Similar Projects
North Reservoir Road - 3.5 Miles - Lake County
Infrastructure
Conception
$2,000,000 CJ est. value
Polson, MT 59860

Lower Moiese Valley Road - 1.3 Miles - Lake County
Infrastructure
Conception
$950,000 CJ est. value
Charlo, MT 59824

New Elementary School - Arlee Public Schools
Addition, Infrastructure, Build-out
Design
$14,500,000 CJ est. value
Arlee, MT 59821

Replacement and Renovation Work at the Ronan Career Center Building
Demolition, New Construction, Renovation, Infrastructure
Bidding
$414,000 CJ est. value
Ronan, MT 59864

NLCPL Remodel North Lake County Public Library
Demolition, Renovation, Infrastructure - 10,233 SF
Sub-Bidding
$3,000,000 CJ est. value
Polson, MT 59860

Well House, Well 8 Project
Renovation, Infrastructure
Post-Bid
$400,000 CJ est. value
Polson, MT 59860

Ponderilla Hills - Water Improvements
Infrastructure
Post-Bid
$400,000 CJ est. value
Polson, MT 59860

Dublin Gulch - 5 Miles - Reconstruction/Paving - Lake County
Infrastructure
Conception
$3,500,000 CJ est. value
Saint Ignatius, MT 59865

4th Avenue West and 2nd Street West Improvements
Infrastructure
Post-Bid
$2,000,000 CJ est. value
Polson, MT 59860

Finley Point Loop - 6.25 Miles - Reconstruction/Paving - Lake County
Infrastructure
Conception
$3,500,000 CJ est. value
Finley Point, MT 59860

North Fork Jocko River/Tabor Feeder Canal Headworks Project - Irrigation and Fisheries Protection and Passage Structures
Infrastructure
Post-Bid
$400,000 CJ est. value
Pablo, MT 59855

Bridge Shop - Lake County
New Construction, Infrastructure
Conception
$500,000 CJ est. value
Polson, MT 59860

Office Building for the Lake County Weed Department
New Construction, Infrastructure - 1,480 SF
Post-Bid
$200,000 CJ est. value
Polson, MT 59860

Detention Facility - Lake County
New Construction, Infrastructure
Conception
$20,000,000 CJ est. value
Polson, MT 59860

Big Arm General Store Building
New Construction, Infrastructure
Post-Bid
$1,000,000 CJ est. value
Big Arm, MT 59910

Last Updated 03/02/2023 03:07 PM
Project Title

Salish and Kootenai Housing Authority 1-Bedroom Homes Phases 1

Physical Address View project details and contacts
City, State (County) Pablo, MT 59855   (Lake County)
Category(s) Heavy and Highway, Residential
Sub-Category(s) Single-Family Homes, Site Development
Contracting Method Competitive Bids
Project Status All Bids Received, Results Expected, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $600,000 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

Each sealed envelope containing a BID must be plainly marked on the outside. Bidder to indicate the Phase(s) the bid represents, and the envelope should bear on the outside, the name of the BIDDER, Bidder's address and contractor license number. A complete separate BID is required for each Phase, submitted in separate envelopes. If forwarded by mail the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER. All BIDS shall be submitted on the form provided in the specification Documents. All blank spaces must be filled in, in ink or typewritten. The BID form just be fully completed and executed when submitted. Any BIDS with conditions or qualifications will not be accepted only one copy of the BID form is required for each phase. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. No BIDDER may withdraw a BID within thirty (30) days after the actual date of the opening thereof. Should there be reasons why the CONTRACT cannot be awarded within the specified period, the time may be extended. Each BIDDER will provide a subcontractor and supplier list with their BID. *Mail delivery first passes through the Tribal mail room and is then delivered to the Housing Authority. Mailed BIDS, therefore, may not be received by the Housing Authority office before the BID Closing time and date unless mailing is allowed extra time. Mailed BIDS received by the Housing Authority after the BID closing time and date, will be considered non-responsive and will be returned unopened. The BIDDER will be responsible to ensure its mailed BID has been received before the BID Closing time and date. BIDS received after this time will not be accepted. No faxed BIDS will be allowed. A BID GUARANTEE of not less than 5% of the total BID amount, payable to the OWNER, is required for all BIDS in excess of $25,000. The BID guarantee shall be a certified check, bank draft, U.S. BOND at par value or a BID BOND secured by a sure ty company. Personal checks are not acceptable. If bidding both Phases 1 and 2, a separate BID BOND is required for each. The BID GUARANTEE will not be returned until the PERFORMANCE and PAYMENT BONDS are verified, executed and approved after which it will be returned. The proposal procedures and award of the CONTRACT will be conducted in accordance with the Instruction to BIDDERS (form HUD 5369), General Conditions of the CONTRACT for Construction (form HUD 5370), and the selection of the successful contractor and award of this project will be per the provisions of the Confederated Salish and Kootenai Tribes Indian Preference Ordinance 101A, in its most current form. A Performance BOND and a Payment BOND each in the amount of 100 percent (100%) of the CONTRACT price (with a corporate surety approved by the OWNER) will be required to ensure faithful performance of the CONTRACT. Attorneys-in-fact who sign BID BONDS or Payment BONDS and Performance BONDS must file with each BOND a certified and effective date copy of their power of attorney. The party(s) to whom the CONTRACT(s) are awarded will be required to execute the CONTRACT and obtain the Performance BOND and Payment BOND within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary CONTRACT and BOND forms. In case of failure of the BIDDER to execute the Contract, the OWNER, at his or her option consider the BIDDER in default, in which case the BID Bond accompanying the proposal shall become property of the OWNER. Within ten (10) days of receipt of the NOTICE OF AWARD, BIDDER shall sign the CONTRACT and return to such Party two executed duplicates of the CONTRACT, the acceptable Performance BOND, Payment Bond and Contract signed by the Party to whom the CONTRACT was awarded. Once the OWNER receives these documents they shall have fifteen (15) days to receive attorneys review and sign the CONTRACT. If the OWNER does not execute the CONTRACT within such period, the BIDDER may by written notice withdraw his or her signed CONTRACT. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER. The NOTICE TO PROCEED shall be issued within fifteen (15) days of the execution of the CONTRACT by the OWNER. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period; the time may be extended by mutual agreement between the OWNER and CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) day period or within the period mutually agreed upon, the CONTRACTOR may terminate the CONTRACT without further liability on the part of either party. This is an Indian Preference BID. Tribal Contractors who wish to receive Indian Preference must obtain certification by the Indian Preference Office as a legitimate Indian-owned business prior to the submission of BIDS. Proof of Indian Preference Certification must be included with your BID in the form of a copy of the Certificate issued by the Indian Preference Office. Be advised that evidence of your membership or affiliation with a Tribe does not constitute Indian Preference Certification. You must be certified by the Indian Preference Office in order to claim preference. It is the sole responsibility of the BIDDER to obtain and provide proof of Indian Preference Certification from the Indian Preference Office. Contact Melinda Charlo, (406) 675-2700, ext. 1045, or indianpreference@cskt.org. The project is funded by the Salish & Kootenai Housing Authority, therefore Davis Bacon Wage rates are provided. This overall project is comprised of thirteen (13) residences to be constructed in two groups or phases: Phase 1 is for seven (7) detached single family one-bedroom homes each on a specific lot, with one being handicap accessible; and Phase 2 is for six (6) detached single family one-bedroom homes each on a specific lot, with one being handicap accessible. Bidders may submit bids for either or both Phase 1 or 2. A complete separate bid is required for each Phase. Each BIDDER is responsible for reading and being thoroughly familiar with the BID Documents. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation to his or her BID. Right to reject any and all BIDS: This advertisement for BIDS does not commit the OWNER to award a CONTRACT, nor to pay any costs incurred in the preparation of the BIDS or to the procurement of supplies. The OWNER reserves the right to reject any and all BIDS, if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the CONTRACT and to complete the work contemplated therein, to waive any informalities or irregularities and to re-advertise when it is in the best interest of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the work, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. For questions, contact the Housing Authority: (406) 675-4491, ext. 1520, or nmichel@skha.org. Nolan Michel, Construction Coordinator Salish & Kootenai Housing Authority P.O. Box 38 Pablo, MT 59855 Deposits will be returned on receipt of documents for a period of ten days after bid opening, provided they are complete and in clean, usable condition. Additional or partial sets may be purchased. Questions regarding contact Auron (509) 747-2964 or repro@abadanspokane.com.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Precast Concrete, Site-Cast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork, Architectural Wood Casework.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Wood Doors, Plastic Doors, Windows, Hardware, Glazing, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Carpeting, Painting and Coating.
Division 10 - Specialties, Toilet, Bath, and Laundry Accessories.
Division 11 - Equipment, Residential Equipment, Residential Appliances.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Residential Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting.
Division 27 - Communications, Structured Cabling.
Division 31 - Earthwork, Grading, Excavation and Fill, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Electrical Utilities, Communications Utilities.

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