual form (E.g., hyperlinks to documents/videos/images stored elsewhere).

1. Describe your anticipated approach to this Project, including specifically project supervision, management, scheduling and accounting methods you intend to employ.

2. List all permits you expect will be required for each component of the Project:

Permit Required

Project Component

Permitting Authority

3. Itemize and describe any difficulties, challenges or risks your firm foresees in providing services to the University on this Project, how you expect to manage those difficulties, challenges or risks, and what assistance will be required from the University. In particular, address site security, safety, traffic management and other issues related to minimizing disruption on campus while performing the Work.

4. Itemize and describe any value-added services, unique product characteristics, or other cost and/or time saving benefits/advantages that will be afforded to the University in selecting the Respondent and their team for the Project.

5. Identify any concerns you noted in your review of the RFP Documents (as defined in the RFP) for this Project.


ATTACHMENT D: PROJECT SCHEDULE

1. Respondent must attach a DRAFT Critical Path Method (“CPM”) Schedule for the Project. The CPM schedule should identify tasks to be performed and/or deliverables to be provided and time frames to complete performance of the identified tasks and the expected time frame in which the Project would be completed. For readability purposes, the CPM schedule may be submitted in an 11 by 17 format. When preparing the CPM schedule, assume the following:

a) All schedule dates noted in Sections 1.5 and 2.1 of the RFP. The Respondent MUST use the Anticipated Authorization to Proceed date as the starting point of their Project Schedule. Respondent should not be doing any Work prior to this Anticipated Authorization to Proceed date.

b) University Project team reviews will occur as required by the University’s Standards and Procedures for Design. While progress on design can be made during the review periods, reviewers have two weeks to provide responses.

c) Permitting is required for various components of this Project. The University's Project Manager will cooperate in the application for building and other permits. The selected Respondent will be required to obtain and pay for all required permits, assessments, and governmental fees, licenses, and inspections, excluding Sewer Availability Charges and Water Access Charges assessed by the Metropolitan Waste Control Commission.

d) For Projects greater than $1,000,000, the Board of Regents (BOR) must review and approve schematic plans for the Project. Respondent shall take into account this approval period, based on the current online BOR schedule , when putting together their Project schedule.

2. Include a written narrative that provides a detailed description of the scheduling logic and assumptions that were used when preparing the CPM Schedule.

3. State what events or issues, if any, could impede your ability to achieve the substantial completion date (or any other critical dates) stated in Section 1.5 of the RFP.

4. Identify specific strategies to avoid and/or mitigate project construction delays. Provide an estimate of the earliest start date following execution of a Contract and indicate what could delay the start of the Project.


ATTACHMENT E: PROJECT COST

Total Lump Sum Cost*

$

Maximum Change Order Mark-up**

%

Alternate # 1: Perform masonry restoration work as callout on all elevations of the Penthouse on Drawing Sheet ALT1.1.

Lump Sum*

$

Add / Deduct

Alternate # 2: Replace the deteriorated existing insulated glazing units as identified on Drawing Sheets ALT2.1 and ALT2.2.

Lump Sum*

$

Add / Deduct

Unit Price # 1: For adding to or subtracting from repointing deteriorated mortar joints on the masonry wall as indicated on the drawings.

Per Square Foot

$

N/A

Unit Price # 2: For adding to or subtracting from cracked/spalled brick

replacement as indicated on the drawings.

Per Brick Unit

$

N/A

Unit Price # 3: For adding to or subtracting from replacement of

deteriorated/failed Insulating Glazing Units.

Description: Cost for replacing damaged insulating glazing units including temporary glazing panels as directed, in addition to the areas indicated on the drawings; including all materials, labor, tools, and equipment

required to complete the work.

Per Square Foot of Glazing Replacement

$

N/A

*As a requirement of the RFP, the selected Respondent must complete the attached Schedule of Values Cost Sheet and submit within two days after the Identification of Potential Selected Respondent date. Any subsequent contract change orders must be submitted using the same schedule of values format.

**For the purposes of and subject to the limitations set forth in Section 7.3.7 of the AIA A201-2007 General Conditions, as modified by University, the Respondent must propose a Maximum Change Order Mark-up as a percentage of the Cost of the Change Order Work.

Note that the General Conditions of the Contract caps the mark-up percentage for change order work, whether self-performed or performed by subcontractors, at 8%.

By proposing this Maximum Change Order Mark-up, Respondent understands and agrees that this mark-up percentage will be the lesser of 8% or the mark-up percentage proposed above. Refer to the AIA A201-2007 General Conditions, as modified by the University, for specific terms and conditions regarding change order mark-up.


ATTACHMENT F: TARGETED BUSINESS &

COMMUNITY ECONOMIC DEVELOPMENT

Definitions

For University purposes, a Targeted Business (“TGB” or “WMDBE”) enterprise is one which is at least 51% owned and controlled by a minority, woman, or person with a disability, and actively certified with one of the University-recognized certification agencies:

• National Minority Supplier Development Council (NMSDC)

• Women's Business Enterprise National Council (WBENC)

• Disability:IN

• Central (CERT) Certification Program

• State of Minnesota Dept of Administration TG

• Minnesota Unified Certification Program (MnUCP)

TGB Program Administration and Requirements

The University of Minnesota’s TGB Program is administered by the Office for Supplier Diversity (OSD).

A Respondent demonstrates its commitment to supporting the University’s supplier diversity goals by engaging Targeted Businesses as subcontractors/suppliers on this Contract at a meaningful level of participation relative to the size, type, and location of the Project.

The following goals and requirements apply for this Project:

• Participation of Targeted Businesses equal to or greater than thirteen percent (13%) of the Base Bid/Proposal costs.

• No less than 75% of the work or material contracted to the identified TGB enterprise(s) must be performed or supplied by said TGB enterprise(s).

Workforce Utilization Requirements

Workforce levels of participation (based on goals set by the MN Department of Human Rights ) for the Project are:

Region

Goals

Hennepin and Ramsey Counties

• 32% Minority Employees;

• 20% Female Employees;

• 2% Disabled Employees.

A Respondent demonstrates its commitment to prevent discrimination in employment by:

• Its inclusion of minorities, women, and persons with disabilities on its permanent staff;

• Its inclusion of minorities, women, and persons with disabilities on its planned workforce on this Project;

• Possession of a Workforce Certificate and an Equal Pay Certificate, issued by the State of Minnesota.

Business & Community Economic Development

A Respondent demonstrates its commitment to improve the economic conditions in communities in which the University construction projects are located by:

• Its current practice of funding, providing personnel to and/or soliciting employees from programs designed to train residents of the targeted areas designated by each city pursuant to Minnesota Statute Section 469.202 .

• Its agreement to participate during this project with the University to fund, provide personnel to, and/or solicit employees from programs designed to train residents of the targeted areas designated by each city pursuant to Minnesota Statute Section 469.202 .

RFP Requirements

Respondent shall complete and submit the Targeted Business & Community Economic Development Questionnaire. The questionnaire for this RFP (which is available to complete and submit from the SmartCOMP tool) must be submitted prior to the Proposal Due Date noted in section 2.1.

Award Requirements

Once the Authorization to Proceed has been issued, the selected Respondent shall be prepared to submit the following documentation to substantiate compliance of TGB and/or Workforce Utilization goals:

1. Workforce Utilization (Document 659) submitted to the University (via the SmartCOMP tool) on or before the 10th of each month for all onsite labor the previous month.

...
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...CONSTRUCTION MANAGEMENT SERVICES. The City of Waterville is soliciting requests for proposals... for ...

League of Minnesota Cities

Bid Due: 4/29/2024

...Construction Solicitation Virtual Plan Room Admin/State Procurement 2000015626 Sell RFx 33 days 03/28/2024 ...

State Government of Minnesota

Bid Due: 5/16/2024

...Construction Solicitation Virtual Plan Room Admin/State Procurement 2000015626 Sell RFx 36 days 03/28/2024 ...

State Government of Minnesota

Bid Due: 5/16/2024

...Construction Solicitation Virtual Plan Room Admin/State Procurement 2000015626 Sell RFx 26 days 03/28/2024 ...

State Government of Minnesota

Bid Due: 5/16/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.