Customer Support: 866-526-9266
        

Tue. Apr 23, 2024
10:12 PM UTC
     
 

Marketplace Login
Please place this page in your favorites area as this
is the login page to access the software.

If you are prompted by your computer to save your
password, for security reasons choose "No."

 
E-mail  
 
Password  
 
Forgot Password?
Not registered? Sign-up Now as a Vendor
 
 
 



 
 Contact  Customer Support: 866-526-9266 © Copyright 2024, International eProcurement   
Housing Agency Marketplace - Housing Agency Marketplace
 
Customer Support: 866-526-9266
        

Tue. Apr 23, 2024
10:12 PM UTC
     
 

Request for Proposals (RFP)
[Within the following, applicable reference within HUD Procurement Handbook No. 7460.8 REV 2]

You may print this Solicitation.

RFP Information
Solicitation #: P17009
Date Posted on the System: 06/14/2017 04:57 PM
Agency: Minneapolis Public Housing Authority
Main Service Category: Construction Management Services
Sub Service Description: General Contractor/Consultant for the Minnehaha Townhomes
 
Buyer Information
Buyer Name: Ayla LeRoy
Buyer Phone Number: 612-342-1478
Buyer Fax Number:
Buyer E-mail: aleroy@mplspha.org
 
Pre-proposal Conference(s)
Pre-proposal Conference: Will a Pre-proposal Conference be conducted in conjunction with this Solicitation  [Section 7.2.G, which references Section 6.7]?

Yes
Pre-proposal Conference Date: 06/21/2017
Pre-proposal Conference Time: 11:00 AM
Pre-proposal Conference Location:
(Address and/or Videoconference Link)
1001 Washington Avenue North, Suite 301, Minneapolis, MN 55401
 
Deadlines
Q/A Cutoff Date: 06/26/2017
Q/A Cutoff Time: 08:00 PM UTC
Proposal Due Date: 07/12/2017
Proposal Due Time: 03:00 PM UTC
To change your Time Zone, click on "Company Profile" in the navigation menu to the left.
Deadline Revision: Deadline has been revised, click here to view the revision history.
Cancellation: Submital Deadline has passed. Please use award features to do an award/non-award notice or an online evaluation.
Approximate Delivery Date / Start Date: 10/01/2017
Economic Price Adjustment: Do you wish to include an Economic Price Adjustment Option as a part of Solicitation  [Section 10.1.C.1.b]?
No
 
Contract (Award) Types:
  Firm Fixed-price Contract [Section 10.1.C.1]
 
"Ship To" Information
A. Delivery of Purchased Items or Services
Name: Ayla LeRoy
Location: Procurement Department
Address: 1001 Washington Avenue North
Suite 204
City: Minneapolis
State: MN
Zip Code: 55401
Phone Number: 612-342-1478
Fax Number:
E-mail: aleroy@mplspha.org
 
B. Delivery of "Hard Copy" Proposal Submittal
Name: Ayla LeRoy
Location: Procurement Department
Address: 1001 Washington Avenue North
Suite 204
City: Minneapolis
State: MN
Zip Code: 55401
Phone Number: 612-342-1478
Fax Number:
E-mail: aleroy@mplspha.org
 
Proposal Format
Six (6) copies of the proposal submittal (1 original signature + 5 exact copies, including extending tabs), submitted in a sealed package, properly addressed and tabbed.

The Agency intends to retain the successful proposer pursuant to a "Best Value" basis, not a "Low Bid" basis. Therefore, so that the Agency can properly evaluate the offers received, all proposals submitted in response to this RFP must be formatted in accordance with the sequence noted below. Each category must be separated by index dividers numbered (which number extends so that each tab can be located without opening the proposal). None of the proposed services may conflict with any requirement the Agency has published herein or will issue by addendum.
Tab 1: Form of Proposal (Attachment A)
This form must be fully completed, signed, and submitted under this tab as a part of the proposal submittal.
Tab 2: HUD 5369-A (11/92), Certifications and Representations of Offerors, Public and Indian Housing Programs (Attachments B)
This form must be fully completed, signed, and submitted under this tab as a part of the proposal submittal.
Tab 3: Profile of Firm Form (Attachment C)
This form must be fully completed, signed, and submitted under this tab as a part of the proposal submittal.
Tab 4: Proposed Services
The proposer shall place under this tab documentation further explaining the proposer’s services and showing how the proposer intends to fulfill the requirements of Section 2.0, including but not limited to:

(3.1.4.1) Letter of Interest/Transmittal Letter signed by an officer of the firm or corporation authorized to tender such responses and to execute contracts.

(3.1.4.2) Qualifications and Capacity of the Proposed GC/C Team, including:
• Background on the firm, its principals, general qualifications and experience;
• State of Minnesota Contractors Board License Number;
• Description of any litigation the firm has been involved in over the last five (5) years;
• Bonding capacity, name, address and phone number of the bonding company;
• Demonstrated ability to perform the work during the specified timeframe given other current or anticipated obligations;
• The firm’s safety record, State Industrial Insurance Experience Factor and substance-abuse programs; and
• Description of the firm’s managerial and financial capacity to deliver the proposed services.

(3.1.4.3) Evidence of Related Experience including:
• Experience in construction of new residential townhomes and new construction of similar size and scope, including timely performance within cost;
• Experience in construction management and pre-construction services of similar size and scope; and
• Description of the project team, identifying the roles, responsibilities and authority of key members and noting whether they will be on- or off-site.

(3.1.4.4) Regulatory Knowledge and Experience.
• Description of the firm’s development approach in working with the MPHA and the Project Team on planning issues and coordination of construction activities;
• Description of the firm’s approach regarding cost control including cost estimating; bidding; and monitoring the costs of the Project. Describe the estimating format and accuracy of the recent estimates;
• Description of methods for encouraging participation of W/MBE businesses as subcontractors and suppliers as well as methods for maximizing employment of Section 3 residents;
• Provide a summary of expected problems and solutions including comments on the MACCs provided in Table No. 6; and
• Knowledge of applicable Minnesota Housing Finance Agency and City of Minneapolis funding requirements.

(3.1.4.5) Project Approach.
• Describe the proposer’s development approach in working with the MPHA and the Project Team on planning issues and coordination of construction activities;
• Describe the proposer’s approach to cost control including cost estimating, bidding and monitoring the costs of the Project. Describe estimating format and accuracy of recent estimates;
• Describe methods for encouraging participation of WMBE businesses as subcontractors and suppliers as well as methods for maximizing employment of Section 3 businesses and residents; and
• Provide a summary of expected problems and solutions including comments on the MACCs.
Tab 5: Client Information
Proposers shall submit a listing of former or current clients, including Public Housing Agencies, for whom the proposer has performed similar or like services to those proposed herein. The listing shall include:
• The client’s name;
• The client’s contact name;
• The client’s telephone number and e-mail address;
• The dates the services were/are provided; and
• A brief narrative description and scope of the service(s).
Tab 6: Equal Employment Opportunity/Supplier Diversity
Proposers shall submit under this tab a copy of their Equal Employment Opportunity Policy and a complete description of the positive steps they will take to ensure compliance with the regulations detailed in Section 3.6 pertaining to supplier diversity (e.g. small, minority, and women-owned businesses).
Tab 7: Subcontractor/Joint Venture Information (Optional)
Proposers shall identify under this tab whether he/she intends to use any subcontractors for this job, if awarded, and/or if the proposal is a joint venture with another firm. All information required from the proposer under the proceeding tabs must also be included for any major subcontractors (10% or more) or from any joint venture.
Tab 8: Section 3 Business Preference Documentation (Optional)
For any proposer claiming a Section 3 Business Preference, he/she shall include under this tab the fully completed and signed Section 3 Submittal Form attached as Attachment D and any documentation required by that form.
Tab 9: Other Information (Optional)
Proposers may include under this tab any other general information that the proposer believes is appropriate to assist the MPHA in its evaluation.
Proposal Evaluation Factors
The following Factors will be utilized by the Agency to evaluate each proposal submitted.
No. 1: Proposed Cost
Maximum Point Value = 25
The PROPOSED FEES for services submitted by the proposer.
No. 2: Qualifications and Capacity of the Proposed GC/C Team
Maximum Point Value = 20
The QUALIFICATIONS AND CAPACITY OF THE PROPOSED GC/C TEAM based upon the opinion of the evaluators after review of the documentation/information the proposer submits in response to the requirements detailed in Section 3.1.4.2.
No. 3: Evidence of Related Experience
Maximum Point Value = 20
EVIDENCE OF RELATED EXPERIENCE based upon the opinion of the evaluators after review of the documentation/information the proposer submits in response to the requirements detailed in Section 3.1.4.3.
No. 4: Knowledge of Applicable Minnesota Housing Finance Agency and City of Minneapolis Funding Requirements
Maximum Point Value = 10
KNOWLEDGE OF APPLICABLE MINNESOTA HOUSING FINANCE AGENCY AND CITY OF MINNEAPOLIS FUNDING REQUIREMENTS based upon the opinion of the evaluators after review of the documentation/information the proposer submits in response to the requirements detailed in Section 3.1.4.4.
No. 5: Project Approach
Maximum Point Value = 25
PROJECT APPROACH based upon the opinion of the evaluators after review of the documentation/information the proposer submits in response to the requirements detailed in Section 3.1.4.5.
No. 6: Section 3 Business Preference
Maximum Point Value = 15
Section 3 Business Preference.
Total Maximum Points = 115  
Advertisement
Did the Agency place an advertisement in any publication pertaining to this RFP?  Yes
Publication: Finance & Commerce Advertising Dates: June 23, 2017
Publication: Finance & Commerce Advertising Dates: June 16, 2017
 
Terms, Conditions and Instructions
Each firm that submits a proposal is responsible to carefully review and comply with the following and/or the attached Terms, Conditions and Instructions, and by submitting a proposal agrees to do so.

If you have any questions regarding this proposal or any of the documents attached, you may use the "Questions and Answers" area. This will save both you and the Agency time in communication along with allowing documentation of all inquiries and responses within one area for all vendors to view.
RFP Documents  
Attached Documents:
  Filename Size
1.0 - RFP Document (Minnehaha Townhomes).pdf 1.0 - RFP Document (Minnehaha Townhomes).pdf 777.49 KB
2.0 - Attachment A (Form Of Proposal).doc 2.0 - Attachment A (Form Of Proposal).doc 51 KB
3.0 - Attachment B (HUD Form 5369-A).pdf 3.0 - Attachment B (HUD Form 5369-A).pdf 18.63 KB
4.0 - Attachment C (Profile Of Firm Form).doc 4.0 - Attachment C (Profile Of Firm Form).doc 54 KB
5.0 - Attachment D (Section 3 Submittal Form).doc 5.0 - Attachment D (Section 3 Submittal Form).doc 57 KB
5.1 - Attachment D-1 (Section 3 Explanation).doc 5.1 - Attachment D-1 (Section 3 Explanation).doc 75.5 KB
6.0 - Attachment E (HUD Form 5369).pdf 6.0 - Attachment E (HUD Form 5369).pdf 47.17 KB
7.0 - Attachment F (AIA Standard Form of Agreement Between Owner and Contractor).pdf 7.0 - Attachment F (AIA Standard Form of Agreement Between Owner and Contractor).pdf 9.75 MB
7.1 - Attachment F-1 (AIA General Conditions of the Contract for Construction).pdf 7.1 - Attachment F-1 (AIA General Conditions of the Contract for Construction).pdf 18.74 MB
7.2 - Attachment F-2 (HUD Form 5370).pdf 7.2 - Attachment F-2 (HUD Form 5370).pdf 267.22 KB
7.3 - Attachment F-3 (HUD Form 50071).pdf 7.3 - Attachment F-3 (HUD Form 50071).pdf 28.96 KB
7.4 - Attachment F-4 (HUD Form 51000).docx 7.4 - Attachment F-4 (HUD Form 51000).docx 267.09 KB
7.5 - Attachment F-5 (HUD Form 51001).docx 7.5 - Attachment F-5 (HUD Form 51001).docx 183.61 KB
7.6 - Attachment F-6 (Section 3 Plan).doc 7.6 - Attachment F-6 (Section 3 Plan).doc 115 KB
7.7 - Attachment F-7 (Data Privacy Statement).docx 7.7 - Attachment F-7 (Data Privacy Statement).docx 18.47 KB
7.8 - Attachment F-8 (Responsible Construction Contractor Verification Form).doc 7.8 - Attachment F-8 (Responsible Construction Contractor Verification Form).doc 44 KB
7.9 - Attachment F-9 (Davis Bacon Wage Determination).pdf 7.9 - Attachment F-9 (Davis Bacon Wage Determination).pdf 66.63 KB
8.0 - Attachment G (90% Construction Drawings).pdf 8.0 - Attachment G (90% Construction Drawings).pdf 40.44 MB
9.0 - Attachment H (Loeffler Cost Estimate).pdf 9.0 - Attachment H (Loeffler Cost Estimate).pdf 1.01 MB
10.0 - Attachment I (SUBP Special Provisions).pdf 10.0 - Attachment I (SUBP Special Provisions).pdf 278.62 KB
10.1 - Attachment I-1 (Signed SUBP Goals Request).pdf 10.1 - Attachment I-1 (Signed SUBP Goals Request).pdf 413.79 KB
10.2 - Attachment I-2 (SUBP Vendor List).pdf 10.2 - Attachment I-2 (SUBP Vendor List).pdf 266.03 KB
10.3 - Attachment I-3 (Notice of Civil Rights Rules and Regulations).pdf 10.3 - Attachment I-3 (Notice of Civil Rights Rules and Regulations).pdf 207.6 KB
10.4 - Attachment I-4 (Good Faith Efforts Checklist).pdf 10.4 - Attachment I-4 (Good Faith Efforts Checklist).pdf 398.87 KB
10.5 - Attachment I-5 (Pre-Construction Book).xlsx 10.5 - Attachment I-5 (Pre-Construction Book).xlsx 71.57 KB
10.6 - Attachment I-6 (Bidders and Solicitation List).xlsx 10.6 - Attachment I-6 (Bidders and Solicitation List).xlsx 114.15 KB
 
Addenda
Issued: 06/22/2017 - 01:57 PM UTC - Addendum #1
Issued: 06/27/2017 - 01:05 PM UTC - Addendum #2
 
Post-submittal Deadline Notices
Issued: 07/21/2017 - 04:20 PM UTC - Notice of Successful Offeror
 
Questions and Answers
View Unanswered Questions - 0 Unanswered Question(s)

View Answered Questions - 0 Answered Question(s)


Pricing Items for Solicitation #: P17009 - General Contractor/Consultant for the Minnehaha Townhomes
Pricing Item# Agency Stock Code Qty U/M
  Each 
Specification: Lump Sum Fee for Stage 1 - Pre-Development Consultation and Value Engineering
No Alternate Specification Allowed
Reason:
Not Applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  Each 
Specification: Lump Sum Fee for Stage 2 (Subcontract Bidding) Specified General Conditions
No Alternate Specification Allowed
Reason:
Not Applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  Each 
Specification: Lump Sum Fee for Stage 3 (Construction) Specified General Conditions
No Alternate Specification Allowed
Reason:
Not Applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  Each 
Specification: Lump Sum fee for Stage 3 (Construction) Reimbursable General Conditions
No Alternate Specification Allowed
Reason:
Not Applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  Each 
Specification: Lump Sum Fee for Stage 3 (Construction) GC/C Overhead Fee on MACC (not to exceed 2% of MACC)
No Alternate Specification Allowed
Reason:
Not Applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  Each 
Specification: Lump Sum Fee for Stage 3 (Construction) GC/C Profit Fee on MACC (not to exceed 4% of MACC)
No Alternate Specification Allowed
Reason:
Not Applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
  Each 
Specification: Lump Sum Fee for Stage 4 (Final Documentation) Specified General Conditions
No Alternate Specification Allowed
Reason:
Not Applicable
 
Vendor SKU: NOT APPLICABLE for this item.
No Bid: NOT ALLOWED for this item. You must bid this item.
No Charge: NOT ALLOWED for this item. You must enter pricing for this item.

 
 
End of Solicitation # P17009 04/23/2024 10:12:21 PM UTC


 
 Contact  Customer Support: 866-526-9266 © Copyright 2024, International eProcurement