REQUEST FOR BID (RFB) Number: FY2013/042

Similar documents
REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

Spokane Tribal 477 Youth Employment Date: May 5, 2016 Time: 4:00 PM TO BE COMPLETED BY VENDOR

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

Spokane Tribal Employment Rights Office PO Box 100 Wellpinit WA Clyde McCoy, Director (509) / Fax (509)

Spokane Tribe of Indians

Cherokee Nation

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

Cherokee Nation

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

MOBILE LAPTOP CHARGING CARTS BID: # BOE

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

MUNICIPAL COMPLEX PAINTING

Request for Proposal For Scrap Metal Removal

PAVING BID: # BOE

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

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

NETWORK UPGRADE BID: # BOE

Cherokee Nation

Cherokee Nation

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

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

DARLINGTON COUNTY PROCUREMENT. IFB: Darlington Library

REQUEST FOR PROPOSAL FOR AUDIT SERVICES FORT PECK TRIBES

Sheridan Hollow Village

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

OFFICIAL BID SHEET. DATE: May 3, 2018

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

Request for Proposals. For the Read Schoolhouse Preservation Work

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

STATEMENT OF BIDDER'S QUALIFICATIONS

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

DISADVANTAGED BUSINESS ENTERPRISE

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

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

JACQUELINE M. IZZO MAYOR

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

BLOOMFIELD PARKING AUTHORITY ESSEX COUNTY, NEW JERSEY. Invitation to Bid. Snow Removal & Plowing Services

Request for Proposals Parking Lot Services

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

INSTRUCTIONS TO BIDDERS

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

APPLICATION FOR AUBURN UNIVERSITY S REGISTERED CONTRACTOR'S LIST For Projects $50,000 and Greater

Request for Bids Materials & Labor for Construction of All Weather Road & Cul-de-sac Subcontract

AGENCY-WIDE LAWN MAINTENANCE

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

REQUEST FOR QUOTATION

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

REQUEST FOR BID PROPOSALS

Request for Proposal Body Repair and Painting Services for ISD Vehicles

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

PURCHASING DEPARTMENT

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

Valley Regional Fire Authority Invitation to Bid

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

KITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

INVITATION TO BID. Minimum Specifications For Chip/Scrub Seal Project for 2018 for Custer County Roads Custer County, Oklahoma

COUNTY OF PRINCE EDWARD, VIRGINIA

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

Company Name: Company Address: Company Phone: Fax: Owners Name: Contact Name: Type of License: Issuing Jurisdiction: Tax ID: DUNS #:

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2

INVITATION TO BID-Building Renovation 83 Woolsey Street, New Haven, CT 06513

Proposal No:

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

BID REQUIREMENTS INVITATION TO BID #C19-14

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INVITATION TO BID (ITB)

Cherokee Nation

Chapter C-15 Appendix - ODOT Certified Agency Local Bid and Award Checklist

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

City of Bowie Private Property Exterior Home Repair Services

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223

Request for Bids. Storage/Locker Room Renovation Project

Department of Transportation Mitchell Region Office

Transcription:

1 May 16, 2013 REQUEST FOR BID (RFB) Number: FY2013/042 OPEN: May 16, 2013 CLOSES: May 28, 2013 12:00 PM (noon) Description On behalf of the Spokane Tribe of Indians we hereby request Sealed, firm-fixed priced bids from responsible, responsive, reliable and qualified vendors for Floor Repair and Refinish of the Alex Sherwood Community Center Gym Floor. The awarded vendor will be required to complete the repair and finish on, or prior to June 30, 2013. Please refer to the specifications below and provide your bid by the requested date. Bidders are strongly encouraged to carefully read the entire request for bid. The Spokane Tribe of Indians; who is a federally recognized Indian Tribe, is eligible for GSA and/or government pricing. If providing a bid amount under a current GSA Contract please specify in your bid the GSA contract number; funding for this project is from the Spokane Tribe of Indians General Fund. Bids may be hand-delivered or mailed; all bids must be received by the Purchasing/Property Department by the closing date and time. Any bids received after the closing date and time or submitted to another department will be considered non-responsive The Sealed; Firm-Fixed Priced bid award will be made to the lowest, responsible, responsive, reasonable bidder whose bid conforms to all requirements. A public opening of the received bids will be held on May 29, 2013 at 8:00 am. in the HR Meeting Room; Alfred McCoy Administration Building. The purchasing/property manager will review all bids (except sealed dollar bid) prior to public opening to confirm responsiveness, pre-qualification, and to insure submissions are complete bids according to the posted RFB. Any incomplete bids will be considered non-responsive. Prior to the public opening interested vendors who submit bids should call the purchasing/property manager Tuesday, May 28, 2013 between 2:00 pm and 4:30 pm to inquire if their bids are being considered responsive. No liability will attach to the Spokane Tribe of Indians for the premature opening of, or the failure to open, a bid not properly addressed and identified. Please refer all questions to the Purchasing/Property Manager listed on the last page of this RFB. The Purchasing/Property Manager will forward all technical questions to the Department Manager; all questions and answers will be forwarded to all perspective vendors.

2 Pricing Bid amounts must be listed in detail and include all preparations of site for the repair and refinish, removal of all scraps, and clean-up of entire area after completion of work. All debris must be hauled to off-reservation certified land-fills with copies of all dump receipts to be submitted. Please provide a detailed breakdown of cost according to listed specifications. Contractor shall be required to pay the current Davis-Bacon wage scale in effect in this area, including all fringe benefits or the minimum rates established by the Secretary of Labor, whichever is greater. All crafts and trades are applicable. All pricing must be guaranteed for sixty (60) days. Any bids received after the closing date and time or submitted to another department will be considered non-responsive. The awarded vendor will be required to purchase a Spokane Tribal Business License if one is not currently carried; please contact the TERO office at the number below for more information regarding Spokane Tribal Business License. Examination of Request for Bid Each bidder must examine this bid document thoroughly prior to submission. The submission of a bid will confirm a representation by the bidder they have complied with the requirements and the bid documents are sufficient in scope, detail to show and convey understanding of all terms, and conditions for performance. Specifications Complete refurbish and refinish of approximately 5550 sq. ft. of the Alex Sherwood hardwood gym floor Sanding of the entire main floor and hallway(s); including utilizing three different grades of abrasives. (course, medium, fine) Replace any flooring if necessary Fill any cracks and stain if necessary Reinstall the game marking as existed prior to disturbance Apply seal coat Apply at least two top coats with polyurethane gym finish Replace any disturbed conditions affiliated with this job (i.e. rubber base, wood or metal trim, door threshold, etc.) The contractor will be responsible for coordination of work schedule and safety needs with the facility manager or Spokane Tribal representative. The contractor shall maintain a safe work site at all times and follow any policies of the Spokane Tribes Safety policies. Insurance Coverage s Contracts will be awarded contingent upon submission of copies and/or proof of active policies for comprehensive general liability for an amount of no less than one-million dollars, equipment insurance for no less than one-million dollars, and, automobile liability insurance in an amount of no less than one-hundred thousand dollars. Liquidated Damages Liquidated damages shall be in an amount of $100.00; per calendar day, beyond the contract period. However, any agreed upon delays or extensions granted will be taken into consideration. All agreed upon extensions or delays must be approved in writing and authorized by the Spokane Tribe of Indians Acting Executive Director or Facilities Manager. The Spokane Tribe will have the right to deduct such damages from any amount due, or that

3 may become due the Contractor or the amount of such damages shall be due and collectible from the Contractor or Surety. Bonding Requirements Performance Bond At the time of final award the awarded bidder agrees he/she will deliver to the Spokane Tribe of Indians a 100% Performance Bond. Information to Bidders Workmanship for this project must be of the highest quality possible. The line shall equal or better than existed. The final finish shall be smooth and consistent without major flaws or bubbles. All lines shall be straight and with consistent width and colors. A contract between a selected bidder and the Spokane Tribe of Indians must be completed, reviewed, signed, and approved by the Spokane Tribe of Indians prior to any work commencing, and prior to a final or approved award. The awarded vendor will not be allowed to submit requests for partial payments for the project. The complete and/or entire bid price will be paid upon final approval of the Spokane Tribe of Indians Acting Executive Director, or Facilities Manager. To be considered responsible, responsive, and/or reliable, bidders must insure the submitted bid contains the company name, company address, name of person authorized to submit the bid, phone number, and E-Mail address. The Spokane Tribe of Indians Purchasing/Property Manager, Facility Manager, Executive Director, or Tribal Council reserves the right to determine whether or not a bidder is responsible, responsive, or reliable. Those determinations will be based on: a. The skill and experience demonstrated by the bidder in performing agreements of a similar nature. b. The bidder s record for honesty and integrity. c. The bidder s capacity to perform in terms of facilities, personnel and financing. d. The bidders past performance with the Spokane Tribe of Indians. The TRIBE may waive any informalities or minor defects or reject any and all bids. Any bids received after the time and date specified shall not be considered. The Spokane Tribe may or may not, elect to award this bid according to all requirements in the RFB, and specifications below, from the best-qualified vendor. The awarded vendor must be registered in the State of Washington for the type of work being performed. The awarded vendor will be required to provide copies of all State and applicable licenses prior to a final contract with the Spokane Tribe of Indians. The individual submitting a bid must be authorized to sign the submitted bid document to be considered responsive. Awarded and approved bidder will be required to use their own equipment, machinery, and tools for the duration of the project. Also, bidder must provide all labor, materials and services necessary to complete the entire job completely and to the satisfaction of the Spokane Tribe of Indians. The Spokane Tribe has an Indian Preference Labor and Contracting Ordinance and an Administrative Fee in effect. All bidders are required to contact the TERO office to obtain full information before bidding. Clyde McCoy Spokane Tribal Employment Rights Office

4 P.O. Box 100 Wellpinit, WA 99040 (509) 458-6529 Preference in the award of this bid shall be given to Indian and Alaskan Native organizations in the amount of five percent (5%) of the total bid price. Any contractor claiming Indian Preference must meet and show evidence of the preference according to 25 U.S.C.1452(e) (Indian Finance Act) and 25 U.S.C. 47. Chapter 2 47 (Buy Indian Act). The Spokane Tribe of Indians Purchasing/Property Manager will determine the contractors claim for Indian Preference prior to the public opening of sealed dollar bids. Supplier Diversity Is your company at least 51% owned by a Native American, Minority or Woman owned (NA, M/WBE)? (Minority group members are United States citizens who are African-American, Asian - Indian American, Asian-Pacific American or Hispanic - American.) Ownership means the business is at least 51% owned by such individuals and, management and daily operations are controlled by them as well. Can your firm be classified as a Native American Enterprise? Yes No % Can your firm be classified as a Minority Owned Business? Yes No % Can your firm be classified as a Women Owned Business? Yes No % Vendor s performance regarding NA,M/WBE placements will be considered as evaluative criteria for this and future contract awards. Vendor shall not discriminate against any subcontractors or employee regarding race, religion, color, gender, age, physical condition or national origin. All material, equipment and workmanship must comply with UL, OSHA-WISHA, TOSHA, and current applicable Federal and Tribal Codes and Regulating Agencies. Self- Certification To be considered responsive to this request for bid this certification must be signed and dated. If using any sub-contractors to perform any duties in regards to this project each subcontractor must be listed in the submitted bid and each sub-contractor must also sign and date the below certification. Following the award of the bid, no additional subcontracting will be allowed Self-Certification Have you and/or your business, or any business you have owned, operated, or partnered with ever been debarred by a State, Federal, or Tribal Agency? Yes No Signature: Date: If subcontractors are to be used, that fact, and the name of the proposed subcontracting vendors must be clearly identified in the bid. Following the award of the bid, no additional subcontracting will be allowed.

5 Covenants against Kickbacks All conditions regarding covenants against kickbacks under 48CFR ch.1-52.203-7 apply THE SPOKANE TRIBE OF INDIANS RESERVES The right to reject any or all bids, to serve in the best interest of the Spokane Tribe. The right to negotiate with all or one respondent when such action is deemed to be in the best interest of the Spokane Tribe. The right to cancel any agreement, if in its opinion there is a failure at any time to meet adequately the specifications requested, or if there is any attempt to willfully impose upon the Spokane Tribe equipment or services which are, in the opinion of the Spokane Tribe, of an unacceptable quality. The Spokane Tribe of Indians reserves the right, where it may serve in the best interest of the Spokane Tribe of Indians, to request additional information or clarifications from proposers or allow corrections of errors or omissions. The right to require the awarded vendor to obtain and/or have in place General Liability Insurance in an amount no-less than the limits of the Spokane Tribe of Indians General Liability Coverage. Marnita Parr, CPP, CPPM Purchasing/Property Manager Spokane Tribe of Indians PO Box 100 Wellpinit WA 99040 Telephone: 509-458-6550 Fax: 509-458-6589 E-Mail: Marnitap@spokanetribe.com