design and itemized bid -...

6
Request for Bids: Design and Itemized Bid 1) Detention / rain gardens with hardscaping (dry rivers to conduct runoff) and flowering native plants for phytoremediation 2) Shoreline stabilization / erosion reduction through riparian plantings of native plants From: Margaret Obear, NPS Coordinator Prairie Island Indian Community 5636 Sturgeon Lake Rd. Welch, MN 55089 Phone: 612.812.3916 Email: [email protected] Project Description Phase 1 Rain garden and hardscape dry river beds using pebble-sized river rock and natural stone edger to conduct the run off from road to the detention/phytoremediation cells which will be located within the top third of the rip rap. Project area includes between the stairs leading to beach to the end of rip rap past “B” dock. Phase 2 Restore and stabilize bank area directly south of boat launch using soil/rock on hand and short sedges/rushes Project Scope (please refer to attached photos) A. Creation of a conceptual design for hardscape and detention/phytoremediation (rain gardens) cells

Upload: dangthu

Post on 03-Apr-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Request for Bids:

Design and Itemized Bid

1) Detention / rain gardens with hardscaping (dry rivers to conduct runoff) and flowering native plants for phytoremediation

2) Shoreline stabilization / erosion reduction through riparian plantings of native plants

From: Margaret Obear, NPS CoordinatorPrairie Island Indian Community5636 Sturgeon Lake Rd. Welch, MN 55089Phone: 612.812.3916Email: [email protected]

Project Description

Phase 1Rain garden and hardscape dry river beds using pebble-sized river rock and natural stone edger to conduct the run off from road to the detention/phytoremediation cells which will be located within the top third of the rip rap. Project area includes between the stairs leading to beach to the end of rip rap past “B” dock.

Phase 2Restore and stabilize bank area directly south of boat launch using soil/rock on hand and short sedges/rushes

Project Scope (please refer to attached photos)

A. Creation of a conceptual design for hardscape and detention/phytoremediation (rain gardens) cells

B. Dry River fronting 360 feet of road to be approximately 3 feet wide and encompass existing nautical

pilings that will divert runoff to rain gardens

C. Heavy duty plastic to line dry rivers

D. Heavy duty 25 year landscape clothe to be used under gardens and any riprap moved

E. Existing rip rap to be used as the edges of detention/phytoremediation cells

F. Only native plants to be used

G. Phase 1 plants to include all flowering plants chosen from attached list

H. Phase 2 plants to include spike rush and sedge under 1’ only

I. Project to be completed within 45 days of contract award

J. Delivery of detailed bid and rough design within 30 days.

K. Delivery in Microsoft Word or PDF documents

Additional Terms

A. Bid will be awarded subject to successful negotiation of a contract. The Contractor will agree to comply with the laws of the Prairie Island Indian Community during the term of the contract and will consent to the jurisdiction of the Community’s courts for any disputes.

B. Native American-owned business preference applies. Native-American bidders should provide certification that the business is at least 51% owned, controlled and managed by Native Americans. In addition, for each Native American owner, provide name, address, Tribal Affiliation, Enrollment Number, percent of ownership (or if more applicable, the amount of investment in the company and method of investment), percentage of voting and /or management control, and position or role in the company.

C. The bid price listed price listed in the Undersigned’s bid proposal shall be considered compensation in full for all cost of labor and supplies necessary to complete the project requirements to the satisfaction of Prairie Island Indian Community.

D. In Signing below, the Undersigned makes the following certifications:i. The Undersigned certifies as having made a good faith effort to cause the hiring of

Native American (including but not limited to members of the Prairie Island Indian Community) individuals and businesses to supply labor, goods, and material for the project and abide by the provisions contained in the Prairie Island Indian Community Equal Employment and Indian Preference Ordinance No. 94-8-16-1.

ii. The Undersigned declares a fundamental knowledge of the amount and nature of this project, and shall not claim at any time that there were any misunderstandings of the scope of this bid. The Undersigned offers to complete the project in the specified manner, finish the entire project within the specified time, and to accept as full compensation the bid price.

E. The Undersigned must be properly insured/bonded.F. The Undersigned contractor assumes its own liability and liability of those working under the

contractor.G. If the Undersigned Contractor intends to use subcontractors, Contractor must identify the intended

subcontractors and the scope of work for each subcontractor for approval by Prairie Island Indian Community.

H. Selection shall be made from the Proposers deemed to be fully qualified and best suited among those submitting proposals on the basis of understanding the needs of the Community, qualifications, and soundness of approach. Interviews and negotiations may be conducted with selected Proposers. The interviews may include an oral presentation to the Community and professional advisors to the Community. After interviews, if any, have been conducted with each Proposer so selected, the Community shall select the Proposer, which, in its opinion, has made the proposal most advantageous to the Community. Negotiations shall be conducted with each of the Proposers so selected. After negotiations have been conducted with each Proposer so selected, the Community shall select the Proposer, which, in its opinion, has made the best proposal. The Community may cancel this RFQ or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous. The Community may waive any provision of this RFQ in its sole discretion.

I. Any and all surrounding sod and grasses will be restored to original condition to the satisfaction of the Community prior to final payment.

J. Any irrigation lines will be repaired prior to final payment.

Request for Bids:

Conceptual Artistic Designs

Bid Estimate: $_________________________________

Firm Name: ______________________________________________________

Signed by: ______________________________________________________

Title: ______________________________________________________

Official Address:

_______________________________ Date: ___________________________

_______________________________ Phone: __________________________

_______________________________ Fax: ___________________________

_______________________________ Email: __________________________