REQUEST FOR PROPOSAL - Mille Lacs Band Of Ojibwe

advertisement
Community Development
REQUEST FOR PROPOSAL
OWNER:
MILLE LACS BAND OF OJIBWE
43408 OODENA DRIVE
ONAMIA, MN 56359
PROJECT:
TO:
DATE ISSUED: May 6, 2015
BID DATE:
May 27, 2015
Rutledge Cultural Grounds Facility, Rutledge, MN
Qualified General Contractors
THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN.
RFP for Turn Key Construction of a New Residential Cultural Grounds Facility
The Mille Lacs Band of Ojibwe, Community Development office will be accepting sealed bids
for construction of a new cultural grounds facility located in Rutledge, MN. Bids will be due
Wednesday May 27, 2015 at 3:00 PM. Bids received will be opened and qualified by the Mille
Lacs Band of Ojibwe on Thursday May 28, 2015 at 8:30 AM.
A mandatory pre-bid site visit will be held Thursday, May 14th at 2:00 pm.
Directions to project site: From City of Rutledge (Jct. Hwy 61 & County 39): Take Hwy
61 South approx. 0.4 Miles to the Site. Site is the driveway WEST of Bald Eagle Ave.
There is a MLBO sign at the entrance and City of Rutledge sign on the East. Follow
driveway to the existing blue home site.
General Notes:
1. It is the Contractors responsibility to identify any and all discrepancies in the scope of
work, not meeting Industry Standards or that which is inconsistent with the International
Building Code (IBC), and Mille Lacs Band of Ojibwe 2015 MLB Project Specification Book.
2. All electrical wiring, apparatus and equipment for electric light, heat and power, technology
circuits or systems shall comply with the rules of the Department of Commerce or the
Department of Labor and Industry, as applicable, and be installed in conformity with
accepted standards of construction for safety to life and property.
3. Contractor must reconnect all utilities, service panel or service feed. Also includes gas,
propane. Include such equipment or materials identified in the pre-bid conference.
4. Contractor will secure all permits and fees.
5. Contractor is responsible for a thorough investigation of the scope of work.
6. Contractor will repair any damage to the property or structure created by the scope of
work.
7. Contractor shall be responsible for all debris removal related to all work performed under
this work scope.
8. NO WORK SHALL BE PERFORMED UNTIL ALL REQUIRED PERMITS HAVE BEEN ISSUED
AND COPIES IN THE POSSESSION OF THE PROJECT COORDINATOR AND /OR MILLE
LACS BAND BUILDING OFFICIAL.
COMMUNITY DEVELOPMENT WILL, TO THE GREATEST EXTENT FEASIBLE, GIVE
PREFERENCE IN THE AWARD OF CONTRACT TO INDIAN ORGANIZATIONS AND
INDIAN-OWNED ECONOMIC ENTERPRISES.
Work Scope Description:
Turn Key Construction. 2015 MLB Spec Book and Approved Bldg Drawings.
1. Existing Building Demolition will be performed by Owner.
2. Tree Clearing: Tree Clearing will be identified at the pre-bid site visit.
3. Excavate and install new frost footings. Excavate all material to footing depth. Import
clean sand fill material. All excavated materials will be able to be used on site.
Additional fill will be required. See civil site plan and building elevations.
4. Contractor shall include 3 extra block courses and 500 yards of extra fill placed. Unit
costs submitted in Bid Alternate #1 shall be used to calculate credit back to Owner for
unused Block and Fill.
5. Silt fencing will be installed by Owner at perimeter of building site where needed.
6. Construction limits will be within 75’ of the perimeter of the silt fence surrounding the
proposed building. General Contractor shall be responsible for silt fence and driveway
maintenance throughout construction.
7. Submittals and Attachments:
a.) Pre-Bid Acknowledgement / Sign in sheet.
b.) All submittals shall be submitted within ten days of construction start.
c.) Contractor will provide a warranty outline with their proposal.
d.) Omissions or deletions will not be accepted without a written request indicating the
reason why the omission or deletion is needed.
e.) O&M manuals will be created by the contractor with all warranty cards and operator
manuals inserted in a three ring binder before punch list.
f.) [MLBO] will choose all aesthetic types and colors.
8. Provide radon mitigation system. This may be achieved by utilizing a shallow interior
drain tile / pvc system and rock bed, vented through the roof.
9. Foundation Drainage: Daylight drain tile to the exterior where grade allows. Provide a
vertical stack cleanout on the highest point in the exterior drain tile system. Coordinate
with Project Coordinator.
10. Contractor shall install on-site septic system per new septic design, and abandon
existing septic system.
11. Contractor shall include all costs associated for well and septic service connections,
and coordinate required inspections. Contractor will be required to perform MDH water
testing, and water softener set-up.
12. Contractor shall replace well pump.
13. Bids must be honored for 90 calendar days.
14. Landscaping and final site work will be likely be conducted by the Owner. General
Contractor responsible for rough grading of the site to within three inches of final
grade. See bid alternate for landscaping package information.
15. Driveway / Parking Construction: Contractor shall install 6” of class 5 material with 2”
topping of reclaimed asphalt. See Site plan for concrete parking areas.
16. Contractor shall be responsible for connections to utilities. Electric-(East Central
Energy), Propane-(Lakes Gas), Well and Septic and all costs associated. All utilities
shall be the Contractor’s responsibility until the building is officially turned over to the
Mille Lacs Band of Ojibwe (certificate of occupancy and punch list completion).
17. Include 911 sign and post to be installed at driveway approach.
18. Building Exterior Signage: MLBO staff will direct building exterior lettering.
19. Interior Signage shall be purchased and installed by Owner.
20. Contractor to install Owner provided electric fireplace. Contractor shall be responsible
for pick up and transportation of unit from Onamia.
21. Contractor to install L.P. gas line connection to exterior portable gas grill as shown on
plans. Contractor shall be install bollard with gas line OPD connection for pigtail
connection. Install accessible ball valve shut off valve on the interior side of the
kitchen.
22. Contractor to engage services for Fire Alarm system design / installation. Provide
phone connection to fire alarm panel for system monitoring.
23. Where color selections have not been specified, contractor shall bring samples to
weekly construction meeting for Owner staff selection.
24. Contractor / Owner shall meet weekly on site to review building progress, scheduling,
RFI’s, and misc. coordination issues that may arise during construction.
25. Contractor shall schedule and coordinate with Project Manager the following Site
Meetings / Pre-installation meetings;
a.) Footing excavation to determine if extra coursing is necessary.
b.) Framing
c.) Stone Veneer / Siding / Windows / Roofing
d.) Electrical layout / and at rough-in completion before covering.
e.) Flooring layout / Installation
f.) Trim installation
26. Contractor shall include 0.5% TERO tax fee in base bid. MLB TERO Director has
classified this project as a residential project. Contractor shall utilize FEDERAL Davis
Bacon wage rates for residential construction for this project.
27. Contractor shall include a one day Owner orientation / training for building equipment
and systems. Required items include, HVAC, Electrical, Low Voltage, Plumbing.
Contractor to provide two bound maintenance and product data manuals for the site
staff and CMD.
Bid Alternate #1: Provide unit costs for extra block, footing steps, extra fill, and per tree
removal. (3 extra block courses and 500 extra yards of fill should be included in the
base bid.) Unit costs submitted shall be used to calculate credit for unused materials.
Bid Alternate #2: Wainscot Details: Added lump sum cost to provide and install knotty
alder wainscot in rooms 100, 101, and 103 per drawing details (1-4/A6.2).
Bid Alternate #3: Spray Foam Exterior Wall Insulation: Lump sum additional cost to
replace exterior wall R-19 batt insulation and vapor barrier with R-19 Closed Cell Spray
Foam insulation per detail 3/A4.2
Bid Alternate #4: Final Landscaping: Added lump sum cost for contractor to provide
and install 3” black dirt cover and hydroseed. Blend to undisturbed areas.
Bid Alternate #5: Countertops: Added lump sum cost to replace P-lam countertops
with stainless steel tops.
Specified Product Substitutions: All proposed product substitutions must be
approved by the Project Coordinator 5 days prior to bid. Any approved
substitutions, will be made available to all bidders.
Contacts:
Interested bidders shall contact Ryan Jendro at 320-532-7857 or by email
at ryan.jendro@millelacsband.com to be included on the bidder’s list in
the event that any addendums are issued for this project.
Mobilization:
1. The Contractor shall be capable of mobilizing his equipment and crews within seven days of
the receipt of Notice to Proceed.
2. Contractor shall submit building schedule to Project Coordinator at the time of contract
signature by the Contractor.
3. Contractor shall provide means and methods for all building phases of construction.
COMMUNITY DEVELOPMENT/PROJECT MANAGEMENT RESERVES THE RIGHT TO
REJECT ANY AND ALL BIDS FOR ANY REASON.
Bidding notes:
1. Submit proposal in lump sum (supply and install), not to exceed amount
2. All Contractors (including subcontractors) must comply with Davis Bacon wage requirements.
3. All Contractors must provide the following along with their bid submittal:
a. Completed and signed MLB Community Development Construction Bid Form, including
schedule of values from Monthly payment application.
b. A copy of Current MLB Vendor’s License (or a copy of the submitted application)
c. A copy of Current Insurance Certificate
d. A copy of Subcontractor/Material Supplier list
e. A copy of valid State of Minnesota Contractor’s License
f. A copy of Authorized Signature Sheet (submitted with first bid submittal)
4. All Contractors must comply with all Mille Lacs Band of Ojibwe American Indian Employment
requirements (see 18 MLBSA § 5). Contact Craig Hansen at (320) 532-4778.
All proposals MUST be mailed and labeled as follows:
Mille Lacs Band of Ojibwe
Commissioner of Community Development
Sealed bid: Rutledge Cultural Grounds
P.O. Box 509
Onamia, MN 56359
**Please note that the bids must be submitted via mail to the P.O. Box. FedEx and UPS will
not deliver to a P.O. Box and the Onamia post office will not accept hand delivered items.
Please plan accordingly to ensure the timely receipt of your bid submittal. **
PROPOSALS NOT SUBMITTED IN THIS MANNER WILL BE REJECTED.
Licensing:
1. Firms must be licensed with the Mille Lacs Band of Ojibwe. A copy of this license (or the
license application) must accompany each bid. Licensing process can take several weeks. If
you are not currently licensed with the MLBO, please submit a copy of your license application
along with your proposal. Contact Dana Justen at (320) 532-8272 or via email at
DJusten@grcasinos.com with questions regarding licensing and for the license application.
Permit and Contractor Requirements:
Permits: Contractors are responsible to attain all necessary permits for all work, including
Mille Lacs Band of Ojibwe (MLBO) Permits.
Bonding Requirements: In accordance with 2015 MLB Project Specification Book.
MLBSA Section 17 Procurement Statue Ordinance 03-06 states the following:
Section 17. Bonding
A. In construction contracts that are federally funded or deemed commercial, bonding is required. These
types of contracts shall demand a performance bond not less than twenty (20%) percent of the total
contract price, but not to exceed $500,000.00. A performance bond requirement is to ensure that, if a
contractor defaults, the Band may request that the surety pay the expense incurred to complete the
construction contract.
B. In addition, all construction contracts identified as federally funded or commercial shall be covered by a
payment bond equal to one payment installment or cover subcontractors/suppliers as determined by the
Contracting Officer or his agents. The payment bond must contain language stating that if the
contractor fails to make a payment to its subcontractors/suppliers, the surety will make the necessary
payment.
C. For all Band funded residential construction projects, a performance bond is required for contracts in
excess of $50,000.00. The performance bond shall be at a minimum twenty (20%) percent of the
contract price, but not in excess of $500,000.00.
SECTION II – BIDDING FORMS
COMMUNITY DEVELOPMENT
PROJECT MANAGEMENT
Bidding Requirements and Contract Forms
FY 2015 CONSTRUCTION BID FORM
REQUIRED FOR ALL BIDS
FIRM NAME: __________________________________________________________________________
JOB/PROJECT: Rutledge Cultural Grounds Facility, Rutledge, MN
LUMP SUM PRICE:
__________________________________________________________________$____________________
(Written Value)
(Dollar Amount)
ALTERNATE #1:
(Unit Costs: Extra Block, Footing Step, Extra Fill Placed, Tree Removal)
__________________________________________________________________$____________________
(Written Value)
(Dollar Amount)
ALTERNATE #2:
(Wainscot Detail)
__________________________________________________________________$____________________
(Written Value)
(Dollar Amount)
ALTERNATE #3:
(Spray Foam Exterior Wall Insulation)
__________________________________________________________________$____________________
(Written Value)
(Dollar Amount)
ALTERNATE #4:
(Landscaping)
__________________________________________________________________$____________________
(Written Value)
(Dollar Amount)
ALTERNATE #2:
(Stainless Steel Countertops)
__________________________________________________________________$____________________
(Written Value)
(Dollar Amount)
Acknowledgement of Addendum(s): 1) __________ date
2) ___________date 3) ___________date
BID GUARANTEE PERIOD:
I agree to hold this bid open for a period of 90 days after the bid opening. If this bid is accepted I agree to execute a Contract and/or a
Purchase Order with the Mille Lacs Band of Ojibwe along with furnishing all required bonding (if required) and insurances.
TERO COMPLIANCE:
I understand that this company, its subcontractors and all employees performing work on this project will be expected to comply with all Mille
Lacs Band TERO Compliance Regulations. Upon being informed that I will be awarded a contract for this project, I will submit all required
TERO Compliance Plans directly to the MLB TERO Office for review and approval.
Acknowledgement of TERO Compliance: _________________________
ATTACHMENTS REQUIRED: Failure to provide any of these attachments will result in bid disqualification.
o
MLB BID FORM (MUST BE SIGNED)
o
MLBO VENDOR LICENSE
o
COPY OF CURRENT INSURANCES
o
LETTER FROM BONDING SURETY (If required)
o
COPY OF MINNESOTA CONTRACTOR’S LICENSE (if applicable)
o
SUB-CONTRACTOR LISTS (Include values)
NAME: ________________________________________TITLE:________________________
SIGNATURE: _______________________________________DATE:____________________
FIRM NAME: ________________________________TELEPHONE:_____________________
ADDRESS: ____________________________________________________________________
EMAIL ADDRESS: ____________________________________________________________
Download