RFPs

RFPs

Wagidaaki Dr. & Ookwemin Loop Walkways

The Mille Lacs Band of Ojibwe is accepting sealed bids from contractors for installation, labor, materials and equipment for the construction of approximately 6,470 feet of bituminous and concrete walkways along Wagidaaki Drive and Ookwemin Loop in Onamia, MN. The work will include but not limited to, grading, clearing, erosion control, installation of sidewalk, ADA ramps, and restoration. The project is located within Vineland in District I of the Mille Lacs Band.

Bids are due Wednesday June 3, 2026 at 3:00 PM. Bids received will be opened and qualified by the Mille Lacs Band of Ojibwe on Thursday June 4, 2026 at 8:30 AM at the Mille Lacs Band Government Center.

A mandatory pre-bid meeting will be held on Wednesday May 20, 2026 at 11:30 AM. Meeting will start at the Roads Garage located at 43188 Timber Trails Rd, Onamia, MN.

General Notes:

  1. Project can be done using fixed forms with MNDOT Mix No 3A41. We also will allow Slip-form placement with MNDOT mix 3A21. No concrete mix incentives will be paid; we will pay based on the bid unit cost.
  2. 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 Code.
  3. Contractor must reconnect all utilities, service panel or service feed.
  4. Contractor is responsible for a thorough investigation of the scope of work.
  5. Contractor will repair any damage to the property or structures created by the scope of work.
  6. Contractor shall be responsible for all debris removal related to all work performed under this work scope.
  7. NO WORK SHALL BE PERFORMED UNTIL ALL REQUIRED PERMITS HAVE BEEN ISSUED AND COPIES IN THE POSSESSION OF THE PROJECT MANGER.

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

Bids will only be accepted from prime contractors performing 33.3% or more of the work scope themselves.

Provide all labor, materials and equipment to complete work scope of Wagidaaki Dr. & Ookwemin Loop Walkways Project as follows:

  1. All work to be completed is accordance to Minnesota Department of Transportation (MN/DOT) Standard Specifications for Construction, 2025 edition.
  2. All work to be completed in accordance to the provided BIA Wagidaaki Dr & Ookwemin Loop Walkways plan set for Project ID No. F53-41029.
  3. Contractor shall be responsible for creating, drafting and filing SWPPP with required signatures to the EPA prior to commencing construction.
  4. Contractor is responsible for calling Gopher One.
  5. Contractor shall utilize FEDERAL Davis Bacon wage rates for construction of this project. Mille Lacs County Heavy and Highway Wage determination rates MN20260233 dated 1/2/26 apply to this project. Contractor will be responsible for submission of certified payroll reports.
  6. Include the .5% TERO tax fee in the base bid. Fee must be paid to the TERO office prior to receipt of final contract payment.
  7. Expected project completion date is November 30, 2026.

Specified Product Substitutions: All proposed product substitutions must be approved by the Project Manager 5 days prior to bid. Any approved substitutions, will be made available to all bidders.

Contacts:
Interested bidders shall contact Carla Dunkley at 320-630-2495 or by email 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 30 days of the receipt of Notice to Proceed.
  2. Contractor shall submit construction schedule to Project Manager at the time of contract signature by the Contractor.
  3. Contractor shall provide means and methods for all phases of construction.

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

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

Bidding notes:

  1. Submit proposal in lump sum (supply and install), not to exceed amount arrived at by sum totaling unit cost multiplied by quantities
  2. Provided bid form must be completed, signed and submitted to qualify.
  3. All Contractors (including subcontractors) must comply with Davis Bacon wage requirements.
  4. All Contractors should 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 Authorized Signature Sheet (submitted with first bid submittal)
  5. 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: Wagidaaki Dr. & Ookwemin Loop Walkways
PO Box 509
Onamia, MN 56359

Please note that the bids 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. Do not require delivery signature.

**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:
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.

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

Bonding Requirements:

Bid BONDS:
Each Bid must be accompanied by a BID BOND payable to the OWNER for Twenty percent (20%) of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the three lowest responsible BIDDERS. When the contract is executed the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the payment BOND and performance BOND have been executed and approved, after which it will be returned.

Performance and Payment BONDING Requirements:
In construction contracts that are federally funded or deemed commercial, bonding is required. These types of contracts shall demand a performance and payment bond with penal amounts of 100% and 100% respectively of the amount of the contract. Each Bid must be accompanied by a letter from agent stating ability to be bonded.