DINÉ COLLEGE Request for Proposals (RFP)

Size: px
Start display at page:

Download "DINÉ COLLEGE Request for Proposals (RFP)"

Transcription

1 DINÉ COLLEGE Request for Proposals (RFP) PROJECT NAME: Shiprock North Campus (SRNC) Parking Lot Renovation Project RFP Submitted By: Hereinafter referred to as Construction Contractor : corporation, partnership, individual Native American-owned Firm? Yes, No State of Incorporation: In submitting the RFP response to Diné College ( College ), Contractor acknowledges that: a) Contractor has reviewed Attachments B Shiprock North Campus Parking Renovation Project b) Contractor understands that the Contractor will be compensated for actual costs incurred during the project subject to a not-to-exceed price; c) Contractor possesses the financial ability and experience to complete the scope of the Shiprock North Campus Parking Lot Renovation Project; and, d) Contractor understands that the Cost Proposal is not the only factor that will determine the selection of the Construction firm, and that the Statement of Qualifications submitted by the Contractor will also constitute part of the criteria used in the selection. Required Information from Contractor: NOT-TO-EXCEED COST PROPOSAL: $ Total Number of Calendar Days to Complete Project: Contractor has completed/enclosed Attachment A Statement of Yes, No Qualifications : RFP SUBMISSION BY: Printed Name: Title: Mailing Address: Telephone No.: Address: Fax No.: SIGNATURE: DATE: RETURN RFP TO: RFP DUE: QUESTIONS: Diné College, ATTN: Janet Benally, Procurement Specialist, RFP ENCLOSED P.O. Box C-12 Tsaile, AZ RFP responses should be returned in a sealed envelope to the College no later than Friday, October 26, 2018, 5:00 p.m. Facsimiles and correspondences will not be accepted. Sealed packages arriving via mail services will be accepted. Questions may be directed to Delbert Paquin, Work Ph: (505) , Cell Ph: (505) , dpaquin@dinecollege.edu 1

2 Additional information: The College retains the right to reject any or all of the RFP responses that it receives. The Shiprock North Campus Parking Lot Renovation requires a mandatory walk-thru of the project; the site visit will be at the Shiprock north campus on Friday, October 19, 2018 at 10 a.m. in the large conference room. Printed schematic design plans will be available to all interested parties and also available via PDF upon request. The Shiprock North Campus Parking Lot Renovation is a State of New Mexico Capital Outlay funded project and requires adherence to state code and regulatory compliance. 2

3 ATTACHMENT A Statement of Qualifications (Contractor may attach documents as needed) 1. Name of Firm: 2. State License No. (if applicable): 3. License Expiration Date: 4. Years Engaged Under Present Name: 5. General Character of Work Performed by Contractor: Names/Titles of Key Personnel to be assigned to SRNC Parking Lot Renovation Project: 7. List of completed projects similar to SRNC Parking Lot Renovation Project in the past five years: 8. Names of Clients that may be contacted as references (name, phone number, name of firm, project title): (Check applicable box) Current Status with Navajo Nation, State of Arizona Procurement Office, and System for Award Management for the U.S. Federal Government: o Currently Not on Debarment Listing o Currently On Debarment Listing (Check applicable box) Contractor s firm is presently engaged in litigation? o Yes o No 3

4 ATTACHMENT B Shiprock North Campus Renovation Project Project Summary I. BACKGROUND 1. Historical Background - Established in 1968 as the first tribally controlled college in the U.S., Diné College is chartered and governed by the Tribal Council of the Navajo Nation. Diné College is affiliated with, and accredited by the Higher Learning Commission of the North Central Association of Colleges and Schools. Diné College maintains a multi-site system with campuses and centers located at six geographically dispersed sites in Arizona and New Mexico. 2. Project Location - The project is located on Highway 491 in Shiprock New Mexico, San Juan County. North campus is located directly west of the Northern Navajo Medical Center. Street address is 1228 Yucca Street. The project is housed on a 15 acre campus belonging to Dine College, known as the North Shiprock Campus. Dine College seeks to renovate an existing parking lot so it s compliant and meets all parking lot specifications for the use of students, faculty, administration, staff, visitors and emergency response. 3. Project Description - With the first phase of the project completed the design and engineering of the existing parking lot the scope of work will involve renovation activities which will include, but is not limited to, site preparation, grading, base course/asphalt installation, sidewalk, installation and xeriscape planting. The contractor shall follow the provided general specifications for asphalt and concrete sidewalk and curbing installations. Specifications will be available for review. II. PROJECT SCOPE OF WORK 1. With the first phase of the project completed the design and engineering of the existing parking lot the scope of work will involve renovation activities that will include but not limited to site preparation, grading, base course/asphalt installation, sidewalk, installation and xeriscape planting. 2. The contractor shall follow the provided general specifications for asphalt and concrete sidewalk and curbing installations. Specifications will be available for review. 3. It shall be the Contractor s responsibility to locate all structures, underground pipelines, electric and telephone conduits, either shown or not shown on the plans prior to any construction, and to observe all possible precautions to avoid. Owner will not guarantee any elevations or locations of existing underground utilities shown on these plans. 4. It shall be the contractor s responsibility to locate and uncover all existing water and sewer lines being connected to, and to verify the locations, depth, flowline elevations, and pipe size, before any construction begins. 5. The contractor shall verify finished grades as shown on the approved grading and drainage plans prior to construction. 6. The contractor shall provide compaction, bedding, and backfill; Materials used shall be per New Mexico Department of Transportation (DOT) standards. 7. The contractor will be responsible for all work and materials which do not conform to the specifications and is subject to removal and replacement at the contractor s expense. 4

5 8. The contractor shall furnish all materials, labor, and equipment to construct/install the improvement shown on the provided plans unless specifically noted otherwise. 9. The Contractor shall be responsible for construction staking. 10. The contractor shall be responsible for providing As-Built drawings to owner upon completion of the project. 11. All work shown on the grading plan shall be constructed per New Mexico DOT specifications unless otherwise specifically noted. 12. It shall be the responsibility of the contractor to verify all quantities, including excavation, borrow, embankment, shrink or swell, ground compaction, haul, and any other items affecting the bid to complete the grading to the elevations shown on these plans and to base the bid solely upon his own verified quantities. It shall be contractor s responsibility to notify the owner prior to construction of any major discrepancies between his estimate quantities and those shown on these plans. 13. If stripping or some topsoil is deemed unsuitable by the soils engineer for use as compacted fill, the unsuitable material shall be stockpiled prior to rough grading and used to finish suitable areas at completion of rough grading. 14. Any earthwork quantities shown on the provided plans were based on the assumption that the entire site will be graded in one operation. 15. All earthwork operations shall be in accordance with the geotechnical engineers recommendations as outlined in their report prepared for this project. 16. All work and materials which do not conform to these plans are subject to removal and replacement at the contractor s expense. 17. All temporary water and power facilities shall be removed prior to final acceptance the developer. 18. Any questions raised relative to the accuracy of improvement installations shall be raised prior to the commencement of the work in question. 19. The contractor shall provide a one (1) foot minimum bench between the top of all landscape slopes and the back of curbs and sidewalk. 20. The invert elevations shown on the provided schematic plans have been designed to provide to least one (1) foot of cover over the top of the pipe (excluding the pavement thickness). The contractor is responsible for protecting the newly installed pipes from damage caused by construction activity on the site prior to the final pavement section being installed. 21. All work shown on the grading plan shall be constructed per New Mexico DOT unless otherwise specifically noted. 22. Plant materials to be approved by the landscape architect prior to any holes being dug. 23. All grades to be approved by the landscape architect prior to the installation of any plant material. 24. Landscape contractors shall be responsible for providing finished grades. 25. The landscape contractor shall verify berm and retention basin locations shown on these plans with those on the civil engineering plans, the owner shall be notified immediately if there are questions or concerns. 26. All palms and deciduous trees to be unconditionally guaranteed for one year after installation. 27. Landscape contractor is responsible for unconditionally guaranteeing any vegetation, trees, shrubs, or foliage utilized in the project for one year after installation. 28. All slopes not to exceed 4:1 in landscape areas. 5

6 29. All valve boxes (irrigation, gate valve, flush cap, water feature, etc.) are to be placed in decomposed granite/shrub areas. Under no circumstances are valve boxes to be placed in a lawn or hardscape area. 30. All trees in lawn area to receive arbor guards. 31. Under no circumstances shall any tree be planted within 6 of any building without the express approval of the landscape architect or owner. 32. It is the responsibility of the landscape contractor to inform the landscape architect/owner of any plant material concerns based on planting season (i.e.: winter, summer). Should the landscape contractor have any concerns about plant material due to heat/frost or exposure, he shall request a substitution or delay in planting. Once planted, all plant material is subject to specified warrantees (see attachment B-II-27) 33. The irrigation plan is diagrammatic and it is the irrigation constructors responsibility to adjust the location of any head to provide full and adequate coverage or to add additional heads as necessary to guarantee 100% coverage to all plant material 34. Spacing of sprinkler heads is not exceed the radius given in the irrigation legend. 35. The irrigation system has been designed for 60 PSI. The irrigation contractor shall verify the water pressure in the field and notify the landscape architect immediately should a discrepancy exist. The irrigation contractor shall size the pipe according to the pipe schedule. Gallons per minute are calculated by the combined sprinkler head output downline from pipe being sized. 36. Irrigation sleeves are to be schedule 40 PVC with a minimum diameter twice the size of the irrigation line. Irrigation sleeves are to extend 12 beyond edge of pavement or curb and a minimum of 24 beyond edge of sidewalks. 37. Controllers are to be programmed so that sufficient gallons per minute are maintained throughout the system. 38. It is the irrigation contractor s responsibility to provide full and adequate coverage to all landscape material indicated on the corresponding landscape plan. 39. Contractor shall provide weekly updates on the progress of the project; provide information to the owner that is relevant to the progress of the project. III. PROJECT TERMS & CONDITIONS 1. Note: The following items constitute a general description of the terms and conditions applying to the Shiprock North Campus Parking Lot Renovation Project. A more complete set of Terms and Conditions shall be included in a Contractual Agreement after the College issues a Notice of Award for this project. 2. Native American Preference. Preference in the award of contracts shall be given to Indianowned economic enterprises and Indian organizations. 3. Notice of Intent to Award. Upon receipt and review of RFQP responses, and pending the selection of a qualified Contractor, the College shall issue a Notice of Intent to Award, and enter into negotiations with the selected Contractor to finalize terms and conditions related to the project. 4. Notice of Award. The College will issue a Notice of Award after terms and conditions are finalized. 5. Performance and Payment Bonds. Per the Financial Policies and Procedures of the College, the Contractor will be required to provide performance and payment bonds for the project at 100% of the total contract price per bond. 6

7 6. Start Date and Final Completion Date. The College will include in the Notice of Award an identified Start Date and a Final Completion Date based on the total number of calendar days required to complete the project. 7. Contractual Agreement. The final contract that will be used between the College and the Contractor has yet to be determined. The College utilizes a range of Agreements that may be successfully employed for this project. 8. Notice to Proceed. The Contractor will begin work on the project after receipt of the College s Notice to Proceed. No materials purchased by the Contractor before a receipt of the Notice to Proceed will be reimbursed by the College. 9. Materials Submission. The Contractor will be required to forward material submittals to the College for final selection including but not limited to engineered soils composition, asphalt mix, concrete specification, etc. 10. Anticipated Progress Payment Schedule. Contractors are paid based on payment terms and conditions specified in the agreement between the Contractor and College. (Diné College) 11. Project Retainage. Per the Financial Policies and Procedures of the College, The College will retain 10% of all construction contract payments as insurance of proper performance of the contract. 12. Change Orders. All change orders, including time and material change orders, must be approved by the College and must be in written format. The Contractor will not be reimbursed for material purchases unless supported by a College-authorized change order, signed by the Owner s Representative (as designated by the President of the College) and the Construction Project Director. 13. Commercial Labor Rates. The Contractor shall be required to pay established commercial labor rates established by the Navajo Nation. (For more information, contact Navajo Labor /6294.) 14. Waste Disposal. All waste and debris (solid or liquid) generated on site that is related to the project scope of work, including applicable demolition of existing structures, will be considered the responsibility of the Contractor to remove to a legal landfill. A waste disposal invoice must be presented to the College along with the Contractor s final invoice before the College will authorize reimbursement for total waste disposed. 15. Liquidated Damages. The College will apply liquidated damages at a rate of $ per day for work extending beyond the Final Completion Date. 16. Substantial Completion. The Contractor will inform the College when the Contractor considers the project substantially complete. The College and Contractor will conduct a walkthrough and prepare a punch list of outstanding items to be completed by the Contractor. The College will retain the right to ascertain whether the project is substantially complete. Should the project be considered substantially complete, the College will release applicable retainage for the project. 17. Certificate of Final Completion. Upon final satisfaction of the punch list by the Contractor, the College will issue a Certificate of Final Completion to the Contractor. 18. Warranty and Assurances. The Contractor will be required to issue a letter to the College on the Contractor s official letterhead that will provide a warranty on workmanship and materials used - that shall be effective for no less than one year from the date of Final Completion and project acceptance. 7

8 IV. PHOTO DOCUMENTATION OF PROJECT SITE North Campus Parking Lot Arial View North Campus Parking Lot 8