RFPs

Child Advocacy Center Renovation Construction – Mainstreet Wahkon,

Health and Human Services
REQUEST FOR PROPOSAL

OWNER: MILLE LACS BAND OF OJIBWE
43408 OODENA DRIVE
ONAMIA, MN 56359

DATE ISSUED: 12 June 2024

BID DATE: 26 July 2024

PROJECT: Child Advocacy Center Renovation Construction – Mainstreet Wahkon, MN

TO: Qualified General Contractors

THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN.

The Mille Lacs Band of Ojibwe, Health and Human Services will be accepting sealed lump sum bids for commercial remodel work and renovation of the Child Advocacy Center building, located in Wahkon, MN. Bids will be due Wednesday 26 June, 2024 at 3:00 PM. Bids received will be opened and qualified by the Mille Lacs Band of Ojibwe on Thursday 11 July 2024 at time at 10:30am.

A pre-bid site visit will be held on: Tuesday 18 June 2024 at 10:30 AM. The Child Advocacy Center building is located at 251 N Main St. Wahkon, MN.

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 Project design documents as prepared by Architectural Resources Inc.
  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 and 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. Contractor to carry Builder’s Risk insurance on project for duration of construction.
  9. 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.

HEALTH AND HUMAN SERVICES WILL, TO THE GREATEST EXTENT FEASIBLE, GIVE PREFERENCE IN THE AWARD OF CONTRACT TO INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRISES.

Work Scope:

Project Narrative: The Child Advocacy program is being developed alongside the renovation of the building. Work will include a 6,480 square foot building renovation on the First Floor or Ground Floor only. Work in the existing space will include selective demolition and layout changes to the building floor plan. Work will include interior and exterior finishes, including siding, flooring, acoustical ceilings, painting, casework, HVAC, plumbing, electrical, and minimal site work will be included.

  1. Refer to Busch Architects, Inc. Project 21-08. Project Manual including specifications and design drawings will be provided to bidding contractors. General Contractor to perform all construction activities as defined in the plans and specifications as identified by Busch Architects, Inc. for the Child Advocacy Center renovation project.
  2. Bids must be honored for 90 calendar days.
  3. Anticipated project schedule is Mid-Summer – Late Summer 2024 to Winter 2024 for construction.
  4. Contractor shall include 0.5% TERO tax fee in base bid. Contractor shall utilize FEDERAL Davis Bacon wage rates for construction of this project. Wage determination rates for Aitkin County will be provided in the first pre-bid addendum.
  5. Refer to the project Bid Form for the listing of Bid Alternates.
  6. Project is sales tax exempt. The awarded contractor will be provided with the tax exemption form.
  7. Contractor to include an Owner contingency allowance in the base bid of $100,000.00. This allowance will be utilized by the Owner for changes to the project work scope. Contractor is limited to 10% markup on changes. Unused allowance will be credited back to the Owner at the end of the project.
  8. Project Retainage is 10%.

Specified Product Substitutions: All proposed product substitutions shall be submitted in accordance with the project specifications. Any approved substitutions, will be made available to all bidders via Pre-Bid Addendum.

Contacts:
Interested bidders shall contact Curt Kalk Jr – HHS Facilities Director at 320.362.1657 or at kurt.kalkjr@hhs.millelacsband-nsn.gov 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 Owner at the time of contract signature by the Contractor.
  3. Contractor shall provide means and methods for all building phases of construction.

Bidding notes:

  1. Submit signed proposal in lump sum (supply and install), not to exceed amount
  2. All Contractors (including subcontractors) must comply with Commercial Davis Bacon wage requirements (Mille Lacs County).
  3. 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. Bid Bond (5%)
    e. A copy of Subcontractor/Material Supplier list
    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 Lori Trail at (320) 532-4778.

All proposals MUST be mailed and labeled as follows:

Mille Lacs Band of Ojibwe
Commissioner of Health and Human Services
Sealed bid: Child Advocacy Center Renovation - Construction
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.

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 WILL BE REJECTED.

HEALTH AND HUMAN SERVICES/HHS FACILITIES RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS FOR ANY REASON.

PERMIT AND CONTRACTOR REQUIREMENTS:
Permits: Contractors are responsible to attain all necessary permits for all work, including Mille Lacs Band of Ojibwe (MLBO) Permits. MLBO permit fee $50.

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 Elizabeth Thornbloom at (320)532-8274 or by email at EThornbloom@grcasinos.com with questions regarding licensing and for the license application.

Bonding Requirements:

Performance and Payment Bond: A performance and payment bond on the part of the contractor for 100 percent of the contract price shall be required. “Performance and Payment Bond” means a bond executed in connection with a contract to secure fulfillment of all the contractor’s obligations under such contract.

Bid Bond: Provide a bid guarantee equivalent to 5 percent of the bid price. The bid guarantee must consist of a firm commitment such as bid bond, certified check, or negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his/her bid, execute such contractual documents as may be required within the time specified after the forms are presented to him/her.

SECTION II – BIDDING FORMS
Bidding Requirements and Contract Forms
COMMUNITY DEVELOPMENT
PROJECT MANAGEMENT

FY 2022 CONSTRUCTION BID FORM
REQUIRED FOR ALL BIDS

FIRM NAME: ____

JOB/PROJECT: DII Head Start / Child Care Expansion

BASE BID – (Labor and materials):

___$____
(Written Value) (Dollar Amount)
ALTERNATE #1

___$____
(Written Value) (Dollar Amount)

ALTERNATE #2

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 BID BOND (REQUIRED)
o COPY OF MINNESOTA CONTRACTORS LICENSE (if required)
o SUB-CONTRACTOR/SUPPLIER LIST (Include values)

NAME: ____TITLE:____

SIGNATURE: ___DATE:____

FIRM NAME: ____TELEPHONE:_____

ADDRESS: ____

EMAIL ADDRESS: _____