South Stores McQuay Roof Unit Replacement 005
Agency: | University of Minnesota |
---|---|
State: | Minnesota |
Level of Government: | State & Local |
Category: |
|
Opps ID: | NBD16744153078447296 |
Posted Date: | Mar 25, 2024 |
Due Date: | Apr 15, 2024 |
Solicitation No: | 01-098-24-2942 |
Source: | Members Only |
Bid Information
|
Contact Information
|
Bid Attachments
File Name | Description | File Size | ||||
| ||||||
RFP - South Stores Rooftop Unit Replacement.docx |
Request for Proposal | 311 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 | ||||
RTU Name Plate.jpg |
Photos of Name Plate | 119 KB | ||||
Site Aerial.jpg |
Ariel View of Building | 53 KB | ||||
RTU and Interior Photos.pdf |
RTU and Interior Photos | 806 KB |
Attachment Preview
Lump Sum Request for Proposal (“RFP”) for
South Stores McQuay Roof Unit Replacement 005
RFP # 01-098-24-2942
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 replacement of the rooftop unit on University Stores South, located near the Twin Cities campus (the “Project”).
2.2 Project Description (the “Work”)
Like for like replacement of existing 60 ton McQuay SUP roof unit, including design, plan review and permitting. Work to include insulation of existing curb to R10, installation of curb extensions to achieve 24” height, installation of new electrical disconnect at unit and in storage area on ground floor at 5' from floor height and reconnection to existing abandoned electrical connection.
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
• Photos of Name Plate
• Ariel View of Building
• RTU and Interior Photos
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 $280,000 (current dollars, no escalation).
2.5 Critical Project Schedule Dates
The University requires the Project to be substantially complete by no later than December 6, 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 25, 2024 |
Pre-Proposal Meeting |
April 2, 2024 at 10:00 AM |
Deadline for RFP Questions |
April 8, 2024 at Noon |
RFP Due Date |
April 15, 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:
South Stores (Building # 098)
Meet at the East Loading Dock
879 29th Avenue SE
Minneapolis, MN 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 |
20 |
Attachment D |
Project Schedule |
10 |
Attachment E |
Project Cost |
30 |
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 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 |
Project Manager |
Site Superintendent |
Electrical Project Manager |
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. Electrical PM: # |
1. Project Manager: # 2. Electrical PM: # |
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 (includes both Design and Construction)* |
$ |
Maximum Change Order Mark-up** |
% |
Alternate # 1: For control work associated with rooftop unit |
Lump Sum* |
$ |
Add |
*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.
2. TGB Payment Affidavit(s) (Document 660) submitted to the University (via the SmartCOMP tool) on or before the 10th of each month for payments made the previous month, if any.
3. TGB Work Verification (Document 661) submitted to the University (via the SmartCOMP tool) when the contracted TGB work is complete.
ATTACHMENT G: RESPONSIBLE CONTRACTOR VERIFICATION OF COMPLIANCE (UNIVERSITY DOCUMENT 00900)
Minnesota Statutes, Section 16C.285 , subdivision 3. Responsible Contractor, Minimum Criteria. “Responsible Contractor” means a contractor that conforms to the responsibility requirements in the solicitation document for its portion of the Work on the Project and verifies that it meets the minimum criteria set forth below. Each contractor or subcontractor shall obtain from all subcontractors with which it will have a direct contractual relationship a signed statement under oath by an owner or officer verifying that they meet all of the minimum criteria in subdivision 3 prior to execution of a construction contract with each subcontractor.
1. The Contractor:
i. is in compliance with workers' compensation and unemployment insurance requirements;
ii. is in compliance with the Department of Revenue and the Department of Employment and Economic Development registration requirements if it has employees;
iii. has a valid federal tax identification number or a valid Social Security number if an individual; and
iv. has filed a certificate of authority to transact business in Minnesota with the secretary of state if a foreign corporation or cooperative.
2. The contractor or related entity is in compliance with and, during the three-year period before submitting verification, has not violated section 177.24 , 177.25 , 177.41 to 177.44 , 181.13 ...
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.