Hormel Institute Arctis Room Modifications

Agency: University of Minnesota
State: Minnesota
Level of Government: State & Local
Category:
  • K - Modification of Equipment
Opps ID: NBD16744015819331552
Posted Date: Mar 7, 2024
Due Date: Mar 19, 2024
Solicitation No: 20-885-24-2762
Source: Members Only

Bid Information



Type
Construction Services
Status
Issued
Number
20-885-24-2762 Addendum 1 (Hormel Institute Arctis Room Modifications)
Issue Date & Time
2/21/2024 01:38:26 PM (CT)
Close Date & Time
3/19/2024 02:00:00 PM (CT)
Time Left
11 days 18 hours 2 minutes 36 seconds
Notes
Design-Build Services for modifications at the Hormel Institute, located in Austin, MN . 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



6 items in 1 pages

RFP - Hormel Arctis Room.docx
Request for Proposal 322 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 - DB.xlsx
Table D-1: Project Cost Table and Staffing Matrix 26 KB

Arctis Pre-Installation Manual.pdf
ThermoFisher Scientific Arctis Pre-Installation Manual 5.91 MB

Sign-in Sheet.pdf
Addendum # 1: Pre-Proposal Meeting Sign-in Sheet 928 KB



Attachment Preview

Test Title

Design-Build Request for Proposal (“RFP”) for

Hormel Institute Arctis Room Modifications

RFP # 20-885-24-2762


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 design-build services for modifications at the Hormel Institute, located in Austin, MN (the “Project”).

2.2 Project Description (the “Work”)

The University of Minnesota and the Hormel Institute are seeking proposals for Design/Build services to modify an existing laboratory and adjacent support rooms to house a new ThermoFisher Scientific Electron Microscope and additional support equipment expected to be delivered in Summer of 2024.

The existing laboratory space will require modifications such as:

• Removal of existing lab benches and shelving

• Replacement of doors and hardware to support mechanical systems

• Modification to mechanical systems to provide optimal humidity and air balancing in each space

• Electrical and technology modifications to support the new microscope and support equipment

• Plumbing modifications to air, vac, and water as required

There is an existing adjacent laboratory with sensitive equipment that needs to remain operational. We would like to investigate relocating the control system for that equipment to another part of the room and combining the server space for the existing equipment and our new equipment in one space. We would also like to connect the rooms via a new doorway for ease of the users/operators. This will take investigation to determine if this is physically and economically feasible.

Additional scope has been identified as possible Alternate work for the Project. There is another laboratory in the facility that has a small sink and cabinet that we would like to enlarge. The existing chiller equipment concrete slab is slowly sinking and we would like correct and stabilize it to prevent future issues. The costs for the Alternates will be considered after award.

The Arctis equipment Pre-Installation Manual is attached to this RFP for reference. A site evaluation was completed by ThermoFisher Scientific representatives in early January, but the report is not completed yet. However, we have received verbal confirmation that the room will be acceptable. The report and drawings of the facility will be shared with the selected Respondent following award of the Contract.

A hazardous material survey has not been completed yet for this space. When we have a good understanding of the modifications required, the UMN Hazardous Material Program will survey the space. Any hazardous material abatement will be performed by UMN.

2.2.1 Required Design Services

The Basic Services for the Project will include:

• 50% Construction Document Phase

• 100% Construction Document Phase

• Bidding / Negotiation Phase

• Construction Phase - Administration of Construction Contract

2.2.2 Energy Efficient Commercial Building Tax Deduction

The Energy Policy Act of 2005 Section 1331, Section 179D of the United States Internal Revenue Service Code stipulates that building owners are eligible for a tax deduction for qualifying interior lighting systems, heating ventilation and air conditioning systems, or building envelope systems satisfying energy efficiency requirements. In the case of property owned by a governmental entity, such as the University, the owner of the property may allocate the tax deduction to a qualifying tax-paying "designer" entity.

The process to receive this tax benefit entails completing documentation and analysis in conjunction with the University and its 3rd party consultant.

There is no obligation on your part to participate in this program but if you should chose to participate, the Respondent agrees to the following terms and conditions of engagement if awarded the Contract for the Work described herein: (1) Owner reserves the right to designate any eligible entity as the "Designer" of the energy efficient improvements incorporated in the Project for the purposes of allocating accelerated depreciation benefits pursuant to Section 179D of the Internal Revenue Code of 1986, as amended (the "Code"); (2) if Owner determines that Respondent shall receive the deduction as a "Designer" for the purposes of Section 179D of the Code or that Respondent shall otherwise benefit financially from the monetization of the accelerated depreciation benefit, Respondent shall agree to provide a cash rebate to Owner in an amount equal to the incremental financial benefit realized by Respondent as a result of the tax benefit or the monetization thereof, such actual percentage shall be 50.0%; (3) Owner reserves the right to retain a third party consultant (“Consultant”) to manage and administer the process of obtaining and monetizing the deduction derived from the Project; and (4) Respondent agrees to cooperate in all reasonable respects with the Consultant's efforts to obtain and monetize any such benefits derived from the Project on behalf of Owner.

The University of Minnesota’s only “Authorized Representative of the Owner” for this program is the Director, University Tax Management. No other individual at the University of Minnesota is authorized to sign or should be asked to sign a 179D allocation.

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

• ThermoFisher Scientific Arctis Pre-Installation Manual

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 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 University 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 $200,000 (current dollars, no escalation).

2.5 Critical Project Schedule Dates

The University requires the Project to be substantially complete by no later than August 30, 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 A141 – 2004 Owner Design-Builder, 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, 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 A.5, section A.5.2 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

February 21, 2024

Pre-Proposal Meeting

March 6, 2024 at 11:00 AM

Deadline for RFP Questions

March 12, 2024 at Noon

RFP Due Date

March 19, 2024 at 2:00 PM

Shortlist for Interviews

N/A

Interviews

N/A

Identification of Potential Selected Respondent

April 1, 2024

Anticipated Authorization to Proceed

April 3, 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:

Hormel Institute

Meet in Lobby

801 16th Ave NE,

Austin, MN 55912

A TGB Matchmaking Sheet may be made available during the Pre-Proposal Meeting on which potential Respondents or subcontractors can identify themselves as a Targeted Business as well as indicate their interest in a partnership with Targeted Businesses on the Project. If applicable, the TGB Matchmaking Sheet is made publicly available after the meeting via addenda.

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 elect to participate in the Energy Efficient Commercial Building Tax Deduction program for this Project?

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.

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

Design Project Manager

Mechanical Engineer

Electrical Engineer

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. Mechanical Engineer: #

2. Electrical Engineer: #

3. Cost Estimator: #

4. Pre-Construction PM: #

5. Construction Project Manager: #

6. Site Superintendent: #

1. Design Project Manager: #

2. Electrical Engineer: #

3. Cost Estimator: #

4. Pre-Construction PM: #

5. Construction Project Manager: #

6. Site Superintendent: #

1. Design Project Manager: #

2. Mechanical Engineer: #

3. Cost Estimator: #

4. Pre-Construction PM: #

5. Construction Project Manager: #

6. 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

Pre-Construction: #%

Construction: #%

Pre-Construction: #%

Construction: #%

Pre-Construction: #%

Construction: #%

ATTACHMENT B-1: CRITICAL TEAM MEMBER EXPERIENCE

Project Role

Cost Estimator

Pre-Construction Project Manager

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. Design Project Manager: #

2. Mechanical Engineer: #

3. Electrical Engineer: #

4. Pre-Construction PM: #

5. Construction Project Manager: #

6. Site Superintendent: #

1. Design Project Manager: #

2. Mechanical Engineer: #

3. Electrical Engineer: #

4. Cost Estimator: #

5. Construction Project Manager: #

6. 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. Design Project Manager: #

2. Mechanical Engineer: #

3. Electrical Engineer: #

4. Pre-Construction PM: #

5. Cost Estimator: #

6. Site Superintendent: #

1. Design Project Manager: #

2. Mechanical Engineer: #

3. Electrical Engineer: #

4. Pre-Construction PM: #

5. Cost Estimator: #

6. 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

Design / 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 (Design, 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 and 3 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.

...
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.

TRY FOR FREE

Not a USAOPPS Member Yet?

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

Start Free Trial Today >