2101 13th Ave. S. Minneapolis Renovation
The Mille Lacs Band of Ojibwe, Community Development office will be accepting sealed lump sum bids for an Elder Renovation Project at 2101 – 13th Avenue South, Minneapolis, MN 55404. Bids will be due Wednesday August 21st, 2024 at 3:00 PM. Bids received will be opened and qualified by the Mille Lacs Band of Ojibwe on Thursday August 22, 2024 at 10:00am.
A mandatory pre-bid site visit will be held on: *August 8th, 2024 at 10:30am
General Notes:
- 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 Residential Code (IRC), and Mille Lacs Band of Ojibwe 2016 MLB Project Specification Book that supersedes previous additions.
- 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.
- 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.
- Contractor will secure all permits and fees.
- Contractor is responsible for a thorough investigation of the scope of work.
- Contractor will repair any damage to the property or structure created by the scope of work.
- Contractor shall be responsible for all debris removal related to all work performed under this work scope.
- 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:
BATHROOM:
a. Remove the upstairs shower floor tile and pan flooring.
b. Provide and install a pre-fabricated one piece shower pan. Confirm that the shower pan and entire assembly is installed level and that water is running into the shower floor drain.
c. Include new shower drain flange with gaskets and new plumbing drain and supply lines as needed. Include a MOEN MAGNETIX Engage 6 spray Setting Rain Showerhead with Handheld Showerhead (Menards SKU: #6784277).
d. Replace wall tile with MENARDS FlexStone Calypso Shower Wall Panel Model #FLX3696CP. May be installed over wall tile.
e. Repair the sheetrock walls throughout the upstairs bath and shower room. Mud, tape repair as required and finish for paint.
f. Paint entire upstairs bathroom. Walls and ceiling.
g. Include material and installation for a new floor in entire bathroom area.
h. Paint and labor to paint the entire bathroom area.
KITCHEN CEILING:
i. Repair the ceiling stains by painting a KILZ TYPE primer and painting the entire kitchen ceiling only.
j. Provide and install (3) three track lighting fixtures to match the existing as well as possible.
INTERIOR / EXTERIOR WORK AT STAIRS:
k. Secure the interior stair handrails going up from the main level. The screws are pulling out. If necessary, cut in the access for backing installation and repair the sheetrock accordingly.
l. Remove and replace the exterior wooden steps, handrails and fasteners at stairs and risers of front deck at entry; front of house only.
INTERIOR PORCELAIN FLOOR TILE:
m. Remove and replace the broken and badly cracked pieces of porcelain floor tile throughout the main level floor. This will require demo of the broken pieces only and replacement with matching porcelain tile or an acceptable color for a “graffiti” pattern. The Elder Homeowner will make a selection based on the available colors of the “Maltese Roman Grey Matte 12 inch x 12 inch Porelain floor tile. Maximum pieces to be included as part of the base work in this rfp is 32 pieces of porcelain tile. Samples must be reviewed with owner for this porcelain as well as the bathroom “Mohawk” Model #VFE06-280 20 mil. VLP flooring.
Alternate #1
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 Jim Carpenter, Project Coordinator, at 320-532-7432 (office), 320-364-9865 (cell) or at to be included on the bidder’s list in the event that any addendums are issued for this project.
Mobilization:
- The Contractor shall be capable of mobilizing his equipment and crews within seven days of the receipt of Notice to Proceed.
- 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:
- Submit proposal in lump sum (supply and install), not to exceed amount
- All Contractors (including subcontractors) must comply with Davis Bacon wage requirements.
- All Contractors must provide the following along with their bid submittal:
a. Completed and signed MLB Community Development Construction Bid Form
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 (if applicable)
f. A copy of Authorized Signature Sheet (submitted with first bid submittal) - All Contractors must comply with all Mille Lacs Band of Ojibwe American Indian Employment requirements (see 18 MLBSA § 5). Contact Lori Trail (TERO DIRECTOR) 320-532-4778 or
EMAIL Lori Trail a.
All proposals MUST be mailed and labeled as follows:
Mille Lacs Band of Ojibwe
Commissioner of Community Development
Sealed bid: (2101 - 13th Avenue South Minneapolis, MN 55404)
P.O. Box 509
Onamia, MN 56359
Please note that the bids 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. Do not require delivery signature.
**The Band reserves the right to reject any bid that it is unable to collect at the Onamia post office by the bid deadline date and time, provided that the Band has made diligent and reasonable efforts to collect the bid. The Band reserves this right even in the event that the bid has been postmarked before the deadline.
PROPOSALS NOT SUBMITTED IN THIS MANNER MAY BE REJECTED.
Licensing:
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 Elizabeth Thornbloom at (320)532-8274 or via email at EThornbloom@grcasinos.com with questions regarding licensing and for the license application.
Permit and Contractor Requirements:
Permits: Contractors are responsible to attain all necessary permits/inspections for all work, including CITY OF MINNEAPOLIS and Mille Lacs Band of Ojibwe (MLBO) Permits.
The Mille Lacs Band of Ojibwe Building Official is Mr. Toby Egan at 320-630-2491.
Bonding Requirements: In accordance with 2016 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 $100,000.00.
- Issued To
- Qualified General Contractors
- Publish Date
- August 5th, 2024
- Bid Date
- August 21st, 2024
- Required File(s)
- RFP and Bid Form