Morrill Hall - Presidents Suite Renovation Addendum 1

Agency: University of Minnesota
State: Minnesota
Type of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Apr 16, 2024
Due: May 2, 2024
Solicitation No: 01-046-24-2981
Publication URL: To access bid details, please log in.

Bid Information



Type
Construction Services
Status
Issued
Number
01-046-24-2981 Addendum 1 (Morrill Hall - Presidents Suite Renovation)
Issue Date & Time
4/4/2024 09:20:58 AM (CT)
Close Date & Time
5/2/2024 02:00:00 PM (CT)
Time Left
15 days 19 hours 5 minutes 46 seconds
Notes
Construction Services for renovation in Morrill Hall, 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



8 items in 1 pages

RFP - Morrill Hall Renovation.docx
Request for Proposal 314 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

Table D-1 - Project Cost and Staffing Matrix - Morrill Hall.xlsx
Table D-1: Project Cost Table and Staffing Matrix 23 KB

240404 Morrill Hall Pres Suite Project Overview.pdf
Morrill Hall Pres Suite Project Overview 1.03 MB

Morrill Hall 2nd and Ground Floor Plans Only_20240314.pdf (please login to view this document)
Morrill Hall 2nd and Ground Floor Plans Only 1.39 MB

Morrill Hall 2nd and Ground Floor Plan Set_20240229.pdf (please login to view this document)
Morrill Hall 2nd and Ground Floor Plan Set 1.83 MB

240416 Pres Suite Mtg Signin.pdf
Addendum # 1: Pre-Proposal Meeting Sign-in Sheet 164 KB



Attachment Preview

Test Title

Construction Manager @ Risk Request for Proposal (“RFP”) for

Morrill Hall - Presidents Suite Renovation

RFP # 01-046-24-2981


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 Schedule and Work Plan

X

Attachment D:

Project Cost

X

Attachment E:

Targeted Business & Community Economic Development Questionnaire

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 manager services for renovation in Morrill Hall, located on the east bank of the Twin Cities campus (the “Project”).

2.2 Project Description (the “Work”)

The scope of Work includes renovations of 3,400 sf of outmoded office space on ground level and second floor, including President's Suite, as shown in plans. Project intention is to create a modern space that promotes collaborative engagement for employees with use of updated technology, enhanced suite privacy, and additional levels of security access for the president’s office. Upgrade building systems and infrastructure, including accessibility, technology, and sustainability improvements to current standards:

• ADA accessibility upgrades

• HVAC system improvements

• Plumbing improvements

Cuningham 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

• Table D-1: Project Cost Table and Staffing Matrix

• Morrill Hall Pres Suite Project Overview

• Morrill Hall 2nd and Ground Floor Plans Only (Password Protected)

• Morrill Hall 2nd and Ground Floor Plan Set (Password Protected)

NOTE: The Floor Plans are password protected for security purposes. To obtain the password, please email Kevin Sullivan at sull0198@umn.edu to be given access to the file(s). Due to the sensitive nature of the file(s), only potential Respondents will be given the password.

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 will include the Cost of the Work and the Respondent’s Fee (as those terms are defined in the Contract). The scope of the Work shall include providing cost estimating and value engineering services in cooperation with the Architect/Engineer of Record and establishing a final scope of Work and guaranteed maximum price.

The University has established a construction budget for the Cost of the Work in the amount of $1,320,000 (current dollars, no escalation).

2.5 Critical Project Schedule Dates

The University requires the Project to be substantially complete by no later than January 6, 2025.

Abatement expected to start July 1, 2024 with an estimated construction start date of August 1, 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 AIA A133 – 2009 Construction Manager at Risk, as modified by the University, 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.

2.7 Self-Performed Work

Those portions of the Work (as ultimately described in the Construction Documents) that the selected Respondent request to self-perform shall be managed as set forth in Article 2, section 2.3.2.9 of the Contract.

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

April 4, 2024

Pre-Proposal Meeting

April 16, 2024 at 10:00 AM

Deadline for RFP Questions

April 22, 2024 at Noon

RFP Due Date

May 2, 2024 at 2:00 PM

Shortlist for Interviews

N/A

Interviews

N/A

Identification of Potential Selected Respondent

May 10, 2024

Anticipated Authorization to Proceed

May 15, 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:

Morrill Hall

Fireplace Room (Room 238)

100 Church St SE,

Minneapolis, MN 55455

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 Schedule and Work Plan

40

Attachment D

Project Cost

20

Attachment E

Targeted Business & Community Economic Development

5

Section 2.9

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 University reserves the right to shortlist Respondents for further evaluation and interviews. 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 Schedule and Work Plan

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

3.7 Project Cost

The Respondent will prepare and submit information regarding their proposed Project cost.

3.8 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.

3.9 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.

3.10 Interviews

The University does not intend to include interviews as part of the selection process for this RFP.

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 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.

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.

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

Pre-Construction Project Manager

Cost Estimator

Name of Individual

Email Address

Individual’s Firm Name

Individual’s Firm Location

City, State

City, State

Years working within Firm

#

#

Years working within Industry

#

#

Number of projects completed with other Team Members

1. Cost Estimator: #

2. Construction Project Manager: #

3. Site Superintendent: #

1. Pre-Construction Project Manager: #

2. Construction Project Manager: #

3. 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

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

Briefly describe the Individual’s Responsibilities for this Project

Percent of Time on Project

Pre-Construction: #%

Construction: #%

Pre-Construction: #%

Construction: #%

ATTACHMENT B-1: CRITICAL TEAM MEMBER EXPERIENCE

Project Role

Construction Project Manager

Site Superintendent

Name of Individual

Email Address

Individual’s Firm Name

Individual’s Firm Location

City, State

City, State

Years working within Firm

#

#

Years working within Industry

#

#

Number of projects completed with other Team Members

1. Pre-Construction Project Manager: #

2. Cost Estimator: #

3. Site Superintendent: #

1. Pre-Construction Project Manager: #

2. Cost Estimator: #

3. Construction Project Manager: #

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

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

Briefly describe the Individual’s Responsibilities for this Project

Percent of Time on Project

Pre-Construction: #%

Construction: #%

Pre-Construction: #%

Construction: #%

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

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 SCHEDULE AND WORK PLAN

NOTE: Your response to this Attachment must NOT exceed 10 pages. You may also NOT include supplemental information in virtual form (E.g., hyperlinks to documents/videos/images stored elsewhere).

1. Provide a schedule, broken down by weeks that takes into account any critical dates noted in the RFP, for the Preconstruction Phase of the Project (from Authorization to Proceed to Execution of GMP Amendment) that includes the following:

a. Respondent’s services as set forth in Article 2, sections 2.1 and 2.2 of the Contract with deliverables and completion dates

b. Written overview describing how the Respondent intends to work with the University and Architect/Engineer of Record in providing the proposed services

c. Team Members that will be assigned to each service

d. Level of commitment, in hours, for each assigned team member

2. Provide a schedule, broken down by months that takes into account any critical dates noted in the RFP, which shows how you would initially approach sequencing the Construction Phase of the Project.

3. Provide a preliminary site logistics plan for the Project.

4. 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, potential schedule delays and/or other issues related to minimizing disruption on campus while performing the Work.

5. 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.

6. Describe what work your firm would prefer to self-perform, if any, during construction.

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


ATTACHMENT D: PROJECT COST

All Project cost information in this Attachment should be completed assuming a Cost of the Work equal to the University’s budget, as noted in section 1.4, and achieve the Substantial Completion Date (or any other critical dates) stated in Section 1.5.

1. Complete and submit both worksheets found in the Project Cost Table and Staffing Matrix (Table D-1). The purpose of these tables is to establish the Lump Sum amounts and percentages of the estimated Cost of the Work, which are to be incorporated in the Contract. The selected Respondent will be bound to these values. The actual Guaranteed Maximum Price will be established pursuant to Section 2.2 of the Contract. The percentages will be converted to fixed amounts in the final Guaranteed Maximum Price. Additional information regarding this requirement can be found in the following Attachment D-1.

2. Complete and submit the Supervisory and Administrative Staff Hourly Labor Rate Breakdown Table (Table D-2). The purpose of this table is to establish a schedule of hourly rates that the Respondent will charge as a part of their Contract Sum for supervisory and administrative personnel. Additional information regarding this requirement can be found in the following Attachment D-2.

ATTACHMENT D-1: PROJECT COST TABLE AND STAFFING MATRIX

1. Attach with your Proposal the completed Project Cost Table (worksheet 1) and Proposed Home Office/On-Site Supervisory and Administrative Staffing Matrix (worksheet 2). Both worksheets can be accessed with the RFP Documents as noted in section 1.3.

Compensation: Fees and the Cost of the Work

Under the Contract, the University will pay the Respondent’s compensation consisting exclusively of the lesser of the Guaranteed Maximum Price or the sum of (1) Pre-Construction Phase Services Fee, (2) the Cost of the Work and (3) the Construction Fee.

Section 6.1 of the Contract, “Costs to be Reimbursed,” lists items that are reimbursable as a “Cost of the Work” during the construction phase. Section 6.8 of the Contract lists items that are specifically not reimbursable.

Section 6.1 includes in its definition of Cost of the Work items that will not be incorporated in the Project, which items are commonly referred to as “overhead,” “general conditions,” or “general requirements.” The Contract requires the Respondent to include such items in the Guaranteed Maximum Price proposal and the Schedule of Values as “General Requirements.” The University will only pay for General Requirements items identified in Section 6.1 of the Contract or in the final Guaranteed Maximum Price proposal accepted by the Owner and incorporated in the Contract by execution of the Guaranteed Maximum Price Amendment pursuant to Section 2.2.9 of the Contract. The University will not pay “overhead,” “general conditions,” or “general requirements” on a percentage basis.

Cost Limits

The University shall not pay more for any item payable as a Cost of the Work than the lesser of the actual cost the Respondent pays for the item or any cost limit established by any of the following:

A. Wages and labor rates stated by the Respondent in Attachments D-2 and D-3 of this RFP;

B. Rates stated in the final Guaranteed Maximum Price proposal accepted by the University; or

C. If not stated in Attachments D-2 and D-3 or in the final Guaranteed Maximum Price proposal, the fair market value at the place of the Project as dictated by the Contract.

ATTACHMENT D-2: SUPERVISORY AND

ADMINISTRATIVE STAFF LABOR RATE TABLE

1. Attach a schedule of hourly rates that the Respondent will charge as a part of their Contract Sum for supervisory and administrative personnel under Section 6.2.1, 6.2.2 and 6.2.3 of the Contract, identifying each person by name, title or job classification. The rates in this schedule are to include the labor burden identified in Number 2 below and in Exhibit B of the Contract.

2. Indicate the percent of wages for construction workers that the Respondent will charge under 6.2.2 of the Contract as full payment for costs paid or incurred by the Respondent for taxes (SUTA, FUTA, and FICA), workers compensation insurance contributions, assessments and benefits required by law or collective bargaining agreements, and for personnel not covered by such agreements, customary benefits such as sick leave, medical and health benefits, holidays, vacations, and pensions.

ATTACHMENT D-3: LABOR RATES FOR SELF-PERFORMED WORK
(TRADE LABOR ONLY)

NOTE: If the Project includes self-performed work, the selected Respondent will be required to submit the following information, upon request, to the University. This information is NOT required to be submitted at the time the RFP is due.

1. If the Respondent is planning to self-perform any of the Work during construction, they may be required to submit, upon request, the Labor Rates for Self-Performed Work Table (Table D-3). The purpose of this table is to establish a schedule of hourly rates that the Respondent will charge as a part of their Contract Sum for construction workers directly employed by the Respondent to perform the construction of the Work at the site or, with the Owner's written agreement, at off-site workshops under Section 6.2.1, 6.2.2, 6.2.3, and 6.2.4 of the Contract, identifying each worker by title or job classification. The rates included in this schedule are to include the labor burden identified in Number 2 below and in Exhibit C of the Contract.

2. Indicate the percent of wages for construction workers that the Respondent will charge under 6.2.3 and 6.2.4 of the Contract as full payment for costs paid or incurred by the Respondent for taxes (SUTA, FUTA, and FICA), workers compensation insurance contributions, assessments and benefits required by law or collective bargaining agreements, and for personnel not covered by such agreements, customary benefits such as sick leave, medical and health benefits, holidays, vacations, and pensions.

Instruction for completing field labor rates and labor burden

Respondent is required to submit Labor Rates subsequent supporting taxes and fringes associated with each trade scope of work the Respondent wishes to propose to perform. The Labor Rates Table has been included with this RFP and is not to be altered, changed, or modified unless prior approval has been granted by the University.

The Labor Rates are to be outlined and detailed within the guidelines of the Table, and are to include the following required supporting documentation:

A. Union wage rate agreements - Respondent is to attach the current union wage rate agreement for each proposed trade that could be performing work on the proposed project. These agreements are to be included as supporting documentation to the trade category labor rate sheets (Only need the 1 page union wage rate agreement for each trade).

B. Workers Compensation Insurance - (overhead / profit). Workers compensation is based on the trade classification of work being performed. This is not to be a blended rate of all trades, i.e. carpenters/cement masons/laborers/bricklayers or etc. It is intended to be specifically for the specific trade category of work being performed. If there is overhead/profit or any other costs included within the above-mentioned workers compensation percentage, then the Respondent is required to break this percentage out and list it in the overhead column. The selected Respondent will be required (no exceptions) to provide written proof of their workers compensation rate sheets from their insurance agency to substantiate the net rate less all applicable discounts, deductions or any other costs.

C. Overhead – If overhead is included within these sheets, Respondent is required to define and substantiate what is included in the overhead percentage listed.

i. It is important to note that the overhead percentage on self-performed work can only be assessed on field labor.

ii. Overhead costs do not increase in the calculation of overtime or double time. The afore-mentioned costs will be the same factor used in the calculation of straight time overhead costs.

iii. Respondent is required to list out what costs their overhead percentage field labor will cover.

D. FUTA - Federal unemployment is taxed on the first $7,000 of employee’s wages each year at .60%. Thus the cap on this is $40.00 per year / per employee. Respondent will prorate the FUTA charges over the course of the Project.

E. SUTA – State unemployment is taxed on the first $38,000 of employee’s wages each year. The Respondent is required to provide a copy of their SUTA worksheet received from the State of Minnesota and will prorate the SUTA charges over the course of the Project.

F. Labor burden calculations – Calculations are to be based on taxable wages only as outlined within the union wage agreements; which are specifically detailed. Such wages will include the base wages and subsequent vacation wage only.

G. FUTA / SUTA /Workers Compensation Insurance – Within the calculation of overtime and double time, these costs are not to increase.

NOTE: All rates, percentages, and fees are subject to audit and verification by the Owner and its affiliates.

ATTACHMENT E: 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:

...
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 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 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 26 days 03/28/2024 ...

State Government of Minnesota

Bid Due: 5/16/2024

...Construction Solicitation Virtual Plan Room Admin/State Procurement 2000015626 Sell RFx 20 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.