RFQQ | Paschal Sherman Indian School HVAC Equipment Replacement Design

Agency: The Confederated Tribes of the Colville Reservation
State: Washington
Level of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD15807251485120915
Posted Date: Mar 27, 2024
Due Date: Apr 24, 2024
Source: Members Only

RFQQ | Paschal Sherman Indian School HVAC Equipment Replacement Design | Closing Date April 24, 2024 PDF

Attachment Preview

Confederated Tribes of the
Colville Reservation
P.O. Box 150 Nespelem, WA 99155 (509) 634-2200
Request for Qualifications & Quote
Paschal Sherman Indian School &
Maintenance Building
HVAC Equipment Replacement
Design Documents
Section 1: GENERAL INFORMATION
1.01 Description
The Confederated Tribes of the Colville Reservation (Colville Tribes) Facilities Maintenance
Construction Department is seeking an Architectural / Engineering Firm (Consultant) to provide
Mechanical Engineering, Design Development, Construction Documents, and Construction
Administration services for HVAC equipment replacement and all respective controls for the Paschal
Sherman Indian School and Maintenance Building located at 169 North End Omak Lake Rd, Omak,
WA 98841. The services provided must meet the objectives described herein.
1.02 Introduction
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 acres,
located in North Central Washington State. The Administrative Headquarters are located at the
Colville Indian Agency Campus, approximately 2 miles south of Nespelem, WA with offices located
throughout our reservation.
1.03 Purpose of RFQQ
The purpose of this RFQQ is to solicit proposals from Architectural / Engineering Firms licensed to
do business in Washington State to provide professional services in support of the Paschal Sherman
Indian School and Maintenance Building HVAC equipment replacement project. The instructions on
proposal preparation, required documents, eligibility requirements and evaluation criteria are
provided herein.
1.04 General Scope of Work
Furnish all supervision, labor, materials, equipment, travel, consumables, testing and document
reproduction required to provide complete Schematic Design, Design Development, Construction
Documents, Contractor Selection, and Construction Administration services in support of the HVAC
equipment replacement and all respective controls for the Paschal Sherman Indian School and
Maintenance Building located at 169 North End Omak Lake Rd, Omak, WA 98841 as described in
this RFQQ.
RFQQ Paschal Sherman Indian School & Maintenance Bldg HVAC Equipment Replacement Design Documents
1
The successful firm must have previous experience designing complete HVAC system replacement
projects in occupied commercial facilities. Experience should consist of design and construction
administration of projects of comparable size and timeframe. The successful firm/team shall display
strength and experience with overall project planning, design, phasing in an occupied building,
construction administration, post-construction, and all other services required to complete the
project.
1.05 Response Format
Proposals should be prepared simply, providing a straightforward, concise delineation of the
approach and capabilities necessary to satisfy the requirements of the RFQQ. Technical literature
and elaborate promotional materials, if any, must be submitted separately. Emphasis in the proposals
should be on completeness, clarity of content, and adherence to the presentation structure required by
this RFQQ. Consultant proposals must be submitted in the format specified below. Consultants that
deviate from this format may be deemed non-responsive.
1.06 Completeness of Proposal
The Consultant must submit a completed Proposal (Form) signed by a company representative
authorized to bind the proposing firm contractually. The Consultant must identify on the form any
exceptions the Consultant takes to the Tribes RFQQ, or declare that there are no exceptions taken.
1.07 Proposal Response Date and Location
Proposals must be submitted to the Confederated Tribes Project COR no later than 2:00 pm April
24, 2024. The FedEx delivery address is Theresa Desautel Project COR, Colville Confederated
Tribes 21 Colville St. Nespelem, WA 99155; hand delivery to the Facilities Maintenance Office, 21
Colville St. Nespelem, WA 99155, or USPS PO Box 150, Nespelem, WA 99155. All proposals and
accompanying documentation will become the property of the Colville Tribes and will not be
returned. Consultant accepts all risk of late delivery of mailed proposal regardless of fault.
1.08 Required Number of Proposals
Submit 1 original unbound and 7 bound proposal copies no more than 50 pages long and can be
printed double-sided, single-spaced Times New Roman 12 font and .75: Margins. Proposals shall be
submitted in a sealed envelope that has clear markings of the responding business name and address.
1.09 Site Visitations
A site visit is required. The site visit will be held on Wednesday, April 10, 2024 at 10:00 a.m. By
submitting a proposal, the Consultant acknowledges that the Consultant is satisfied as to the nature
and locations of the work, and certifies all information required to perform to the requirements of
this RFQQ.
1.10 Consultant Cost to Develop Proposals
Costs for developing proposals in response to the RFQQ are entirely the obligation of the Consultant
and shall not be chargeable in any manner to the Colville Tribes.
1.11 Governing Law
This RFQQ and the project contemplated shall be subject to the laws of the Confederated Tribes of
the Colville Reservation. The applicant consents to the jurisdiction of the Colville Tribes. Nothing
in this document, including attachments and exhibits, shall be deemed to waive the sovereign
RFQQ Paschal Sherman Indian School & Maintenance Bldg HVAC Equipment Replacement Design Documents
2
immunity of the Colville Tribes, which is hereby expressly re-affirmed. The terms of this paragraph
shall supersede any conflicting or contrary provisions in the RFQQ, including attachments and
exhibits.
Section 2: TERMS AND CONDITIONS
2.01 Questions Regarding the RFQQ
Requests for interpretation/clarification of the RFQQ document must be made in writing and
submitted to Mrs. Theresa Desautel, Project COR, by e-mail
theresa.desautel.adm@colvilletribes.com or by mail to PO Box 155 Nespelem, WA 99155.
Unauthorized contact with other tribal employees regarding this RFQQ may result in
disqualification. All oral communications will be considered unofficial and non-binding on the
Colville Tribes. Allow seven (7) days for processing written questions received. All questions must
be submitted no later than 10 days from the RFQQ Closing Date.
2,02 RFQQ Amendments
The Colville Tribes reserves the right to request any Consultant clarify its proposal or to supply any
additional material deemed necessary to assist in the evaluation of the proposal.
The Colville Tribes reserves the right to change the RFQQ schedule or issue amendments to the
RFQQ at any time. The Colville Tribes also reserves the right to cancel or reissue the RFQQ. All
such addenda must be acknowledged and will become part of the RFQQ.
2.03 Withdrawal of Proposal
Provided notification is received in writing, proposals may be withdrawn at any time before the
proposal response due date and time specified. Proposals cannot be changed or withdrawn after the
time designated for receipt.
2.04 Rejection of Proposals
The Colville Tribes reserves the right to reject any or all proposals, to waive any minor informalities
or irregularities contained in any proposal, and to accept any proposal deemed to be in the best
interest of the Colville Tribes.
2.05 Proposal Validity Period
Submission of a proposal will signify the Consultant's agreement that its proposal and the content
thereof are valid for 90 days following the proposal response deadline unless otherwise agreed to in
writing by both parties. The proposal will become part of the Contract negotiated between the
Colville Tribes and the successful Consultant.
2.06 Proposal Signatures
A representative authorized to obligate the firm must sign the proposal, with the Consultant's address
and telephone information provided. Unsigned proposals will not be considered.
2.07 Insurance Requirements
The Consultant shall provide specified insurance that is set forth in Attachment “A”, including
$1,000,000.00 professional liability insurance (also known as errors and omissions coverage)
covering design.
RFQQ Paschal Sherman Indian School & Maintenance Bldg HVAC Equipment Replacement Design Documents
3
2.08 Equal Opportunity Requirements
The Colville Tribes is an equal opportunity employer and requires all Consultants to comply with
policies and regulations concerning equal opportunity. The Consultant, in the performance of the
Contract, agrees not to discriminate in its employment because of the employee or applicant’s race,
religion, national origin, ancestry, sex, age, or physical handicap.
2.09 Other Compliance Requirements
In addition to the nondiscrimination and affirmative action compliance requirements previously
listed, the Consultant awarded a Contract shall comply with Tribal, Federal, State, and local laws,
statutes, and ordinances relative to the execution of the work. This requirement includes, but is not
limited to, protection of public and employee safety and health; environmental protection; waste
reduction and recycling; the protection of natural resources; permits; fees; taxes; and similar subjects.
2.10 Ownership of Documents
Any reports, studies, conclusions, drawings, specifications, and summaries produced by the
Consultant in the performance of the contract shall become the property of the Colville Tribes.
2.11 Confidentiality of Information
All information and data furnished to the Consultant by the Colville Tribes and all other documents
to which the Consultant employees have access during the term of the Contract shall be treated as
confidential to the Colville Tribes. Any oral or written disclosure to unauthorized individuals is
prohibited.
2.12 Hold Harmless
The Consultant shall be required to provide proof that all principal participants have jointly
agreed to indemnify the Tribe as follows:
Consultant shall defend, indemnify, and hold harmless the Colville Tribes, acting through its agents,
representatives, and employees, from and against any and all claims and suits, liability, damages,
losses, or expenses, including attorney fees and costs, to the extent that they arise out of or are in any
way connected with any act or omission of the Consultant, its officers, employees or agents. The
Consultant agrees, at its own expense, and upon written request by the Colville Tribes, to defend any
suit, action, or demand brought against the Tribes on any claim or demand related to the project.
2.13 Safety
All applicable regulations pertaining to safety, the Consultant shall strictly adhere to; including
Tribal Occupational Safety and Health Act (TOSHA) standards and regulations and OSHA 29CFR
1910.1001 & 1926.1101. Particular care shall be exercised in connection with the operation of
vehicles and other equipment on the site.
2.14 TERO
The Colville Tribal Employment Rights Ordinance (TERO) shall apply to this RFQQ and subsequent
Contract to the extent any of the work to be performed under this RFQQ is performed on or near the
Colville Reservation. No work shall take place until a TERO Utilization Plan has been signed,
approved, and filed with the TERO Office. The 5% TERO fee could but may not apply to the
RFQQ Paschal Sherman Indian School & Maintenance Bldg HVAC Equipment Replacement Design Documents
4
subsequent contract and it is the responsibility of the Consultant to contact the Colville Tribes TERO
office at (509) 634-2716 to verify.
Section 3: REQUESTED SERVICES
3.01 Duration of Services
The Colville Tribes anticipates the service period for this work to be from approximately May 01,
2024 through April 30, 2026. The total duration of the Contract shall not exceed 730 days.
3.02 Information
The forms referenced below must be submitted with the Contractor’s proposal. Do not leave any
space blank.
Financial and Credit Reference: In your own format provide credit references that can
verify the financial standing of your company, or provide your most recent audited financial
statement.
Company Information: Complete attached Form #1.
Client References: Complete attached Form #2.
3.03 Certification regarding Debarment, Suspension or Proposed Debarment
The Consultant representative authorized to obligate and bind the Consultant must complete and sign
attached Form #3.
If the Consultant had a contract terminated for default during the past five years, all such incidents
must be described. Termination for default is defined as notice to stop performance due to the
Consultant non-performance or poor performance, and was either (a) not litigated; or (b) litigated
and such litigation determined the Consultant to be in default.
Submit full details of all termination for default experienced by the Consultant during the past five
years; including the other party’s name, address, and telephone number. Present the Consultant
position on the incident. The Colville Tribes will evaluate the facts and may, at its sole discretion,
reject the Consultant proposal if the facts discovered indicate that completion of a Contract resulting
from this RFQQ may be jeopardized by selection of the Consultant.
If the Consultant has experienced no such termination for default in the past five years, so declare.
If the Consultant has had a contract terminated for convenience, non-performance, non-allocation of
funds or any other reason, which termination occurred before completion of the contract, during the
past five years, describe fully all such terminations, including the name, address and telephone
number of the other contracting party.
A Consultant response that indicates the requested information will only be provided if and when the
Consultant is selected, as the apparent successful Consultant is not acceptable. Restricting the
Consultant response to include only legal actions resulting form terminations for default is also not
acceptable.
RFQQ Paschal Sherman Indian School & Maintenance Bldg HVAC Equipment Replacement Design Documents
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >