SAFL Risk Reduction of Basement Flooding

Agency: University of Minnesota
State: Minnesota
Level of Government: State & Local
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD16744432442299956
Posted Date: Mar 27, 2024
Due Date: Apr 18, 2024
Solicitation No: 01-058-24-2941
Source: Members Only

Bid Information



Type
Architect (Design) Services
Status
Issued
Number
01-058-24-2941 (SAFL Risk Reduction of Basement Flooding)
Issue Date & Time
3/27/2024 01:21:01 PM (CT)
Close Date & Time
4/18/2024 02:00:00 PM (CT)
Time Left
21 days 19 hours 2 minutes 59 seconds
Notes
Design Services for risk reduction of basement leaking at Saint Anthony Falls Lab, located near 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



5 items in 1 pages

RFP - SAFL Basement.docx
Request for Proposal 302 KB

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

SAFL Basement Flood Risk Reduction Preliminary 20240118.pptx
SAFL Risk Reduction Preliminary PowerPoint 32.68 MB

SAFL Basement Flood Mitigation - Before Photos.pdf
SAFL Basement Flood Mitigation Before Photos 3.88 MB

SAFL Aerial.png
Site Aerial 1.72 MB



Attachment Preview

Test Title

Architectural and Engineering Professional

Design Services Request for Proposal (“RFP”) for

SAFL Risk Reduction of Basement Flooding

RFP # 01-058-24-2941


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 Work Plan

X

Attachment D:

Project Schedule

X

Attachment E:

Project Fee

X

Attachment F:

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 professional design services for risk reduction of basement leaking at Saint Anthony Falls Lab, located near the Twin Cities campus (the “Project”).

2.2 Project Description (the “Work”)

The scope of the Project includes building a permanent watertight bulkhead or flood wall between the building and the river where tailrace exits building. Also incorporate a one-way valve(s) or similar so water can flow out during normal non-flood conditions.

Work to include:

• Installation of dewatering pump on the protected (building) side to remove leakage during floods, as well as instrumentation to automate one way valves and pump, and remotely monitor water levels during flood conditions.

• Manuals with maintenance schedule and drawings/documentation.

• Add Alt Item: Determine viability of repair or re-lining of the limestone tailrace channel at exterior. This should include preliminary cost estimate at 50% design stage.

Limestone wall will require Historic Preservation Consultant. Interaction with Xcel will be required on exterior stone walls.

This Project will not follow traditional design basic services. We are requesting 50% CDs and 100% CDs. At 50% we will require a cost estimate and University Plan Review following standard practices.

The estimated total cost of the Project is $1,250,000 (current dollars, no escalation).

2.2.1 Required Design Services

The Designated Additional Services for the Project will include:

• Cost Estimating (at 50% CDs)

The Basic Services for the Project will include:

• Construction Document Phase (50%)

• Construction Document Phase (100%)

• Bidding / Negotiation Phase

• Construction Phase - Administration of Construction Contract

Any cost estimating for the Project shall be prepared by a qualified, experienced, and licensed construction contractor, or others as approved by the University.

Service requirements are further defined in the Contract referenced in section 1.6.

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

• SAFL Risk Reduction Preliminary PowerPoint

• SAFL Basement Flood Mitigation Before Photos (PDF)

• Site Aerial

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 shall be a fixed, lump sum Fee that shall include all costs necessary to complete the Work in accordance with the Contract, including Reimbursable Expenses for the Project, Respondent’s overhead, and profit.

2.5 Critical Project Schedule Dates

The University requires the Construction Document Phase to be complete by no later than July 19, 2024.

Desire is for construction to be completed by 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 Owner and Architect (Design) Agreement, AIA B101-2007, 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.

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 27, 2024

Pre-Proposal Meeting

April 4, 2024 at 12:30 PM

Deadline for RFP Questions

April 11, 2024 at Noon

Proposal Due Date

April 18, 2024 at 2:00 PM

Shortlist for Interviews

N/A

Interviews

N/A

Identification of Potential Selected Respondent

April 30, 2024

Anticipated Authorization to Proceed

May 6, 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 Mandatory for prime firms that are interested in responding to this RFP. The University will not accept Proposals from Respondents that are not listed on the Pre-Proposal Meeting Sign-in Sheet that is made publicly available after the meeting via addenda.

The location of the Pre-Proposal Meeting is:

Saint Anthony Falls Laboratory

Meeting Room 217

2 SE 3rd Ave,

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

40

Attachment C

Project Work Plan

35

Attachment D

Project Schedule

10

Attachment E

Project Fee

10

Attachment F

Targeted Business & Community Economic Development

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 Work Plan

The Respondent will prepare and submit a Project Work Plan. The Project Work Plan should emphasize the Respondent’s understanding of the Project requirements by documenting their approach/methodology as it applies to the Project’s scope of Work, schedule, and budget. In addition, the Respondent should identify any constraints and issues they see affecting 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 Fee

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

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 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. Does the Respondent acknowledge they have read, understand, and agree to ALL applicable items noted in the RFx Instructions, Requirements, and Rights Reserved by the University document?

Yes

No

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

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 agree to submit monthly documentation to the University to substantiate compliance of TGB goals for this Project?

Yes

No

1. Did the Respondent have a representative from their firm present at the Mandatory Pre-Proposal Meeting?

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

Civil Engineer

Structural Engineer

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. Structural Engineer: #

2. Cost Estimator: #

1. Civil Engineer: #

2. Cost Estimator: #

1. Civil Engineer: #

2. Structural Engineer: #

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

#%

#%

#%

ATTACHMENT B-2: ADDITIONAL TEAM MEMBER

Project Role / Subcontractor

Individual Name

Firm Name

Firm Location (City, State)

Historic Preservation Consultant

ATTACHMENT B-3: PROJECT DATA SHEET

Design Firm Name

Project Owner

Project Name

Project Owner Contact

Project Location

City, State

Project Owner Contact Email

Construction Cost

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

on this project

Construction Commencement Date

Construction Completion Date

Project Size (square feet, etc.)

Type of Services Provided (Predesign, Design, 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 WORK PLAN

NOTE: Your response to this Attachment must NOT exceed 7 pages. You may also NOT include supplemental information in virtual form (E.g., hyperlinks to documents/videos/images stored elsewhere).

1. The Respondent must prepare and submit information pertaining to their approach/methodology as it applies to the Project’s scope of Work, schedule, and budget. In addition, identify any constraints, risks, and/or issues you see affecting the Project.

2. The Respondent must prepare and submit information pertaining to the description of services and deliverables provided at EACH phase as defined in section 1.2 of the RFP. The Respondent should also identify the percentage breakdown of work (by firm) for each of these phases. For example: Schematic Design Phase: Respondent Name – 50%; Engineering Firm Name – 40%; Sub-Consultant Firm Name: 10%.

3. The Respondent should identify any optional additional services (and the cost / time associated with these services) that are OUTSIDE the required Scope of Work of the Project.

4. 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 suggested total Project schedule (including all design and construction phases that are required for the Project). This should be a realistic schedule that allows adequate time for University reviews/decision-making at all critical steps of the Project. The schedule should provide a high level overview including all major milestones. When preparing the 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) 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. 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.


ATTACHMENT E: PROJECT FEE

Note: Respondent must also include an Hourly-Rate Schedule with their Proposal.

1. Designated Additional Services: As a Lump Sum Fee

Criteria

Contract

Fee

Cost Estimating (at 50% CDs)

§ 4.1

$

Total Designated Additional Services

§ 11.3

$

Reimbursable Expenses

§ 11.8

Included in above

Note: The above are Designated Additional Services that are required by the University for the Project. Do NOT edit the above unless directed via addenda. Any Optional Additional Services (as noted in your response to Attachment C) are NOT to be included in the above Fee.

2. Basic Services: As a Lump Sum Fee

Criteria

Contract

Fee

Construction Document Phase (50%)

§ 3.4

$

Construction Document Phase (100%)

§ 3.4

$

Bidding / Negotiation Phase

§ 3.5

$

Construction Administration Phase

§ 3.6

$

Total Basic Services

§ 11.1

$

Reimbursable Expenses

§ 11.8

Included in above

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 ten percent (10%) 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).

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 commitment(s):

1. 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.

2. TGB Work Verification (Document 661) submitted to the University (via the SmartCOMP tool) when the contracted TGB work is complete.

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 >