Similar Projects
Last Updated | 12/20/2022 05:01 PM |
Project Title | Grizzly Bear Homesites-Subdivision Improvements |
Physical Address | View project details and contacts |
City, State (County) | Pablo, MT 59855 (Lake County) |
Category(s) | Heavy and Highway, Sewer and Water |
Sub-Category(s) | Maintenance, Paving/Reconstruction, Site Development, Water Lines |
Contracting Method | Competitive Bids |
Project Status | Contract Award, Construction start expected January 2023 |
Bids Due | View project details and contacts |
Estimated Value | $414,522 [brand] Estimate |
Plans Available from | Federal Agency |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The proposed work involves an improved gravel access drive to the Grizzly Bear Homesites Subdivision located in Pablo, MT. New water, sewer, and dry utilities (power/phone/cable) will also be included in the Contract along with coordination with the appropriate utility companies. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to Salish and Kootenai Housing Authority (SKHA), in an amount not less than ten percent (10%) of the total amount of the bid. Successful BIDDERS shall furnish an approved Performance Bond and Labor and Materials Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance, as required, shall be provided by the successful BIDDER(s), and a certificate(s) of that insurance shall be provided. Contactor and all subcontractors must be licensed to perform work in the State of Montana. Within 10 calendar days after the Notice of Award, the successful Bidder will be required to furnish a Performance Bond and a Labor and Materials Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the contract. The bonds will each be equal to 100 percent of the contract amount. Completion of the work is required within 45 calendar days. The project includes liquidated damages that will be assessed as set forth in the Special Provisions if the work is not complete within the allotted contract time. No bid may be withdrawn within a period of 60 days after the scheduled time for public opening of bids. Indian Preference Ordinance 101A This is an Indian Preference Bid. The current Confederated Salish and Kootenai Tribes' Indian Preference Policy Ordinance 101A will be followed in the selection and award of this Project to a Contractor. Tribal Consultants 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 submittal in the form of a copy of the Certificate issued by the Indian Preference Office. Evidence of membership or affiliation with a Tribe does not constitute Indian Preference Certification. Bidders who are Indian Owned Business must be certified by the Indian Preference Office in order to claim preference. It shall be the sole responsibility of the bidder to obtain and provide proof of Indian Preference Certification from the Indian Preference Office. The Contractor, and all subcontractors, shall comply with all requirements of this Ordinance in completing the Project, including the hiring of personnel, and soliciting and awarding of subcontracts. If the Contractor subcontracts any of this work, the selection of a subcontractor must be in accordance with the Indian Preference Policy Ordinance 101A, must be completed and submitted to the Indian Preference Office prior to awarding any subcontract. A copy of Ordinance 101A is included in Appendix A-Indian Preference Tribal Ordinance of the Contract Documents. Federal Davis Bacon Wage Act The proposed project includes funding from federal agencies. As a result, all employee wages must be compliant with the Federal Davis Bacon Wage Act (MT80). The appropriate wages for all trades, including travel pay, are included in Appendix B-Federal Davis Bacon Wage Rates. The SKHA reserves the right to reject all Bids, to waive informalities, and to reject nonconforming, irregular, nonresponsive or conditional Bids. |
||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |