Introduction: A. Scope of Work:

Similar documents
Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Request for Proposal (RFP) Consultant TANF Research Klamath Tribes Social Services Department RFP # KTSSDTANF

General Procurement Requirements

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

REQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

REQUEST FOR QUALIFICATIONS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

Welcome to the City of Chicago. Department of Procurement Services

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

8, 2018 REQUEST FOR PROPOSALS (RFP): G

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

SOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR

FOR PROFESSIONAL DESIGN SERVICES

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSAL

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Section 3 Compliance Plan

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

COUNTY OF LOS ANGELES

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

City of Waterloo, Wisconsin. Request for Proposals. Municipal Engineering Services

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

ADDENDUM # /JSW Professional Engineering Services to Test, Adjust, and Balance HVAC Systems

OMB Uniform Grant Guidance and NM Procurement

Request for Proposals and Specifications for a Distributed Generation Solar Project entitled The Freeman Coliseum Solar Project

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE

Below are five basic procurement methods common to most CDBG projects:

REQUEST FOR PROPOSAL

RFP #WS NEWSMI IMPROVEMENTS

REQUEST FOR PROPOSALS. Phone# (928)

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

#NLCU. Lessons Learned from Crisis Leadership

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

Londonderry Finance Department

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

FEMA Reimbursement Will They or Won't They?

Attention Design Firms

MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

OVERVIEW OF GRANTS ADMINISTRATION PROCESS

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

Request for Proposals. Environmental Assessment

Request for Qualifications

Non-Federal Cost Share Match Program Grant Implementation Checklist

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSAL FOR DESIGN (ARCHITECTURAL & ENGINEERING) SERVICES

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

Request for Qualifications Construction Manager

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Dakota County Technical College. Pod 6 AHU Replacement

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

Architectural Services

Request for Proposal. For Janitorial Services For the Library Building and grounds located at. 60 East Pike Street Pontiac, MI 48342

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

Attention Design Firms

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Seminole Tribe of Florida Native Learning Center Request for Proposals (RFP) Call for Instructors Procedures

Transcription:

Request for Proposal (RFP) goos olgi gowa Community Center- Landscape & Roof Gutters/Drains Klamath Tribes Housing Department (KTHD) RFP # 18-08KTHD-3landscaping Introduction: The Klamath Tribes Housing Department (KTHD) is requesting proposals from interested parties to provide Project Management services for landscaping and roof gutters and drains at the goos olgi gowa Community Center at 35601 Chokecherry Way, Chiloquin Oregon (corner of HWY 62 and S. Chiloquin Road). A. Scope of Work: Described below are the technical requirements for the material, product, or service to be procured, including the minimum essential characteristics and standards which it must meet to satisfy its intended use. The selected consultant will be contracted to perform project management services to include architectural/engineering design of the project and construction administration services through completion of the project. The project services may be performed in several phases and parties should respond accordingly and to the best of the proposer s ability. 1. Design Phase: Consultant will have an initial meeting with the Housing Director for timelines and design elements. Consultant to design and draft the preliminary drawings and layout of the landscaping project at the goos olgi gowa Community Center. Consultant to provide drawings or photographs of rain gutter and drains placement on the goos olgi gowa structure. Consultant will meet with Housing Director and staff to finalize the project and Scope of Work(SoW) for Design Phase 2. Bid Phase: Consultant to prepare the bid documents for the landscaping, gutter(s) and drain(s) project in accordance with the Klamath Tribes Procurement Policies, HUD regulations and the design(s) plan. Bid documents to be forwarded through the Grant and Contract Compliance office for review before the bid is let. All regulatory and statutory considerations required by the Tribes are to be included in the construction documents, a copy of which shall be provided by The Klamath Tribes Housing Department. Consultant will advertise for bids after Klamath Tribes has reviewed and approved. Conduct pre-bid conference and prepare written report. Review and respond to bidder requests for information (RFI). Consultant and KTHD Director will coordinate (RFI) for clarification and substitution requests. Preparation of addendums, if any. Conduct bid opening with KTHD staff and Grant and Contract Compliance Officer. Prepare written report of results and recommendations Perform bid review and advise The Klamath Tribes Housing Department of qualifications of prospective contractors and assist The Klamath Tribes Housing Department in evaluating competitive bids, contract negotiation, and award. Contract execution with general contractor (Notice of Intent to award, Notice of Award, Notice to Proceed, etc.). 3. Construction Phase: 1

General administration of the contract for construction shall include the following: a) Preparation of supplemental drawings as necessary. b) Review of contractor s schedule of values. c) Perform periodic site visits to review the progress and quality of work and to determine if work is proceeding in accordance with the contract documents. d) Review and respond to change orders, submittals, substitution requests, RFI s, and clarifications. e) Coordinate A&E substitution, RFI, and clarification review. f) Coordinate A&E construction and start-up observations. g) Review contractor s applications for payment, determine amounts owed to the contractor and issue certification of those amounts for payment by KTHD. h) Interview workers, collect certified payroll and deliver to KTHD. 4. Inspection Services: Ongoing inspection of landscaping, drain and gutter installation activities shall be conducted from start to completion of project. Consultant will assume responsibility to provide detailed inspections of the construction work as called for in the construction documents and shall provide written inspection reports on a weekly basis to KTHD. Inspections shall be performed for the following: a) Perform sprinkler system plumbing/fixture placement inspections. (assumes 3 visits) b) Perform drain/runoff placement inspections. (assumes 3 visits) c) Perform roof gutter installation inspections. (assumes 3 visits) d) Perform roof drain installation inspections. (assumes 3 visits) e) Perform final overall inspection for landscape, gutter and drain project and prepare report for KTHD that project is complete in accordance with bid and contract requirements. 5. Construction Materials Testing: Consultant shall perform specified inspections, sampling, testing of materials and methods of construction for the following: a) Compaction i. Base rock (assumes 2 trips for under sidewalks) ii. Trench backfill (assumes 3 trips for utilities) iii. Asphalt (assumes 1 trip) b) Concrete i. Flatwork (assumes 3 pours for sidewalks & curbs) 6. Construction Staking: Consultant shall perform for the following inspections: (assumes 1 trip) a) Sidewalks and slabs b) Curbs c) Fences d) Utilities 7. Project Closeout Phase: Upon completion of the project, the Consultant shall: a) Determine the date of substantial completion and final completion. b) Receive, review and forward to The Klamath Tribes Housing Department the specified written guarantees assembled by the Contractor. 2

c) Prepare pre-final and final punch lists. d) Certify project completion in compliance with the construction documents. e) Prepare record drawings. f) Prepare project closeout documents. g) Review and certify final payment application. 8. Warranty: One-Year Warranty Upon one year of the final project acceptance date the Consultant shall: a) Perform a one-year warranty walk through with the Owner and prepare deficiency letter to contractor. b) Certify deficiency correction and compliance with contract documents. The party must be respectful to the Klamath Tribes and their possessions at all times. The party is encouraged to ask questions at any time for clarification or ask for a meeting to clarify processes. B. Quality Requirements: The Klamath Tribes and Housing Department will award contracts to responsible prospective contractors who have the ability to perform successfully under the terms and conditions of the proposed contract. In determining the responsibility of a party, the Housing Department will consider such matters as the party s Integrity; Compliance with public policy; Record of past performance; Financial and technical resources Must have minimum of 3 years work experience in related field of Project consultant Architect/Engineer and Surveyor. 1. Must have a Degree or certification in Architect/Engineer or related field. 2. Must provide resume or job qualification papers showing 5 years experience in field. 3. Must provide 3 references for the last 5 relevant jobs completed (Name and number). 4. Must provide proof of being bonded from a Guarantee or Surety Company acceptable to the U.S. Government and authorized to do business in the State of Oregon. 5. Must not be debarred or suspended from doing business with the federal government. Preferred or If Applicable: 1. Provide Federal ID#, Social Security or TIN # and State Registry# or equivalent. 2. Provide certificate of insurance for general liability and automobile insurance. If selected, party will be required to provide information at time of contract signing. 3. Must provide proof to claim Indian preference (if applicable). 4. It is preferable if the party is registered with the System for Award Management (sam.gov). Cage Code is acceptable. C. Evaluation Factors and Scoring: 1. Selection Procedures: The Klamath Tribes Administration utilizes this formal advertising of Request for Proposals to award to the most highly rated proposal subject to negotiation of fair and equitable compensation. All timely responses to this RFP will be considered. Klamath Tribes Administration reserves the right to reject any and all proposals based on documented reasons including determining any or all proposals to be non-responsive. 3

2. Method of Review: The Klamath Tribes Administration and its authorized representatives will review all proposals received and may contact the party to request further information. The Klamath Tribes Administration may accept any given RFP as submitted or may negotiate with the party to establish terms most advantageous to the Tribes. The decision of the Klamath Tribes Administration shall be final and not subject to appeal. 3. Method of Scoring: All proposals received on time will be evaluated and scored as follows: a. (0-55 points) Proposal Preparation and Requirements. The RFP must fully demonstrate ability to carry out each requirement listed in this RFP. Non-disclosure of information may result in lower points. b. (0-35 points) Cost: Cost will be determined by formula method if possible. c. (0-10 points) References: A record of integrity, judgment, performance and timeliness in the execution of previous jobs will garner higher points. d. Indian preference: At minimum 15% of the evaluation points shall be granted to proposals that demonstrate entitlement to Indian Preference, which points shall not be available to non-indian proposals when using Method #3 of the Klamath Tribes Procurement Policy. e. In the case of duplicate proposals the earliest postmarked envelope will be awarded unless otherwise advised in writing by the applicant that the later proposal is the appropriate one to review. 100 TOTAL POINTS POSSIBLE (without Indian Preference) D. Instructions for Submitting Proposals: 1. Return proposal in an envelope clearly marked according to the following instructions below. One original and three (3) copies must be submitted. Alternate proposals will not be accepted. 2. Sealed Bids can be submitted in person, through US Postal Service, or by ground delivery to: The Klamath Tribes Administration Office Attention: Jackie Galbreath, Purchasing Agent P.O. Box 436 501 S. Chiloquin Blvd. Chiloquin, OR 97624 3. RFP s submitted by email or Fax will not be accepted. 4. On outside of sealed envelope write: goos olgi gowa Community Center-Landscape & Roof Gutter/Drain RFP #18-08-KTHD3landscaping & Company name 5. Questions on the RFP can be directed to Randee Sheppard, Housing Office Manager at (541)783-2219, ext. 163 or email randee.sheppard@klamathtribes.com. 4

6. Schedule of RFP activities : 06/29/2018 Advertise RFP # 18-08-KTHD3landscaping 07/13/2018 9:00 a.m. Closing Date for RFP to be submitted via method outlined above. 07/13/2018 10:00 a.m. Opening and review of RFP s submitted on time. 07/13/2018 RFP award announcements on or before date shown. E. Closing/Opening Date and Time and Method of Solicitation: 1. Proposals will be accepted at the address above up to 9:30 a.m. on July 13, 2018. All timely responses to this RFP will be considered. The Klamath Tribes reserve the right to reject any and all proposals including those proposals received after the closing date and time. If, at the time of the scheduled closing date, Klamath Tribes Administration is closed due to uncontrolled events or administration closures, proposals will be accepted until 4:00 p.m. on the next normal business day. 2. Proposals will be opened at 11:00 a.m. on July 13, 2018 at the Klamath Tribal Administration office, 501 S. Chiloquin Blvd., Chiloquin Oregon. If, at the time of the scheduled bid opening date, Klamath Tribes Administration is closed due to uncontrolled events or Administration closures, bids will be opened at 2:00 p.m. on the next normal business day. F. This RFP has been published by: X X Publication in a Newspaper of general circulation Direct solicitation of proposals from an adequate number of known sources Klamathtribes.org G. Indian Preference: 1. To the greatest extend feasible, preference and opportunities for training and employment shall be given to Indians, and preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned economic enterprises. 2. Certain federal laws allow for the application of a Tribal-specific preference, and where those laws apply the Tribes will provide preference for Klamath Tribal members or businesses owned by Klamath Tribal members. 3. Preference and opportunities for training and employment in connection with the administration of these activities shall be given to Indians and Alaskan Natives. 4. The Klamath Tribes Procurement Policy shall be followed for any individual/firm claiming Indian Preference. H. Assistance to Small and Other Businesses: In accordance with 2 CFR 200.321 and the HUD Act of 1968, The Klamath Tribes shall make efforts to ensure that small and minority-owned businesses, women s business enterprises, labor surplus area businesses, and individuals or firms located in or owned in substantial part by persons residing in the area of a Tribal project are used when possible. Klamath Tribes Procurement policy shall be followed. I. Provisions: 1. All contractors must observe the Klamath Tribes Indian preference policy as set forth in the Klamath Tribes Procurement Policy. 2. The Klamath Tribes shall conduct all procurement transactions in a manner that provides fair and open competition. 5

3. The Klamath Tribes shall provide fair and equitable treatment for all persons or firms who are in the business of supplying goods and services. 4. The Klamath Tribes wish to assure that supplies, services, and construction are procured efficiently, effectively, and at the most favorable prices available. 5. The Klamath Tribes shall take reasonable affirmative steps to assure that DBE s, WBE s and MBE s are used when possible but without infringing on Indian preference where Indian preference is applicable. 6. The Klamath Tribes shall not use federal grantor funds to do business with any entity who is disbarred in accordance with the Federal Government Disbarment list. 7. Request for Proposals may be terminated by The Klamath Tribes Administration at any time for cause. 8. Each party submitting a proposal is certifying that he/she has not colluded with any other person, firm or corporation in regard to securing the services being solicited. 9. No employee, officer, or agent of the Klamath Tribes may solicit or accept gratuities, favors, or anything of monetary value from contractors, potential contractors, or parties to subcontractors. 10. Negotiation: Provisions not addressed by this solicitation will be negotiated with the professional once a selection has been made. 11. Agreement: The selected professional will comply with Klamath Tribes Procurement Policies. 6