SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Similar documents
SEMINOLE TRIBE OF FLORIDA REQUEST FOR PROPOSALS

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Storm Water Mitigation Services ITB SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA REQUEST FOR PROPOSALS

SEMINOLE TRIBE OF FLORIDA REQUEST FOR PROPOSAL

Proposal Submittal Deadline: March 1, 2017

SEMINOLE TRIBE OF FLORIDA REQUEST FOR PROPOSALS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

SAN DIEGO CONVENTION CENTER CORPORATION

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

REQUEST FOR PROPOSAL. Information Technology Support Services

Request for Proposal Supply & Install Generators at District Health Centers Project

State of Florida Department of Transportation

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

INSTRUCTIONS TO BIDDERS

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR BID PROPOSALS

REQUEST FOR PROPOSAL

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Servicing Carrier REQUEST FOR PROPOSAL ( RFP ) ISSUED.

REQUEST FOR QUOTATION

Valley Regional Fire Authority Invitation to Bid

INSTRUCTIONS TO BIDDERS

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Request for Bid/Proposal

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

INSTRUCTIONS TO BIDDERS ARTICLE IB

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

INVITATION TO TENDER TENDER FORM

INVITATION TO BID (ITB)

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR QUALIFICATIONS (RFQ)

Project Manual. For Glenloch Splash Pad And Pool Renovations

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

Convert Six East/West Tennis Courts to a North/South Orientation

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

INVITATION TO BID (ITB)

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Raytown Quality Schools

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

INSTRUCTIONS TO BIDDERS

SECTION NOTICE TO BIDDERS

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

Demolition of Water Ground Storage Tanks

Request for Risk Management and Insurance Broker Services

Botetourt County Public Schools

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

Request for Proposals for Agent of Record/Insurance Broker Services

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

West Ridge Park Ballfield Light Pole Structural Assessment

The City of Henderson

CITY OF GAINESVILLE INVITATION TO BID

Glenwood/Bell Street Well Pump and Piping Construction

DEKALB COUNT PUBLIC LIBRARY Darro C. Willey-Administrative Center, 3560 Kensington Road, Decatur, GA 30032

AGENDA. PRE-BID / SITE VISIT MEETING May 19, 2017 (10:00 AM)

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

REQUEST FOR PROPOSAL Lake Ripley Management District (LRMD)

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

7/14/16. Hendry County Purchase Order Terms and Conditions

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Transcription:

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 57-2018 Title: Description: Term/Duration: Solicitation Release Date: May 22, 2018 Big Cypress Demolition Project The Construction Management Department of the Seminole Tribe of Florida is requesting bids from qualified firms to provide demolition and other services as outlined in this solicitation. Lump sum contract to be completed within 60 calendar days from issuance of a Notice to Proceed (NTP). Pre-Bid Conference: May 31, 2018 @ 11:00AM EST (MANDATORY) Big Cypress Indian Reservation 34725 West Boundary Road (Job Site) Clewiston, Florida 33440 Deadline for Questions*: June 8, 2018 Bid Due Date: Contact Person*: June 15, 2018 @ 4:00PM EST Chevannese Ricketts Seminole Tribe of Florida Purchasing Department 6300 Stirling Road Hollywood, FL 33024 ChevanneseRicketts@semtribe.com Submission Requirements: Electronically via Email (preferred); or 1 Original + 3 Copies + 1 Electronic Copy on a USB drive to the Contact Person above. *ALL QUESTIONS/INQUIRIES MUST BE DIRECTED IN WRITING TO THE CONTACT PERSON ABOVE, FAILURE TO DO SO WILL BE CAUSE FOR DISQUALIFICATION OF AN AWARD UNDER THIS ITB.

SECTION I BACKGROUND / GENERAL INFORMATION 1. BACKGROUND The Seminole Tribe of Florida (Tribe) is a federally recognized Indian Tribe organized pursuant to Section 16 of the Indian Reorganization Act of 1934, as amended, 25 U.S.C. 476. There are five (5) Seminole Indian Reservations in the State of Florida: Big Cypress, Brighton, Hollywood, Immokalee, and Tampa, as well as tribal trust land in Fort Pierce. Tribal Headquarters are located on the Hollywood Reservation in an urban environment in the Greater Fort Lauderdale/Hollywood, Florida area. Satellite offices are located on each of the other reservations or trust land. The Tribe also maintains off-reservation offices in Naples, Fort Pierce, Hollywood and Miami. The Tribe provides various governmental services to its members and residents of its reservations similar to those services provided at the municipal or county level. Examples of such services include, but are not limited to, public works, recreation and elder services programs, police, fire and EMS services. The Tribe also maintains health and dental clinics, an education program, preschools and schools, a museum, two rodeo arenas, etc. In addition to governmental services, the Tribe and Tribe, Inc. also are engaged in various business activities including real estate, agriculture, tourism, manufacturing, gas station/convenience stores and sales. 2. PURPOSE See SECTION II - SCOPE OF WORK/SERVICES 3. INSURANCE See EXHIBIT I INSURANCE REQUIREMENTS FOR CONSTRUCTION, MAINTENANCE AND REPAIR 4. NATIVE AMERICAN AND TRIBAL MEMBER PREFERENCE The Tribe encourages its Members and other Native Americans who own their own business, or who are majority owners of a business, to bid on goods and services through the competitive bidding process. As such, the Tribe extends Native American Indian and Tribal Member preference to qualified individuals or business entities. The Tribe will give preference to qualified business entities certified by the Seminole Tribe of Florida. Qualified shall mean, notwithstanding the above, that a tribal member, spouse, child, or business entity who can provide goods or services at competitive prices, has demonstrated skills and abilities to perform the task to be undertaken in an acceptable manner, and can meet the application, bonding and licensing requirements. Preference will only be given to those business entities where a Tribal Member is actively involved in the business and controls 51% or more of the organization. 5. VENDOR APPLICATION AND REGISTRATION PROGRAM Because the Seminole Tribe of Florida is engaged in Indian tribal gaming in accordance with the Indian Gaming Regulatory Act and the regulations promulgated by the National Indian Gaming Commission, the Tribe cannot engage in significant transactions with individuals or business entities whom, because of past or continuing activities, associations

or reputation, might bring discredit to the Tribe and its gaming operations. Thus, the Tribe has adopted a program whereby it reviews significant transactions and the persons or entities involved with those transactions to assure compliance with all applicable laws and regulations relating to gaming. The selected vendor(s) will be required to submit a completed and fully executed Vendor Application and Registration Form to the Tribe s Purchasing Department, if not already an approved vendor. Upon successful completion of an investigation into the past and current activities, associations, and reputation of the applicant, the Tribe will assign a vendor number and the vendor will be added to its Master Vendor file. The Tribe may not enter into any business transactions with any vendor whose name does not appear on its Master Vendor file. 6. SELECTION OF VENDOR(S) The Tribe will conduct a comprehensive, fair and impartial evaluation of all documents received in response to this solicitation. The Tribe may select some or none of the respondents for interviews. The Tribe shall select the most responsive, responsible and qualified vendor based on evaluation of vendor responses to this solicitation as deemed relevant to the Tribe. Pricing will not be the sole criterion for selection. The Tribe may select a vendor on the basis of qualifications, with or without further discussions, interviews or visits. Therefore, qualifications should contain the respondent s best terms from a technical, operations and monetary standpoint. This solicitation and selection process shall in no way be deemed to create a binding contract, agreement or offer of any kind between the Seminole Tribe of Florida and any entity. If the Tribe selects a vendor to provide the services described in this solicitation, any legal rights and obligations between the successful vendor, if any, and the Tribe will come into existence only when an agreement is fully executed by the parties, and the legal rights and obligations of each party shall at that time be only those rights and obligations which are set forth in the agreement and any other documents specifically referred to in that agreement and executed by the parties. 7. ADDITIONAL ITEMS AND SERVICES The Tribe may require additional items or services of similar nature, but not specifically listed in this solicitation. The selected vendor(s) agrees to provide such items or services, and shall provide the Tribe prices on such additional items or services based upon a formula or method that is the same or similar to that used in establishing the fees as a result of this solicitation. If the fees offered are not acceptable to the Tribe, and the situation cannot be resolved to the satisfaction of the Tribe, the Tribe reserves the right to procure those items or services from others. 8. FRAUD AND MISREPRESENTATION Any individual, corporation or other entity that attempts to fulfill the requirements of this solicitation through fraud, misrepresentation or material misstatement may be deemed nonresponsible and such individual, corporation or other entity s qualification may be null and void.

9. CONFIDENTIALITY / NON-DISCLOSURE Vendor(s) shall treat any information contained in this solicitation (or accumulated through other written or oral communication with the Tribe) as confidential information. Any information provided by the Tribe to vendor(s) in this solicitation is to be used solely to permit vendor(s) to reply to the solicitation and vendor(s) shall make no other use of the information, inclusive of sharing the information with corporate affiliates and subsidiaries without the prior written consent of the Tribe. Vendor(s) shall hold the information contained in this solicitation in strict confidence and the information obtained will not be disclosed to any third party, vendor affiliate or subsidiary, without the Tribe s prior written consent. 10. NON-EXCLUSIVITY It is expressly understood that vendor selection does not grant the vendor an exclusive privilege to provide the Tribe any or all of the goods and/or services that are the subject of this solicitation. The Tribe reserves the right as deemed in its best interest to perform, or cause to be performed, the provision of the goods and/or services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award to multiple vendors, and contract with other vendor(s) for the provision of goods and/or services similar or identical to those that are the subject of this solicitation. 11. DISCLOSURE Vendors responding to this solicitation must disclose in detail any current or past relationships with the Seminole Tribe of Florida, Seminole Gaming, and/or Seminole Tribe of Florida, Inc. and their employees. 12. ADDENDA / REVISIONS TO SOLICITATION If it becomes necessary to revise or clarify any part of this solicitation, the Tribe may modify this solicitation by issuance of written addenda to all parties who received the original solicitation. The date for submission of responses may be extended, if, in the sole judgment of the Tribe, it is warranted. All addenda will clearly be marked as such and shall become part of the solicitation documents.

SECTION II SCOPE OF WORK/SERVICES OVERVIEW The Seminole Tribe of Florida ( Tribe or Owner ) is requesting bids from general contractors to carry out demolition of existing maintenance building, shed, office trailer, chain link fencing, wood ramp and other services at 34725 West Boundary Road, Clewiston, Florida 33440 located on the Big Cypress Reservation. The services are as outlined in the Schedule of Values attached to this solicitation and will generally include, but not be limited to the following: Remove and dispose of one (1) 12 x 22 Shed (#1) Remove and dispose of a 25 x 56 Maintenance Building Remove and dispose of a 12 x 44 Office Trailer and attached wood ramp (approx. 75lf) Remove and dispose of a 22 x 30 x 6 Concrete Slab Remove and dispose of a 30 x 60 x 6 Concrete Slab Remove and dispose of a 14 x 25 x 6 Concrete Slab Remove and dispose of block wall and footings around Fuel Tank Area (9 x 15 spill enclosure). Fuel Tanks to be removed by Owner. Remove Electrical Service at two (2) locations. Owner will assist with coordination with Glades Utility for power disconnect Remove and dispose of approx.450lf of chain link fence and approx. 80lf of privacy style wood fence with posts Install 6 Chain Link in three (3) locations approx.35lf and one 6 gate Install approx. 54lf of wood fence to match existing Import, spread and roll top soil to cover entire area to depth of 12 Drawings as well as relevant Forms and Exhibits are enclosed with this package. ADDITIONAL INFORMATION i. Contractors are responsible for inspecting the site as well as for reading and understanding the contract documents. Failure or omission of any Contractor to honor the responsibilities shall in no way relieve the Contractor from any obligation in respect to the job. ii. iii. iv. Contractors must verify all field dimensions prior to submitting a bid No substitutions will be considered with the exception of materials found to be discontinued or unavailable, or where approved by the Owner, where such proposed substitution materials were identified and approved prior to bid. Builder s Risk Insurance shall be provided by the selected Contractor and shall further include Contractor responsibility for all deductibles. v. The Form of Agreement between the Owner and Contractor shall be as contained in the STOF standard AGREEMENT BETWEEN SEMINOLE TRIBE OF FLORIDA, A FEDERALLY RECOGNIZED INDIAN TRIBE UNDER 25 U.S.C 476 (OWNER) AND CONTRACTOR (FOR

COMMERCIAL PROJECTS), inclusive of all insurance and licensure requirements contained, therein. vi. A conditional or unqualified offer will not be accepted. Award will be made to the most responsive and responsible contractor. QUALIFICATIONS a. Bids shall be considered only from firms normally engaged in performing the type of work specified within this solicitation. Contractor must have adequate organizational resources, facilities, equipment, and personnel to ensure prompt and efficient service to the Tribe. b. At a minimum, qualifying bids shall demonstrate that the Contractor possesses the qualifications necessary to construct a high quality and functional project. To ensure the Contractor is capable of providing an acceptable level of service to the Tribe, the following minimum qualifications must be met: Hold a current certified license as a General Contractor or Building Contractor from the State of Florida or Hendry County and must have a minimum of five (5) years experience in the construction of similar projects. Note: Subcontractors must hold a current license in the work they are contracted to perform. A copy of their license will be required at the time of contract award. Provide three (3) references for three (3) completed individual projects of similar size, scope, and complexity which were completed within the past five (5) years. The names and qualifications of the Contractor s Site Representatives. Contractor must maintain a full time, qualified Project Superintendent, Project Manager, or Principle of the firm on-site at all times when work is being performed. Proof your company is capable of obtaining adequate insurance consistent with the requirements listed in this solicitation including Builder s Risk Insurance. WORK INSPECTIONS The CONTRACTOR shall make reasonable provision for the Construction Management Department or its representative(s) to observe work in progress. WORK PLAN AND SCHEDULE Develop a detailed work plan and schedule of activities showing conformance to the work requirements and time constraints imposed by the Contract; and obtain Construction Management Department s approval of said work plan prior to commencing work.

The following schedules shall be submitted: SAFETY A. Detailed Schedule from the CONTRACTOR (provided at contract start up). The work shall be conducted in accordance with U.S. OSHA and Florida State OSHA requirements, which ever safety procedures are more stringent. As such, the Contractor shall be responsible for all safety requirements for its personnel, subcontractors, STOF, STOF representatives, and the general public that may be within the work zone. PERMITS AND RIGHTS OF ENTRY 1. The CONTRACTOR is responsible for informing the Construction Management Department of any proposed construction activities within public rights of way. Work on FDOT rights of way may require a Special Use permit or similar authorization, which will prescribe necessary conditions and controls. 2. If work must be performed on private property, The CONTRACTOR shall obtain permission from the Construction Management Department to enter the premises. MEETINGS 1. Pre-Construction Conference CONTRACTOR shall attend pre-construction conference with the OWNER to review the project communication, coordination and other procedures and discuss the Contractor s general work plan and requirements for the project. 2. Other Meetings Other meetings will be held as required to coordinate and facilitate the work. Anyone requesting a meeting related to the project should do so through the Project Manager. MISCELLANEOUS 1. Contractor s anticipated work hours: STOF allows 8:00 AM to 5:00 PM, Monday thru Friday, no work allowed on Saturday, Sunday, or Tribe Holidays. 2. Additional Event schedules will be provided as the Construction Management Department becomes aware of them. GENERAL TERMS AND CONDITIONS 1. Damage to any utilities shall be promptly repaired at the contractor s expense. At the sole discretion of the STOF, such repairs shall be performed by the contractor s forces or by another contractor retained by the STOF. Any delays ensuing from this damage will be considered inexcusable. 2. Governing standards and specifications include: a. American Public Works Association (APWA) standards shall be used for marking.

b. In event of conflict between the provisions of the above mentioned documents, the Local Government Specifications shall govern. 3. All work will be completed over a period not to exceed 60 calendar days, beginning when the Tribe issues a Notice-to-Proceed. 4. Contractor is to achieve substantial completion of the work within 50 calendar days from date of commencement and Final completion within 10 calendar days thereafter. (60 day duration) 5. Prior to any excavation, locations of public utilities shall be secured through Sunshine State One Call of Florida and Construction Management Department. COSTS Costs stated in responses to this solicitation shall remain fixed and firm for all services to be performed. Contractors are responsible for addressing all inquiries with the Contact Person listed in this solicitation to obtain clarification on concerns and issues that may affect costs and their ability to complete the solicited task(s). Any price adjustments after bid submission must be requested in writing and approved by the Tribe. *A Tribal Member s proposal/bid will be considered the lowest proposal/bid in regards to proposed cost(s) to provide services if their quote is up to 3% (not to exceed $100,000) higher than the lowest non-tribal Member proposal/bid BEST INTEREST OF THE TRIBE AND BEST VALUE DETERMINATION The Tribe reserves the right to decide whether a bid is, or is not, acceptable in terms of meeting the requirements of the Tribe. The Tribe reserves the right to accept or reject bids received, and may negotiate with Contractors regarding the terms of their bid, or parts thereof. PRE-BID CONFERENCE A mandatory pre-bid conference has been scheduled for interested firms to attend before the due date for this solicitation. Contractors may ask questions, however, all questions must be submitted to the Contact Person in writing by the due date to receive a formal written response. The date, time and location of the pre-bid conference are as follows: May 31, 2018 @ 11:00AM EST Big Cypress Indian Reservation 34725 West Boundary Rd. (Job Site) Clewiston, FL 33440 ANTICIPATED TIMELINE Solicitation Release Date May 22, 2018 Pre-Bid Conference May 31, 2018 at 11:00 AM Deadline for Written Questions/Inquiries June 8, 2018 Bid Due Date June 15, 2018 at 4:00 PM

CONTACT PERSON Responses to this solicitation in addition to all questions, inquiries and communication must be in written form and routed through Chevannese Ricketts at ChevanneseRicketts@semtribe.com. ATTACHMENTS, EXHIBITS & FORMS As a part of the solicitation, all Contractors MUST complete the Exhibits and provide the documents indicated below: Exhibit A Exhibit D Exhibit E Exhibit F Exhibit I Exhibit I-1 Exhibit M Exhibit N Exhibit Q Attachment A Attachment B Schedule of Values Contractor Acknowledgement of Project Conditions Contractor s Bid Form Non-Collusion Affidavit of Prime Vendor Certificate of Insurance Workers Compensation Exemption Affidavit No Bond Contract Administrations Forms Sub-Contractor and Supplier List Florida Department of Business and Professional Regulation/License, Certification (s), and/ or Regulations(s) Sample Contract- Part I, II, III- Tribe & Contractor Aerial Photo of Maintenance Yard SECTION III SUBMISSION REQUIREMENTS 1. SUBMISSION REQUIREMENTS: Electronic submissions (preferred) in response to this solicitation must be emailed to the Contact Person by the due date listed in this document on a USB drive in Word, Excel, or PDF format. Hardcopy submissions must be submitted on 8 1/2 x 11 paper, neatly typed, with normal margins and spacing and delivered to the Contact Person by the due date in a sealed envelope or container clearly labeled on the outside with the vendor s name, address, telephone number, and email address. The following hard copies should be submitted: One (1) original with authorized original signatures and all attachments, exhibits and forms. Three (3) copies of the original.

Failure to submit ALL information may result in disqualification or lower ranking due to non-compliance. 2. EVALUATION OF PROPOSAL/BIDS Bids will be assessed for responsiveness, completeness and cost. Upon review of the bids by the Tribe, the lowest, most responsible and most responsive bid will be selected.