RFB | 21 Mile Grade Fire Herbicide Invasive Species Control

Agency: The Confederated Tribes of the Colville Reservation
State: Washington
Type of Government: State & Local
NAICS Category:
  • 115310 - Support Activities for Forestry
  • 541620 - Environmental Consulting Services
  • 561730 - Landscaping Services
Posted Date: Mar 14, 2024
Due Date: Mar 28, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

RFB | 21 Mile Grade Fire Herbicide Invasive Species Control | Closing Date March 28, 2024 PDF

Attachment Preview

Confederated Tribes of the
Colville Reservation
P.O. Box 111, Nespelem, WA 99155 Phone Number: (509) 634-2242
Request for Bids:
21 Mile Grade Fire Herbicide Invasive Species Control
SECTION 1. GENERAL INFORMATION
1.01 Significant Dates
Posted Date: March 14th, 2024
Deadline for Questions: March 20th, 2024 at 3:00 pm
Answers Posted: within 2 business days of receipt, no later than 4:00 pm
Closing Time and Date: March 28th, at 3:00 pm
Bid Opening Date and Time: April 1st, 2024, time TBD
1.02 Description of Proposals Sought:
The Colville Tribes Land Operations Program is requesting bids for herbicide treatments on 6.61 miles
of roadside for control of Washington State listed noxious weed species within the 21 Mile Grade Fire.
A detailed Scope of Work and Maps will be provided below.
If problems have occurred with previous contracts held with the Tribes, the contractor may not be
considered for selection for this contract. Contractor must also demonstrate prior experience and
knowledge with invasive noxious weed identification and knowledge of appropriate timing of herbicides
to properly control invasive noxious weeds. Contractor may work closely with staff from either the
Okanogan County Noxious Weed Control Board or the Ferry County Noxious Weed Control Board.
*Award of contract shall be made to the responsive bidder based upon Indian Preference and
Title 10 Certification according to Tribal Code 10-3-7(a) subpart (2). This Request for Bid is open
to all bidders.*
Contractor must bid on the entire project to be considered. The contractor shall comply with all
regulations and provisions of the Tribal Employment Rights Ordinance (TERO).
1
If contractor is not a Native Owned Business and a Title 10 Certified Business the following
TERO Employee Rights Fee will apply (so keep this in mind while bidding on this project):
The TERO shall assess a Contract Fee equal to 5% of the total gross contract price, on all
contracts in the sum of $5,000.00 or more where the majority of the work under the contract is to
be performed within the Reservation or lands owned by the Tribes. The Contract Fee shall be
assessed on the entity receiving the contract award. Where a construction or other type of
contract involves subcontracting, the entity acting as prime contractor or awarding the
subcontracts shall be responsible for paying the Contract Fee, including those attributable to the
subcontractors. The Contract Fee shall be due in full prior to commencement of any work under
the contract. However, where good cause is shown, the Director may authorize a covered
employer to pay the Contract Fee in installments over the course of the contract.
To qualify for the following items listed below, bid packets must include the following
documentation:
Copy of Blue Card to qualify for consideration as an Indian preference contractor the business
owner must provide a copy of the individual’s blue card.
Copy of Title 10 Certification to qualify as a Title 10 Certified contractor.
Contractor must have an Environmental Protection Agency (EPA) pesticide applicator
certification if using restricted use pesticides on the reservation.
1.03 About the Colville Tribes:
The Confederated Tribes of the Colville Reservation is a Sovereign Nation. Presidential Executive
Order established the Colville Indian Reservation in 1872, with a land base of 1.4 million aces, located
in North Central Washington State. The Tribes’ Indian Country now includes various off-reservation
trust land holdings. The Tribes’ administrative Headquarters are located at the Colville Indian Agency
Campus, approximately 2 miles south of Nespelem, WA with offices located throughout our reservation.
Tribal business hours are Monday thru Thursday 7:00 and 5:30 p.m. excluding Fridays, Saturdays,
Sundays, Tribal and Federal holidays.
1.04 Response Format:
Bids should be prepared simply, providing a straightforward and concise delineation of the Contractors
approach and capabilities necessary to satisfy the criteria listed in Section 3. The bid may not be longer
than 30 pages, single-spaced with no less than 12-point font. Emphasis in the bid should be on
completeness, clarity of content, and adherence to the presentation structure required by this RFB.
Contractors that deviate from the required format may be deemed non-responsive.
1.05 Completeness of Bid
The Contractor must submit a completed Bid signed by a Contractor representative authorized to bind
the proposing Contractor contractually. The Contractor must identify on the form any exceptions the
Contractor takes to the Tribes RFB, or declare that there are no exceptions taken.
1.06 Response Date and Location
Bids must be submitted no later than 3:00 p.m., PST, March 28th, 2024. For hard copy submissions,
Contractors/Offerors must submit 1 original and 3 bound copies of the bid no more than 30 pages long,
single-spaced, in a font no smaller than 12 point. Bids shall be submitted in a sealed envelope that has
clear markings of the responding business name and address and clearly identifies the contents as 21
Mile Grade Fire Herbicide Invasive Species Control”. Bids may be sent by electronic mail, regular, or
2
express mail (FedEx or UPS). All bids and accompanying documentation will become the property of
the Tribes and will not be returned. Contractors accept all risk of late delivery of emailed bids regardless
of fault. Bids must be directed to Tyrone Rock, Soil Conservationist, Colville Tribes Land Operations
Program, PO Box 111, Nespelem, WA 99155 or Fedex/UPS to 21 Colville St, Nespelem, WA 99155.
Emailed bids should be sent to Tyrone.Rock@bia.gov.
1.07 Contractor’s Cost to Develop Bids
Costs for developing bids in response to the RFB are entirely the obligation of the Contractor and are not
chargeable in any manner to the Tribesno exceptions.
1.08 Site Visitations
A site visit is not required. By submitting his/her bid, the Contractor acknowledges that he/she has
satisfied him/herself as to the nature of the work requested.
SECTION 2. TERMS AND CONDITIONS
2.01 Questions Regarding the RFP
Requests for interpretation/clarification or other information related to this RFB must be emailed to
Tyrone Rock at Tyrone.Rock@bia.gov. Unauthorized contact with other tribal employees regarding this
RFB or in any other manner than email to Tyrone Rock may result in disqualification. All oral
communications will be considered unofficial and non-binding on the Tribes and may result in
disqualification of the applicant.
All questions must be submitted no later than 3:00 p.m., PST, March 20th, 2024. All responses will be
posted on the Tribes’ web site at: https://www.colvilletribes.com/rfp no later than 4:00 p.m. PST two (2)
business days after the deadline for questions.
2.02 RFB Amendments
The Tribes reserves the right to request any respondent clarify its bid or to supply any additional
material deemed necessary to assist in evaluation.
The Tribes reserves the right to change the RFB schedule or issue amendments to the RFB at any time.
The Tribes also reserves the right to cancel or reissue the RFB. All such addenda will become part of the
RFB. It is the Contractor’s responsibility to check the Tribes’ website for the issuance of any
amendments prior to submitting a bid response.
2.03 Withdrawal of Bid
Provided notification is received in writing to the address provided in Section 1.05, bids may be
withdrawn at any time prior to the bid response due date and time specified. Bids cannot be changed or
withdrawn after the time designated for receipt.
2.04 Rejection of Bids
The Tribes reserves the right to reject any or all bids, to waive any minor informalities or irregularities
contained in any bid, and to accept any bid deemed to be in the best interest of the Tribes.
2.05 Bid Validity Period
Submission of a bid will signify the Contractor’s agreement that its bid and the content thereof are valid
for 30 days following the bid opening unless otherwise agreed to in writing by both parties. The bid may
3
become part of the Contract negotiated between the Colville Tribes and the successful Contractor.
2.06 Bid Signatures
An authorized representative of the Contractor must sign bids, with the Contractor’s address and
telephone information provided. Unsigned bids will not be considered.
2.07 Insurance Requirements
The selected Offeror shall procure and maintain for the duration of its Contract awarded pursuant to this
RFB insurance against claims for injuries or damages to property, which may arise from or in
connection with the performance of the work by the Offeror, his agents, representatives, employees or
subcontractors. The Offeror shall pay the cost of such insurance. Insurance shall meet or exceed the
following unless otherwise approved by the Colville Tribes.
A. Minimum Insurance
1. Commercial General Liability coverage with limits not less than $1,000.000 per
occurrence / $2,000,000 annual aggregate.
2. Stop Gap/Employers Liability coverage with limits not less than $ 1,000,000 per
accident/disease.
3. Business Automobile Liability coverage with limits not less than $1,000,000 per accident
for any auto.
4. Worker’s Compensation coverage as required by the Industrial Insurance Laws of the
State of Washington/
B. Self-Insured Retentions
Self-insured retentions must be declared to and approved in writing by the Colville Tribes.
C. Other Provisions
Commercial General Liability policies shall be endorsed to:
1. Include the Colville Tribes, its officials, employees and volunteers as additional insured.
2. Provide that such insurance shall be primary as respects any insurance or self-insurance
maintained by the Colville Tribes.
3. Each insurance policy shall provide that coverage shall not be canceled except after thirty
(30) days written notice has be given to the Colville Tribes.
D. Acceptability of Insurers
Insurance shall be placed with insurers with a rating acceptable to the Colville Tribes.
E. Verification of Coverage
Offeror awarded a contract under this RFB shall furnish the Colville Tribes with certificates of
insurance required herein. The certificates are to be received and approved by the Colville
Tribes before work commences. The Colville Tribes reserves the right to require complete,
certified copies of all required insurance policies at any time.
F. Subcontractors
Subcontractors hired pursuant to this RFB must provide coverage, which compiles with the
requirements state herein.
2.08 Retainage/Performance Bond
Any contract negotiated in response to this RFB will require either a 25% retainage or a performance
bond. Any contract awarded with a value greater than $100,000 will require a performance bond.
2.09 Ownership of Documents
Any reports, studies, conclusions, and summaries prepared by the Contractor shall become the property
of the Tribes. The Tribes may provide the Contractor with a limited license to use such material.
4
2.10 Hold Harmless
The Contractor shall hold harmless, defend, and indemnify the Tribes and the Tribes officers, agents,
and employees against any liability that may be imposed upon them by reason of the Contractor’s failure
to provide worker’s compensation coverage or liability coverage.
2.11 Limitations on Costs and Expenses
The Contractor’s cost proposal may not include: any costs that can be described as overhead, including
secretarial, clerical, or file management work; on-line research services charges (in-house photocopying;
unnecessary express mail/overnight courier mailings); or for developing invoices for the Tribes.
2.12 Dispute Resolution and Venue
The Tribes will require the selected Contractor to expressly consent to the jurisdiction of the Colville
Tribal Court for any and all disputes that may arise from the Tribes engagement of the Contractor’s
services, including the application of tribal law.
2.13 Appropriated Funds
Any contract awarded pursuant to this RFP is subject the Tribes’ appropriation and budgetary process,
which operates on a fiscal year from October 1 to September 30. Any required payments under the
contract are contingent on the availability of funds in the tribal treasury. As funds are appropriated
yearly any contract awarded would be for the remainder of the fiscal year, at which time it would be
renewable on a yearly basis.
2.14 Indian Preference
Indian preference applies to any award of contract pursuant to this RFB and the Contractor shall comply
with all applicable Indian preference requirements set forth in Chapter 10-1, the Colville Tribal
Employment Rights Ordinance (TERO), and Chapter 10-3, Indian Preference in Contracting. The tribal
code is available at https://www.cct-cbc.com/current-code/.
2.15 Debarment
Selected Contractor must sign a Certification Regarding Debarment and Suspension (See Attachment
C).
2.16 Contract
The selected Offeror will be required to enter into the Colville Tribes’ standard form contract which will
include a “no assignment” provision indicating that the Contract may not be assigned without written
consent of the Tribes. Any increase in contract price following execution of the contract requires a
written modification to the term to continue.
SECTION 3. REQUESTED SERVICES
3.01 Duration of Services
The Tribes anticipates the service period for this work to be indeterminate but no less than for three
years, and on an as-needed period for the term of the Contract to be issued pursuant to this RFP.
However, if the work extends beyond this period, and as stated in Section 2.13, any agreement would be
year-to-year and require an agreed-upon modification to the term to continue.
5

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow F--R10 Upper Columbia River Sampling and Removal Tech Active Contract Opportunity Notice

ENVIRONMENTAL PROTECTION AGENCY

Bid Due: 5/03/2024

Follow Wyckoff Debris Removal and Wall Replacement at Bainbridge Island, WA Active Contract

DEPT OF DEFENSE

Bid Due: 5/27/2024

Follow Environmental Quality Services at Yakima Training Center (YTC) Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 5/10/2024

Follow F--R10 Upper Columbia River Sampling and Removal Action Technical Support Active Contract

Federal Agency