RFPs

RFPs

Nay Ah Shing Lower School Playground Construction

The Mille Lacs Band of Ojibwe, Community Development office will be accepting sealed bids for purchase and installation of playground equipment for two playground areas to be located at the Mille Lacs Band of Ojibwe Nay Ah Shing Lower School in Onamia, MN. Bids will be due Wednesday 27 May 2026 at 3:00 PM. Bids received will be opened and qualified by the Mille Lacs Band of Ojibwe on Thursday 28 May 2026 at 10:00 AM.

A mandatory pre-bid site visit will be held on: Tuesday May 12th, 2026 at 2:00 PM. Site Address is 43521 Oodena Drive, Onamia, MN 56359.

General Notes:

  1. It is the Contractors responsibility to identify any and all discrepancies in the scope of work, not meeting Industry Standards or that which is inconsistent with the International Residential Code (IRC), and Mille Lacs Band of Ojibwe 2016 MLB Project Specification Book.
  2. All electrical wiring, apparatus and equipment for electric light, heat and power, technology circuits or systems shall comply with the rules of the Department of Commerce or the Department of Labor and Industry, as applicable, and be installed in conformity with accepted standards of construction for safety to life and property.
  3. Contractor must reconnect all utilities, service panel or service feed. Also includes gas, propane. Include such equipment or materials identified in the pre-bid conference.
  4. Contractor will secure all permits and fees.
  5. Contractor is responsible for a thorough investigation of the scope of work.
  6. Contractor will repair any damage to the property or structure created by the scope of work.
  7. Contractor shall be responsible for all debris removal related to all work performed under this work scope.
  8. NO WORK SHALL BE PERFORMED UNTIL ALL REQUIRED PERMITS HAVE BEEN ISSUED AND COPIES IN THE POSSESSION OF THE PROJECT COORDINATOR AND /OR MILLE LACS BAND BUILDING OFFICIAL.

COMMUNITY DEVELOPMENT WILL, TO THE GREATEST EXTENT FEASIBLE, GIVE PREFERENCE IN THE AWARD OF CONTRACT TO INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRISES.

Project Narrative:

The Nay Ah Shing Lower School is in process of being extensively remodeled. Work under a separate contract includes interior renovation as well as exterior site work that will be completed over the summer of 2026.

This Playground project will include two separate play areas. The existing front area will be regraded and new concrete sidewalks and boarders will be installed. The new rear playground area will be re-graded. This work is included in the current General Contractor construction package.

The playground supply and installation work in this RFP will be completed in two separate phases. The first phase will be the building front playground that currently has some newer equipment that will remain, with the addition of some smaller feature equipment. It also includes artificial turf installation and poured-in-place playground surfacing. This first phase is expected to be completed by the end of Summer / Early Fall 2026.

The second phase of playground construction will include the new rear playground subbase preparation, cast in place concrete curbing, playground equipment installation and poured-in-place surfacing. There will also be a concrete basketball court area. This phase of construction is expected to be completed during the summer of 2027.

Work Scope Description:

  1. Playground equipment is needed for age group 5-12 years. There are two playground site locations. The front playground area is for younger elementary children, and the rear playground is for older elementary children.
  2. Playground Total Budget amount $500,000.00. Award will be factored on 1. design(s) submitted. 2. Overall Cost.
  3. Please submit 2-3 designs for each playground area for review and consideration. For all submitted proposals, Submit separate bid form for each proposal identifying the design number.
  4. Separate Bid Forms are included for the front and rear playgrounds.
  5. Provide product data for all equipment being proposed and cost breakdown for all proposed equipment items.
  6. Contractor shall be responsible for all debris removal, and site restoration of any disturbed areas.
  7. All Contractors and Suppliers must be licensed with the Mille Lacs Band of Ojibwe. Contact Jackie Smith at (320)384-4773 or via email at Jsmith2@grcasinos.com with questions regarding licensing and for the license application.
  8. Project Location is Onamia, MN.
  9. Contractor responsible for Gopher One Utility locates for excavation work.
  10. Davis Bacon Construction wage rates apply.
  11. Include 0.5% (1/2%) TERO Tax Fee in the base bid. Awarded contractor shall submit required approved TERO plans for all trades working on site prior to work commencement.
  12. Include Performance & Payment bonds. Requirements are included at the end of the RFP.
  13. All proposals must be Sealed Bid Form. Do not bind proposals or print double sided.
  14. Include product order lead time in your proposal.
  15. Final color selections will be made by the Owner after award. Provide color package templates. Once selected, contractor shall produce selected color drawings for final approval.

Front Playground:

  1. The Front Playground will be installed within a perimeter fenced area. Fencing by others. The playground area is shown on the Construction Civil Plans. See attached civil plans for reference. One half of that area to be multi-color P.I.P. with designs (include 3 colors). The other area will utilize artificial turf surfacing.
  2. Playground base site work shall be included in the installation package. The building general contractor shall leave the fenced site area sub-graded to allow for installation of drain tile and base materials. Playground contractor shall coordinate the rough elevation requirements with the Owner and General Contractor on site.
  3. Supply and install sub surface drain tile with sock (to daylight with rodent guard), border, sub-base material, geotextile filter fabric. Include ADA access point(s) where design requires. Base material to be CL5 w/ fines or Recycled Concrete base @ 6” thickness.
  4. Supply and install rock / base materials as needed for the drain tile system and for the playground surfacing materials including geotextile filter fabric.
  5. Provide and install poured-in-place rubber fall protection surfacing material. Include up to 3 colors, pattern or designs in the finished surfacing is encouraged. Include sample layout with equipment proposal(s).

Rear Playground:

  1. The Rear Playground will be installed within a larger fenced area. Fencing by others. The proposed playground area is shown on the Construction Civil Plans. See attached civil plans for reference.
  2. Playground base site work shall be included in the installation package. The building general contractor shall leave the site area sub-graded to allow for installation of drain tile and base materials. Playground contractor shall coordinate the rough elevation requirements with the Owner and General Contractor on site.
  3. Supply and install sub surface drain tile with sock connected to nearby storm catch basin, concrete border, sub-base material, geotextile filter fabric. Include ADA access point(s) where design requires. Base material to be CL5 w/ fines or Recycled Concrete base @ 6” thickness.
  4. Supply and install rock / base materials as needed for the drain tile system and for the playground surfacing materials including geotextile filter fabric.
  5. Provide and install poured-in-place rubber fall protection surfacing material. Include up to 3 colors, pattern or designs in the finished surfacing is encouraged. Include sample layout with equipment proposal(s).
  6. Prepare sub base for concrete basketball court. See Supplemental Instructions for design requirements and size.
  7. Provide and install 2 heavy duty steel basketball goals.

Contacts:
Interested bidders shall contact Ryan Jendro at 320.630.5011 or by email at ryan.jendro@millelacsband.com to be included on the bidder’s list in the event that any addendums are issued for this project.

Mobilization:

  1. The Contractor shall be capable of mobilizing his equipment and crews within six weeks of the receipt of Notice to Proceed.
  2. Contractor shall submit building schedule to Project Coordinator at the time of contract signature by the Contractor.
  3. Contractor shall provide means and methods for all building phases of construction.

COMMUNITY DEVELOPMENT/PROJECT MANAGEMENT RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS FOR ANY REASON.

Bidding notes:

  1. Submit proposal in lump sum (supply and install), not to exceed amount
  2. All Contractors (including subcontractors) must comply with Davis Bacon wage requirements.
  3. All Contractors must provide the following along with their bid submittal:
    a. Completed and signed MLB Community Development Construction Bid Form
    b. A copy of Current MLB Vendor’s License (or a copy of the submitted application)
    c. A copy of Current Insurance Certificate
    d. TERO Compliance Plan Acknowledgement – on bid form.
    e. A copy of Subcontractor/Material Supplier list
    f. A copy of Authorized Signature Sheet (submitted with first bid submittal)
  4. All Contractors must comply with all Mille Lacs Band of Ojibwe American Indian Employment requirements (see 18 MLBSA § 5). Contact Lori Trail at (320) 532-4778. Lori.trail@millelacsband.com

All proposals MUST be mailed and labeled as follows:

Mille Lacs Band of Ojibwe
Commissioner of Community Development
Sealed bid: NAS Lower School Playground equipment
P.O. Box 509
Onamia, MN 56359

Please note that the bids must be submitted via mail to the P.O. Box. FedEx and UPS will not deliver to a P.O. Box and the Onamia post office will not accept hand delivered items. Please plan accordingly to ensure the timely receipt of your bid submittal.

**The Band reserves the right to reject any bid that it is unable to collect at the Onamia post office by the bid deadline date and time, provided that the Band has made diligent and reasonable efforts to collect the bid. The Band reserves this right even in the event that the bid has been postmarked before the deadline.

PROPOSALS NOT SUBMITTED IN THIS MANNER WILL BE REJECTED.

Licensing:

  1. Firms must be licensed with the Mille Lacs Band of Ojibwe. A copy of this license (or the license application) must accompany each bid. Licensing process can take several weeks. If you are not currently licensed with the MLBO, please submit a copy of your license application along with your proposal. Contact Jackie Smith at (320)384-4773 or via email at JSmith2@grcasinos.com with questions regarding licensing and for the license application.

Permit and Contractor Requirements:
Permits: Contractors are responsible to attain all necessary permits for all work, including Mille Lacs Band of Ojibwe (MLBO) Permits. Mille Lacs Band Permit is not required.

Bonding Requirements: In accordance with 2016 MLB Project Specification Book.

A. In construction contracts that are federally funded or deemed commercial, bonding is required. These types of contracts shall demand a performance bond not less than One Hundred (100%) percent of the total contract price, but not to exceed $500,000.00. A performance bond requirement is to ensure that, if a contractor defaults, the Band may request that the surety pay the expense incurred to complete the construction contract.

B. In addition, all construction contracts identified as federally funded or commercial shall be covered by a 100% payment bond. The payment bond must contain language stating that if the contractor fails to make a payment to its subcontractors/suppliers, the surety will make the necessary payment.