REQUEST FOR PROPOSALS (RFP)
for
CONSTRUCTION SERVICES
at
Hollywood Theater:
Minimum Improvements and Add Alternates
2815 Johnson Street NE
Minneapolis, MN 55418
Section 1: Introduction
Out of the Past Redevelopment is seeking proposals from qualified contractors for construction services
for the Minimum Improvements and Add Alternates phase of work for the Hollywood Theater. This
project has been financed in part with funds provided by the State of Minnesota through the Minnesota
Historical Society from the Arts and Cultural Heritage Fund (“Legacy Grant”).
The Hollywood Theater is a locally and nationally designated historic building. Therefore, this project is
subject to review by the Minneapolis Heritage Preservation Commission (HPC). The project will also be
seeking certification for state and federal historic tax credits. Therefore, all work must meet the
Secretary of the Interior’s Standards for Rehabilitation and will be reviewed by the Minnesota State
Historic Preservation Officer (MN SHPO) as well as the National Park Service (NPS). Because the project
is receiving Legacy Grant funds, the project also must be carried out in accordance with the provisions of
the Minnesota Historical and Cultural Heritage Grants Manual (http://legacy.mnhs.org/grants/grants‐
manual) and will be reviewed by the Minnesota Historical Society.
The Contract Documents include construction drawings and a project manual, dated March 18, 2015.
Additional bidding and project instructions are provided below and in the Project Manual.
Copies of the Contract Documents may be requested from Preservation Design Works by contacting Casie
Radford, AIA, LEED AP at 612‐843‐4140 or radford@pvnworks.com.
A mandatory pre‐bid walk through will be held on May 14, 2015 at 1:30 p.m. See Invitation to Bid for pre‐qualifications required to bid.
1.1
Purpose of Request for Proposal
The purpose of this work is to rehabilitate the exterior and stabilize the interior of the existing theater.
The building is currently owned by the City of Minneapolis, but ownership will be transferred to Out of
the Past Redevelopment, LLC, prior to the start of construction. Because of the use of grant funds, a public
notice and procurement process must be followed for selection of any contractors providing goods or
1.2
Environmental Reports
Several previous building studies were executed to assess the theater’s condition and presence of
hazardous materials.
A 1999 Asbestos, Lead and Hazardous Material Survey Report (EnecoTech Midwest, Inc.) which
identifies the presence of hazardous materials in the building.
A 2003 Asbestos and Hazardous Materials Removal Project Summary Report (EnecoTech
Midwest, Inc.) which discusses asbestos removal locations.
A 2005 Asbestos Removal and General Cleaning Project Summary Report (Groundwater &
Environmental Services, Inc.) documents the completeness of the abatement and cleaning
activities performed by EnviroTech.
A 2012 Phase I Environmental Site Assessment (Braun Intertec) documents the site condition of
neighboring properties to the west of Johnson Street NE.
A 2013 Roof System Evaluation (Roof Spec, Inc.) documents the roof materials, conditions, and
makes recommendations for treatment.
All of the above reports will be electronically available via a shared link upon request. Send requests
directly to radford@pvnworks.com.
1.3
Delivery Instructions
Two (2) hard copies of the proposal must be delivered to: Preservation Design Works Attn: Casie Radford
575 9th Street SE, Suite 215 Minneapolis, MN 55414
In addition, an electronic copy in pdf format must be included on a flash drive, or emailed directly to radford@pvnworks.com.
Proposals must be in writing and received electronically no later than May 29, 2015 at 5:00 p.m. in order to receive consideration. Mailed proposals shall be postmarked no later than May 29, 2015. This
is a closed bid opening.
All questions and correspondence must be in writing and directed to: Casie Radford, radford@pvnworks.com.
Section 2: Scope of Services
The selected contractor will provide demolition and construction services as outlined in the project
documents (construction drawings and project manual). The Minimum Improvements and Add Alternates
(which includes Legacy‐funded work) includes: selective interior demolition, cleaning, masonry and
concrete repair at the Johnson Street facade, reconfiguration of the main entrance/exit doors in their
original openings, missing window replacement at the projection booth, reconstruction of the ticket
booth, chimney repair, canopy restoration, marquee and sign rehabilitation (including canopy roof
repairs), rehabilitation of the First Foyer, preservation of historic elements of the Second Foyer and
Auditorium, and stabilization of the basement as it relates to rain leaders and roof drainage. Additional
(Add Alternate) work at this phase may include exterior security lighting, additional masonry rehabilitation
at secondary facades, additional roof repairs, exit door replacement, additional terra cotta and stone
parapet repairs, and areaway infill below the sidewalk. All work must be carried out in accordance with
the Secretary of the Interior’s Standards for Rehabilitation. A contractor may bid on all or part of the work.
Refer to the Instructions to Bidders section of the Project Manual for additional information.
2.1
Qualifications
Responding contractors should have experience with projects that have utilized the Secretary of the
Interior’s Standards for the Treatment of Historic Properties.
2.2
Project Timeline
Work on the Project may begin once the Historic Preservation Certification Application Part 2 ‐Description
of Rehabilitation approval is received from the NPS, the Certificate of Appropriateness from the
Minneapolis HPC is received, and the building permit is secured by the Contractor. Anticipated
construction start is July 2015. The project must be completed within 12 months from start of
construction. The Contractor is responsible for providing the construction schedule per the Project
Section 3: Proposal
3.1
Proposal Content
This document constitutes a formal Request for Proposal (RFP) and is a competitive procurement process.
Therefore, the Respondent shall carefully follow the instructions. Respondents must include the required
information called for in this RFP. The Owner reserves the right to reject a proposal if required information
is not provided or received on time.
Proposal contents must include, in the order listed below:
1. Cover letter/Title Page – Include contact information of one person for any questions or
communications.
2. A signed and dated bid form with line item breakdown of base bid and alternate work items per
the Project Manual. Include signed and dated unit prices form per the Project Manual.
3. A statement of the cost for payment and performance bonds, if required by the City of
Minneapolis.
4. Describe any applicable assumptions and/or exclusions related to the project.
5. A project schedule showing expected completion date and any critical path timelines.
6. Experience – Provide a firm profile and history. Describe background and experience
demonstrating ability to provide required services, including experience over the past 10 years
with the rehabilitation of projects listed in the National Register of Historic Places, locally
designated landmarks and/or experience with certified historic tax credit projects.
7. Personnel Listing – Include the name of the superintendent or on‐site supervisor and a list
showing specific relevant applicable experience.
8. Client references (5 minimum) including contact name, telephone number, and address.
9. Proof of insurance.
10. An electronic copy of the entire proposal in a pdf format, via email or included on a flash drive.
Section 4: Agreement Terms
Refer to Division 00 and 01 of the Project Manual for more specific requirements regarding procurement,
contracting, and other general requirements, including, but not limited to, the following: unit prices,
alternates, contract modification, payment procedures, historic treatment procedures, and closeout.
4.1
MNHS Legacy Grant Requirements
Pursuant to Minnesota Statutes 177.41 to 177.44 and corresponding Minnesota Rules 5200.1000 to
5200.1120, this agreement is subject to the prevailing wages as established by the Minnesota Department
of Labor and Industry. Specifically, all Contractors and Subcontractors must pay all laborers and mechanics
the established prevailing wages for work performed under the contract. Failure to comply with the
aforementioned may result in civil or criminal penalties.
4.2
City of Minneapolis Requirements
The Contractor will comply with the small and underutilized business program requirements of Chapter
423, Minneapolis Code of Ordinances, and have obtained approval of affirmative action plans meeting the
requirements of section 139.50, Minneapolis Code of Ordinances for all Contractors and Subcontractors
working on the project with contracts in excess of $50,000.
The General Contractor will comply with the wage and hour standards issued by the United States
Secretary of Labor pursuant to the Davis‐Bacon Act, 40 U.S.C. Sections 276a to 276a‐5, as amended, and
the Contract Work Hours and Safety Standards Act, 40 U.S.C. Sections 327‐333, as well as pursuant to
Minnesota Statutes 177.41 to 177.44 and corresponding Minnesota Rules 5200.100 to 5200.1120. The
General Contractor will submit certified payroll for itself and its subcontractors into the Minneapolis
Department of Civil Rights (MDCR) on‐line database by the 10th of each month following any month in
which labor is performed.
It is the policy of the City of Minneapolis to provide equal opportunities to all contractors, and to redress
the discrimination in the City’s marketplace and in public contracting against minority‐owned (“MBE”) and
women‐owned ("WBE") business enterprises. The City of Minneapolis shall set contract goals for the
participation of firms certified as MBEs and/or WBEs by the Minnesota Unified Certification Program
(Mn/UCP). Mn/UCP certified MBE/WBE firms can be found at: http://mnucp.metc.state.mn.us. The City’s
marketplace includes the geographical area of the Minnesota counties of Anoka, Carver, Chisago, Dakota,
Hennepin, Isanti, Ramsey, Scott, Sherburne, Washington, and Wright. Only firms in these counties will be
counted towards meeting SUBP goals. Note: Contract goals to be set by the City will be issued as an addendum.
If the Contractor has not met the project MBE/WBE goals, Minneapolis Department of Civil Rights (MDCR)
will conduct a good faith efforts review to determine whether the contractor has made every reasonable
and necessary effort to solicit MBE’s/WBE’s.
The Contractor shall not substitute any subcontractor listed in the Pre‐Construction Booklet without the
prior written approval of MDCR. A substitution includes having someone or some entity other than the
of the substitution, including the reasons for the substitution; and MDCR issues a written approval of the
substitution.
The developer’s contractor’s compliance with the requirements of these SUBP Special Provisions is a
material condition of performance of the developer’s contract with the City, and therefore Contractor’s
failure to comply with these SUBP Special Provisions shall be deemed a breach of the Contractor’s contract
with the developer.
The General Contractor will be required to submit a Pre‐Construction Booklet per the City of Minneapolis
Code of Ordinance requirements, after award, but prior to construction. Within the booklet, the
Contractor shall list all subcontractors, suppliers and service providers with contract dollar totals and a
projection of total work hours, divided by race and sex.
4.3
Contract
A written contract, and any modifications or addenda thereto, executed in writing by both parties
constitutes the entire agreement of the parties to the contract. The successful Respondent will be
required to enter into this contract with the Owner. All previous communications between the parties,
whether oral or written, with reference to the subject matter of this contract are void or superseded.
End of Request for Proposals