instructions to bidders - Aaniiih Nakoda College

advertisement
INSTRUCTIONS TO BIDDERS –
BID DUE DATE AND TIME
Aaniiih Nakoda College will accept bids for the Roof Replacement Project
consisting of up to five buildings on the campus from contractors at any time prior to 4:00
pm MDT on Tuesday, June 12, 2013. The bid opening will be conducted
immediately following closing time for receipt of bids at the Aaniiih Nakoda
College, White Clay People Hall, Fort Belknap Agency, Harlem, MT 59526. Bids will
be opened in public and bid amount read aloud. All bids will be taken under advisement
and the qualified successful bidder will be notified within 20 business days following
the opening of the bid.
ANC reserves the right to reject any and all proposals, to waive any informalities or
irregularities and to re-advertise when deemed in the best interest of ANC. ANC is not
obligated to accept the low bid.
Bids should be addressed to:
Office of the President,
Aaniiih Nakoda College, White Clay People Hall
269 Blackfeet Street, Agency
Harlem, MT 59526
Envelopes should be clearly marked:
SEALED BID for Roof Replacement Project
No faxed or emailed bids will be accepted.
Bidders shall utilize the documents as required by USDA-RHD to submit proposals as
outlined in Section 01000 of Specifications for project, Index to Bidding & Documents
CONTRACTOR REQUIREMENTS
Pursuant to Section 4 B(8) of the Tribal Employment Rights Ordinance "TERO" of the Fort
Belknap Indian Community, Owner shall not consider bids from firms or contractors who are
not "Qualified" to bid on the Fort Belknap Indian Reservation. Interested Contractors and
Firms are encouraged to contact the TERO Office for certification
requirements/procedure:
1of3
Mr. Buzz Doney
TERO Director
Fort Belknap Indian Community
P.O. Box 66
Harlem, Montana 59526
(406)353-7162
A bid maybe awarded before final qualification from TERO office, however in the event the
contractor is not qualified within 30 days of notice of award, the contract offer may be
revoked by Aaniiih Nakoda College.
Notification of contract award is contingent upon approval by USDA-RHD. Contractor must
be approved by USDA-RHD prior to final award of contract.
INDIAN PREFERENCE
In accordance with section 7(b) of the Indian Self-determination and Education
Assistance Act (25 U.S.C. 450e (b)) Indian Preference applies to this project. Qualified
construction companies and/or firms that claim and provide acceptable documentation of
Indian Ownership will receive Indian preference. Aaniiih Nakoda College is located on the
Fort Belknap Indian Reservation and the FBIC TERO ordinance applies (see above).
CONSTRUCTION DOCUMENTS
Construction documents provide all information, however more details applicable to this
invitation are available from ANC at http://www.ancollege.edu/projects/Roofing .
The Project Architect, Jackola Engineering & Architecture, PC, has complete design
documents and specifications on hand. In addition, complete design and specification
documents are posted on the College website (see above). Specific questions regarding
the design or project specifications shall be directed to Mark Young at 1-406-751-6131. A
pre bid conference with architect on site will be May23, 2013 at 1 pm.
PREVAILING WAGE RATES
Contractor and subcontractors shall pay the 2013 Montana Prevailing Wage Rates for
Building Construction for Blaine County, Montana as determined by the United States
Department of Labor.
POSTING
Contractor shall post in a prominent and accessible place on the work site a legible
statement of the prevailing wages to be paid to the employees.
PERMITS AND FEES
General contractors shall include in their bid the cost of TERO fees in the amount of 4% of
the base bid.
BIDS
No bid maybe withdrawn for at least thirty (30) calendar days and must be
accompanied with a bid security in the amount of 10% of total bid. **After the award the
successful bidder must furnish an approved performance bond or guarantee in
the amount of either 100% of the highest single roof replacement contract or
100% of the submitted bid. USDA -RHD may accept a letter of credit as
substitution for the bond (subject to express approval of USDA-RHD).
If all bids received exceed the total amount of funds available the Owner may
choose to deduct any of the re-roof projects from bid document list of Bidder
items 1-5 to enable project to be within the scope of funds available without readvertising.
The project is funded by federal funds of USDA-RHD and is contingent upon the
College's continued receipt of such funds. If the project funds are reduced or not
received the College may choose to terminate any or all of the contracts for
convenience under the provisions of general conditions. Any bidder for this
project, by submitting a bid(s), understands and accepts the possibility of the
contract termination in the event funds are reduced or not available and that by
submitting a bid waives any claims for costs or damages other than those
specifically allowed by the general conditions. In particular, bidder understands
and accepts that no payment will be allowed for claimed profit or for work not
performed.** In the event that bidder does not bond the entire project and elects
to bond the highest single roof replacement contract, the bidder MAY NOT work
on a subsequent roof until one building is completed and accepted by Owner.
Retainage for the project will be 5% of each pay request and WILL NOT BE
PAID until entire project is completed and Owner has accepted the work as
complete.
Other
Contractor must thoroughly clean work site upon completion of each re-roof
project, including nails and old shingles. If work site is not cleaned Owner will
notify Contractor of unsatisfactory performance in writing and Contractor will
have 5 business days to clean site. If Owner cleans work site, the rate for clean
up will be $50 per hour for each person involved AND transportation fee of $100
per pickup load which will be deducted from Retainage funds of the Owner. All
existing gutters must be removed and replace upon completion of each phase of
the re-roof project.
.
SUPPLEMENTAL INSTRUCTIONS FOR BIDDERS
.
Download