RFPs

RFPs

Roads Garage Flashing & Block Repairs

The Mille Lacs Band of Ojibwe, Community Development office will be accepting sealed bids for a commercial exterior renovation project at the Roads Garage located at 43188 Timber Trails Rd, Onamia, MN 56359. Bids will be due Wednesday September 6, 2023 at 3:00 PM. Bids received will be opened and qualified by the Mille Lacs Band of Ojibwe on Thursday September 7, 2023 at 10:00 AM.

A mandatory pre-bid site visit will be held on Thursday, August 24, 2023 at 1:30pm. Directions to project site: From Jct. Hwy 169 & Mille Lacs County 25: Take Hwy 25 South approx. 3 Miles to the Site. There is a Wastewater Inc. sign at the entrance which is on the east side of the county road.

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 Building Code (IBC), and Project design documents as prepared by Architectural Resources Inc.
  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. Contractor to carry Builder’s Risk insurance on project for duration of construction.
  9. 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.

Work Scope:

  1. Demo and replace top row of block on the rear (roadside) and office area side (northeast) exterior walls of the facility. Match existing.
  2. Supply and install 22 gauge metal drip edge on all exterior block walls. Tuck under existing edge and secure with short self-tapping screw. Flashing shall extend over and down the top row of block with drip edge extending just below mortar joint. Match existing flashing in color. Panel Fasteners: Self-tapping screws designed to withstand design loads. Provide exposed fasteners with heads matching color of metal panels by means of plastic caps or factory-applied coating. Provide EPDM or PVC sealing washers for exposed fasteners. Apply continuous bead of butyl caulk at joint per drawing detail.
  3. Pressure wash all exterior block. Remove any remaining moss, etc.
  4. Clean block using MASONRY CLEANER. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other stains without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. c. ProSoCo, Inc.
  5. Supply and install all materials and labor to complete tuckpointing to repair all damaged mortar. Match existing mortar color.
  6. Seal all block walls with clear Water Seal. Product to be approved by owner.

Bid Alternate #1: Demo and replace damaged panels of steel siding on front side of the cold storage building. Note: the entire length of each damaged panel does not need to be replaced but at minimum the lower 4’ of each damaged panel shall be replaced. Tuck the new siding panels behind the existing upper siding panel sections. New steel to match existing in gauge and color.

Specified Product Substitutions: All proposed product substitutions shall be submitted in accordance with the project specifications. Any approved substitutions, will be made available to all bidders via Pre-Bid Addendum.

Contacts:
Interested bidders shall contact Carla Dunkley - CMD Project Managemennt Compliance Officer at 320.630.2495 or at carla.dunkley@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 seven days of the receipt of Notice to Proceed.
  2. Contractor shall submit building schedule to Owner at the time of contract signature by the Contractor.
  3. Contractor shall provide means and methods for all building phases of construction.

Bidding notes:

  1. Submit signed proposal in lump sum (supply and install), not to exceed amount
  2. All Contractors (including subcontractors) must comply with Commercial Davis Bacon wage requirements (Mille Lacs County).
  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. A copy of Subcontractor/Material Supplier list
    e. 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.

All proposals MUST be mailed and labeled as follows:

Mille Lacs Band of Ojibwe
Commissioner of Community Development
Sealed bid: Roads Garage Flashing & Tuck Pointing & Block Sealing
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.

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

PERMIT AND CONTRACTOR REQUIREMENTS:
Permits: Contractors are responsible to attain all necessary permits for all work, including Mille Lacs Band of Ojibwe (MLBO) Permit.

Licensing:
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 Elizabeth Thornbloom at (320)532-8274 or by email at EThornbloom@grcasinos.com with questions regarding licensing and for the license application.

Bonding Requirements:
In construction contracts that are federally funded or deemed commercial, bonding is required. These types of contracts shall demand a performance bond of not less than twenty percent (20%) 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 expenses incurred to complete the construction contract.

In addition, all construction contracts identified as federally funded or commercial, shall be covered by a payment bond equal to one payment installment to cover subcontractors/ suppliers as determined by the Contracting Officer or his agents. 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.