Invitation to Bid Boat Maintenance & Repair

expired opportunity(Expired)
From: Little Traverse Bay Bands of Odawa Indians(Other)

Basic Details

started - 22 Mar, 2024 (1 month ago)

Start Date

22 Mar, 2024 (1 month ago)
due - 01 Apr, 2024 (26 days ago)

Due Date

01 Apr, 2024 (26 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Little Traverse Bay Bands of Odawa Indians

Customer / Agency

Little Traverse Bay Bands of Odawa Indians
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 of 7 INVITATION TO BID March 25, 2024 The Little Traverse Bay Bands of Odawa Indians, a federally Recognized Indian Tribe, invites your business to submit a Bid to Install Fish Waste Tank at the LTBB Hatchery. Included with this letter are: 1.) Provisions governing this ITB. 2.) For questions regarding bidding procedure or submittals, contact Mandy Szocinski by email at mszocinski@ltbbodawa-nsn.gov or by phone at 231-242-1439. 3.) For project specific questions or for site visit to conduct field measurements contact Kris Dey, the LTBB Hatchery Manager, who can be reached by e-mail - kdey@ltbbodawa-nsn.gov, Hatchery office - 231-373- 0576 or by cell 419-460-5747. Thank you for your interest. Sincerely, Mandy Szocinski Accounting mailto:mszocinski@ltbbodawa-nsn.gov mailto:
href="mailto:kdey@ltbbodawa-nsn.gov">kdey@ltbbodawa-nsn.gov Page 2 of 7 I. BIDS DUE A. All bids must be received by Mandy Szocinski in the Accounting Department by April 8, 2024 no later than 3:00pm prevailing local time. Submittals received after deadline will not be considered. B. Bids will be accepted in the following methods: 1. By Fax: 231-242-1449 2. By E-Mail: mszocinski@ltbbodawa-nsn.gov C. Any questions regarding the bid process may be directed to Mandy Szocinski, at 231-242-1439. II. SCOPE The Little Traverse Bay Bands (LTBB) Fisheries Enhancement Facility (LTBB Hatchery) is located at 4100 Giigoohns Miikaan Ave., Levering, Michigan 49755. The LTBB Hatchery was completed in 2013 and included a Recirculating Aquaculture System (RAS). The Hatchery’s Recirculating Aquaculture System (RAS) is mostly installed; however, a waste management component has not. A waste management component will allow the collection of waste from the drum screen. The design of the system uses a dual septic tank system to collect the “sludge” from the drum screen, thus removing fine particles before sending the effluent (sewage) to the settling pond. This process ensures that the water quality of the hatchery effluent is not negatively impacting the surrounding watershed. This project will allow LTBB to install a septic tank that will receive the effluent from the recirculating aquaculture system drum screen. Specifically, we are looking to install 1x, 2,000-gallon septic tank along the pipe leaving the drum screen. The overflow for the tank will be put inline with the current outflow to the settling pond. A. Erect safety barriers and signage to cordon off work area for safety, when needed. B. All work is performed in accordance with the applicable codes, safety standards, and adhere to the general provisions of the contract documents C. Coordinate with LTBB Planning Department to schedule needed permits and inspections, if needed. D. Work with the LTBB Hatchery Manager to schedule work being performed. E. Must be available to schedule work for early 2024 and complete project by November 2024. F. Purchase and install one (1) 2,000-gallon concrete septic tank. G. Connect to hatchery system and settling pond. H. Work to include; installation, all hookups, and testing for proper operations. I. Restore disturbed area(s) (final grading, seeding, and mulching of any disturbed area(s)) to original undisturbed condition or better. J. Project may be subject to Davis Bacon and Related Acts (40 USC §276a; 29 CFR Parts 1, 3, 5, 6 and 7), and Certified Payroll Records must be submitted to LTBB during the project period and will be supplied upon award. K. Responsible for cleaning, removing, and disposal of all debris, including all dust and concrete chips, resulting from this project and removing from site. III. QUALIFICATIONS OF CONTRACTOR A. Must not appear as listed as parties that are excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and nonfinancial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency's codification of the Common Rule for No procurement suspension and debarment. B. The Parties understand that LTBB has enacted a statute, WOS 2012-008, the Sex Offender Registration and Notification Statute, to fulfill the obligations of sex offender registration and notification. All contractors, including their employees including all subcontractors and their employees that are sex offenders that are mandated to register are required to update their registry with the LTBB Law Enforcement when working on sites under the jurisdiction of LTBB. C. If Applicable. If you have employees, then Davis Bacon is applicable and you Must be Davis Bacon and Related Acts (DBRA) compliant. DBRA are administered by the Wage and Hour Division. Contractors and subcontractors with employee, performing on federally funded or assisted contracts in, in excess of $2,000.00 for the construction, alteration or repairs are required to pay their laborers not less than the prevailing wage rates and fringe benefits as determined by Department of Labor (DOL) and listed on the web site (www.dol.gov) under the Wage and Hour Division (WHD) for corresponding classes of laborers employed on similar project in the area and will be listed in the contract as Addendum A MI2020240118 03/15/2024 “Davis-Bacon Wage Determination”. Apprentices may be employed at less than predetermined rates if they are in an apprenticeship program registered with the DOL or with a state apprenticeship agency recognized by the DOL. Trainees may be employed at less than predetermined rates if they are in a training program certified by the DOL. Contractors and subcontractors on prime contracts in excess $100,000.00 are required, pursuant to the Contract Work Hours and Safety Standards Act, to pay employees one and one-half times their basic rates of pay for all hours over 40 worked on covered contract work in a workweek. Covered Contractors and http://www.dol.gov/whd/regs/statutes/dbra.htm http://www.dol.gov/dol/cfr/Title_29/Chapter_I.htm http://www.dol.gov/cgi-bin/leave-dol.asp?exiturl=http://s.dol.gov/60&exitTitle=www.ecfr.gov&fedpage=yes Page 3 of 7 subcontractors are also required to pay employees weekly and to submit weekly certified payroll records to LTBB, the contracting agency, to the LTBB Accounting Office or designee and supply weekly certified payroll (form wh347). (40 USC §276a; 29 CFR Parts 1, 3, 5, 6 and 7). IV. PREFERENCES FOR CONTRACTOR A. Native American Preference shall apply. 1. Citizens of the Little Traverse Bay Bands of Odawa Indians, 2. Citizens of Other Federally Recognized Tribes, as certified by the Bureau of Indian Affairs B. Special consideration shall also be given to firms proven to be minority owned and/or classified as small business, see item 4 of “Bid Package” submittal for documentation needed. V. INSURANCE REQUIREMENTS The Contractor must meet and agree to maintain during the term of the Contract, the following insurance coverage as required by law. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. A. The Contractor shall carry Worker’s Compensation and Employer’s Liability Insurance Coverage. B. The Contractor shall be responsible for insuring all its vehicles, equipment, tools and all materials which it may use at the work site during contract period. LTBB shall not be responsible for any loss or damage to the Contractor’s vehicles, equipment, tools and materials. C. The Contractor shall procure and maintain during the term of the contract Commercial General Liability Insurance on an “occurrence basis” with limits of liability of not less than $1,000,000 per occurrence combined single limit, for Personal injury, Bodily injury and Property Damage. Coverage shall include the following extensions: 1.) Contractual Liability; 2.) Products and Completed Operations Coverage; 3.) Independent Contractors Coverage; and 4.) Broad Form General Liability Extensions or equivalent. D. The Contractor shall maintain Vehicle Liability Coverage and Michigan No-Fault coverage including all owned, non- owned, and hired vehicles, of not less than $1,000,000 per occurrence combined single limit. E. If any of the above coverage expires during the term of the contract, the Contractor’s insurer shall deliver renewal certification and/or policies to: Little Traverse Bay Bands of Odawa Indians, Accounting Contracts Personnel, and 7500 Odawa Circle, Harbor Springs, Michigan 49740. VI. FUNDING REQUIREMENTS This project is funded 100% with funds available through Bureau of Indian Affairs Rights Protection Implementation Fish Hatchery Maintenance. Contractors (who have employees or subcontractors with employees) submitting bids and awarded this project MUST comply with the following Special Terms and Conditions required for this Financial Assistance: Davis Bacon and Related Acts compliance and requires Davis Bacon and Related Acts (DBRA) Certified a payroll reporting for all projects. VII. CONTRACT AWARD A team from LTBB will evaluate the bids and decide to award the contract to the most responsible bidder(s) having proven experience in services as described above. Native American Preference shall apply. The award may be split, at the LTBB’s discretion, between two (2) or more contractors to better service specific locations. LTBB may determine that the rejection of all bids is in the best interest of LTBB. LTBB will not pay for any information herein requested, nor is it liable for any costs incurred by the bidder. BID PACKAGE Responses must include all items listed below. Items 4 requires supplemental documentation in order to meet criteria of this request and be considered. Confine submissions to those matters sufficient to define its proposal and to provide adequate basis for the Little Traverse Bay Bands of Odawa Indians to evaluate the proposal. Incomplete responses will not be considered. 1. Introduction a. Letter briefly state the understanding you have of the work to be done stating subject is in response to this invitation b. Company Profile including the name, title, address, telephone number, name of contact person, and date c. Key staff who will perform the tasks for this project d. List of References (minimum of 3) e. List and provide contact information for any subcontractors for the project. Page 4 of 7 2. Work Plan – describe in detail the tasks, timeline and deliverables to complete the project as it relates to the Scope of Services. Include equipment and/or technologies to be used. Clearly indicate which tasks will be completed by subcontractors (if applicable). 3. The total fixed price cost of the services for the Contract term as noted in Section II of this invitation. 4. Documentation Required for Preferences Listed in Section IV—All things being equal, the following types of firms would receive special consideration, in the award of this contract: • Indian Owned— Indian owned is defined as, at least 51% Indian owned & controlled by person(s) of certified (federally recognized) Native American heritage; SBA or Tribal certification required. • Minority/Women Owned— Minority owned is a firm that is at least 51% owned and controlled by a minority and so documented; Registered as MBE/WBE - SBA 8-a certification required. • Small Business— Small business for this purpose is firm doing less than $2 million annually as verified by gross receipts, SBA certification required. 5. A copy of the Certificates of Insurance for the Contract term as noted in Section V of this invitation. Bid Evaluation for Example (Total Possible Points = 100) Proposals shall be evaluated on the point scale listed below. Point values to be awarded on a sliding scale based upon proposal information provided and total point values in each category are not guaranteed. Qualifications and experience of staff dedicated to this project 10 Method and Approach meets LTBB Needs 15 Experience, Past Performance (references) 10 Quality of Work 15 Timeframe for start and completion of project 10 Total cost 25 Native American Owned 10 Non-Native Minority, Women, Disabled, Registered Small Business or Veteran Owned 5 Total Score 100 Addendum A Davis-Bacon Wage Determination General Decision Number: MI20240118 03/15/2024 Superseded General Decision Number: MI20230118 State: Michigan Construction Type: Building County: Emmet County in Michigan. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022, Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $17.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2024. If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022, Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $12.90 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2024. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/agencies/whd/government-contracts. http://www.dol.gov/agencies/whd/government-contracts Page 5 of 7 Modification Number Publication Date Modification Number Publication Date 0 01/05/2024 1 01/19/2024 2 03/08/2024 3 03/15/2024 ASBE0047-005 07/01/2023 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR........................$ 36.62 19.78 ---------------------------------------------------------------- BOIL0169-002 06/01/2023 Rates Fringes BOILERMAKER...............................................$ 39.95 35.38 ---------------------------------------------------------------- BRMI0009-024 08/01/2023 Rates Fringes BRICKLAYER....................................................$ 34.32 21.69 TILE SETTER.....................................................$ 34.32 21.69 ---------------------------------------------------------------- CARP0202-002 06/01/2023 Rates Fringes CARPENTER (Drywall Hanger and Form Work).......................$ 25.61 20.92 ---------------------------------------------------------------- CARP1102-005 06/01/2023 Rates Fringes MILLWRIGHT...................................................$ 32.00 26.52 ---------------------------------------------------------------- ELEC0498-017 06/01/2023 All Townships except Wawatam Rates Fringes ELECTRICIAN............................................................................$ 33.65 22.63 ---------------------------------------------------------------- ELEC0692-004 06/01/2022 Township of Wawatam Rates Fringes ELECTRICIAN.........................................................................$ 32.97 38.03%+9.25 ---------------------------------------------------------------- ENGI0324-021 06/01/2023 POWER EQUIPMENT OPERATOR: Rates Fringes GROUP 1........................................$ 45.48 25.25 GROUP 2........................................$ 42.18 25.25 GROUP 3........................................$ 39.53 25.25 GROUP 4........................................$ 37.82 25.25 GROUP 5........................................$ 31.96 25.25 GROUP 6........................................$ 29.48 25.25 Crane operator with main boom and jib 300' or longer: $1.50 per hour above the group 1 rate. Crane operator with main boom and jib 400' or longer: $3.00 per hour above the group 1 rate. PAID HOLIDAYS: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Crane operator with main boom and jib 400', 300', or 220' or longer. GROUP 2: Crane operator with main boom and jib 140' or longer; tower crane, gantry crane and whirley derrick GROUP 3: Crane; Paver; and Scraper; Stiff Leg Derrick GROUP 4: Fork Truck (over 20' lift) GROUP 5: Fork Truck (20' lift and under for masonry work) GROUP 6: Oiler ---------------------------------------------------------------- IRON0025-005 06/01/2022 Rates Fringes IRONWORKER (REINFORCING)...................$ 31.43 34.77 IRONWORKER (STRUCTURAL).................$ 34.50 38.44 ---------------------------------------------------------------- LABO1098-028 07/01/2023 LABORER Rates Fringes Common or General; Mason Tender - Brick; Mason Tender - Cement/Concrete; and Pipe layer..............$ 19.37 13.45 Sandblaster....................................................................................................................................................$ 20.58 13.45 ---------------------------------------------------------------- PLAS0016-036 04/01/2014 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 23.10 12.38 ---------------------------------------------------------------- * PLUM0085-001 05/04/2023 Rates Fringes PIPEFITTER (Excluding HVAC Pipe & System Installation)......$ 38.01 21.73 PIPEFITTER (HVAC Pipe Installation Only)................................$ 38.01 21.73 PLUMBER (Excluding HVAC Pipe & System Installation).........$ 38.01 21.73 PLUMBER (HVAC System Installation Only)..........................$ 38.01 21.73 ---------------------------------------------------------------- Page 6 of 7 SFMI0669-003 01/02/2024 Rates Fringes SPRINKLER FITTER (Fire Sprinklers)......................$ 40.48 25.80 ---------------------------------------------------------------- SHEE0007-003 05/01/2023 Rates Fringes SHEET METAL WORKER (Excluding HVAC Duct & System Installation)....................$ 31.05 25.07 SHEET METAL WORKER (HVAC Duct Installation Only)..............................................$ 31.05 25.07 ---------------------------------------------------------------- * SUMI2011-043 02/14/2011 Rates Fringes CARPENTER, Excludes Drywall Hanging, and Form Work...........$ 19.48 5.02 GLAZIER...........................................................................................$ 17.19 ** 3.83 LABORER: Landscape & Irrigation.................................................$ 11.04 ** 4.39 OPERATOR: Backhoe/Excavator.........................................$ 24.04 6.03 OPERATOR: Bulldozer.....................................................................$ 22.46 7.29 OPERATOR: Grader/Blade..................................................$ 24.04 6.03 OPERATOR: Roller............................................................................$ 27.47 8.86 OPERATOR: Tractor..........................................................................$ 19.60 7.31 OPERATOR: Loader............................................................................$ 24.04 6.03 PAINTER: Brush Only.........................................................$ 16.20 ** 2.07 PAINTER: Roller................................................................................$ 16.61 ** 2.09 PAINTER: Spray.................................................................................$ 16.37 ** 2.08 ROOFER..............................................................................................$ 13.64 ** 4.58 TRUCK DRIVER, Includes Dump and Tandem Truck......................$ 16.56 ** 3.50 TRUCK DRIVER: Flatbed Truck.......................................................$ 17.44 4.51 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four-letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. https://www.dol.gov/agencies/whd/government-contracts Page 7 of 7 Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION"

7500 Odawa Circle Harbor Springs, MI 49740Location

Address: 7500 Odawa Circle Harbor Springs, MI 49740

Country : United StatesState : Michigan

You may also like

VARIOUS REPAIRS FOR USE ON THE HC-27J AIRCRAFT.

Due: 24 May, 2024 (in 26 days)Agency: U.S. COAST GUARD

BOATS & MOTORS, MAINTENANCE & REPAIR

Due: 19 Mar, 2025 (in 10 months)Agency: Suffolk County

Repair of C-130 Altimeter Encoder

Due: 10 May, 2024 (in 12 days)Agency: DEPT OF DEFENSE