Similar Projects
Mow Township Ditches
Term Contract
Design
Hiddenwood, ND 58779

Individual and Community Sanitation Facilities for Scattered Sites
Term Contract
Sub-Bidding
Fort Yates, ND 58538

Biohazardous Waste Pickup and Disposal
Term Contract
Sub-Bidding
Bismarck, ND 58504

Mowing Noxious or Other Weeds and Tall Grasses
Term Contract
Post-Bid
West Fargo, ND 58078

Pest Control
Term Contract
Post-Bid
Belcourt, ND

Flood Risk Management
Term Contract
Results
$2,384,231 CJ est. value
Fargo, ND 58102

2023 Estimated Chemical Requirements for Grand Forks Regional Water Treatment Plant
Term Contract
Sub-Bidding
Grand Forks, ND 58201

NDSU Campus Pest Control Services
Term Contract
Post-Bid
ND

Precast Reinforced Concrete Box (PRCB) Culvert Material
Term Contract
Sub-Bidding
Finley, ND 58230

Window and Door Cleaning Services
Term Contract
Post-Bid
Bismarck, ND 58501

2023 Boulevard Tree Pruning
Term Contract
Sub-Bidding
Bismarck, ND 58504

Hauling, Laying, and Compacting Hot Bituminous Pavement
Infrastructure
Post-Bid
ND

Aerial Mosquito Control Services
Alteration
Post-Bid
Grand Forks, ND

2022 Rodent and Pest Extermination - English Coulee Diversion and Southend Drainway
Alteration
Post-Bid
Grand Forks, ND

Porta Potty Rentals
Term Contract
Post-Bid
Grand Forks Air Force Base, ND

Last Updated 12/07/2022 08:28 PM
Project Title

Three Affiliated Tribes Fort Berthold Rural Water | On-Call SCADA Services

Physical Address View project details and contacts
City, State (County) New Town, ND 58763   (Mountrail County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

Three Affiliated Tribes Fort Berthold Rural Water | On-Call SCADA Services. SCADA: The Contractor shall be responsible to provide (on a requirements basis) all labor, equipment, and materials, necessary to maintain and upgrade existing telemetry facilities and equipment. Work shall include any telemetry programing necessary to troubleshoot existing facilities or integrate new equipment and facilities as needed. The Contractor shall also be responsible to supply any needed replacement or new equipment necessary to maintain SCADA controls over existing facilities or to incorporate new facilities into the SCADA network. Each Contractor is advised that the Contract Term shall be two (2) years with additional 1-year extension terms being optional at the decision of the Owner. Each Contractor shall provide a schedule of rates for the prospective year. Instructions to Bidders: Submittal of Bid: The sealed envelope containing the Bid shall have the following information disclosed on the outside of the envelope: 1. Work covered by the Bid 2. Name of person, firm, or corporation submitting the Bid, and their address. 3. North Dakota Contractor License Number The Contractor shall prepare and provide a schedule of rates (Contractor Rate Sheet(s)) for services available to offer to the Owner. The Contractor's Rate Sheet(s) will be considered the "Bid Sheets" and shall be included with the Bid Form. Each Bid must be accompanied by a separate sealed envelope containing the following documents, and shall be attached to the outside of the sealed envelope containing the Bid: 1. Copy of current and valid North Dakota Contractor's License or Certification of Renewal thereof (must have been issued at least 10 calendar days before the date of the Bid Opening). Bid Evaluation: All submitted bids will be evaluated on both the pricing provided in the rate sheets and the qualifications of the bidder based upon their submitted qualification statement. The Owner will select the bidder who is believed to be the most qualified and offers the best pricing. Miscellaneous: Bidders on this work will be required to comply with the Presidents Executive Order No. 11246, as amended. The requirements for Bidders and Contractors under this order are explained in the contract documents. In the evaluation of bids, the Three Affiliated Tribes will compare bids by the hourly rates provided, the Qualification Statement, and the proximity and ability of the Contractor to respond to emergency requests for Services. Preference will be given to Certified Indian Contractors qualified for the type of work described in the Contract. In order to qualify as a Certified Indian Contractor, the Contractor must register with the local Tribal Employment Rights Office (TERO) prior to the bid opening and each Bid must be accompanied by a copy of Contractor(s) current and valid Indian-certified firm certification issued by the TERO Office. TERO Office Fee Notice Contractor(s) and any of the Contractor(s) subcontractors bidding on this project should be aware that they will be required to comply with the TERO Regulations of the Three Affiliated Tribes. Notice is hereby given to any and all Contractors who bid on projects on trust land within the exterior boundaries of the Fort Berthold Reservation that Contractors are responsible for payment of the Tribal TERO Tax, which amounts to two and a half percent (2.5%) of the gross receipts from each Prime Contract. Arrangements for the payment of this tax are to be made prior to beginning work with the TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO). Three Affiliated Tribes Fort Berthold Indian Reservation MHA TERO/Energy Building PO Box 488 New Town, ND 58763-0488 Prior to beginning of work on any contract or subcontract, the Contractor shall file a report with the TERO Office and FBRW showing: 1. Date of contract and amount of contract. 2. Location of land on which the contract will be performed. 3. Names and addresses of all parties of the contract. 4. When work is expected to begin or end. For questions regarding TERO requirements, contact the TERO Office via phone at (701) 627-3634 or visit the TERO website at electronically. Notice is hereby given to any and all Contractors who bid on projects on trust land within the exterior boundaries of the Fort Berthold Reservation that Contractors are responsible for compliance with MHA DOT regulations. Contractors shall register company vehicles with the MHA DOT prior to beginning work. For questions regarding MHA DOT regulations, contact the MHA DOT Office via phone at (701) 627-2838 or visit the MHA electronically. Contractors are required to obtain a Tribal Three Affiliated Tribes Environmental Department (TAT ED) waste management permit prior to beginning any construction or demolition work on the Reservation. The permit fee shall be payable to the Tribal TAT ED and shall be for the sum of one percent (1.0%) of the total Contract. For the purposes of this requirement, a Prime Contractor is the prime contractor responsible for construction or demolition projects funded by a federal agency, Tribal Government, or other commercial construction. The Owner reserves the right to hold all bids for a period of 61 days after the date fixed for the opening thereof, and to reject any or all bids, and to award the Contract, if awarded, to the Contractor with the Bid that is determined to be in the best interest and most advantageous to the Owner. The Owner reserves the right to award the Contract, if awarded, based on the received bids and will make the determination of the Bid(s) that is in the best interest and most advantageous to the Owner.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents