Project Title
Design and Construction of New Septic Mound System
Type of Post
REQUEST FOR PROPOSAL
Project Owner
NISQUALLY INDIAN TRIBE – Nisqually Public Works Department

NisquallyTribeLogo

Link to original solicitation
 http://www.nisqually-nsn.gov/index.php/administration/http://www.nisqually-nsn.gov/index.php/download_file/view/3887/223/
Estimated Contract Value
Bid Close: Date and Time
CLOSING DATE FOR SUBMITAL SHALL BE October 15th BY 4:00PM
Specific instructions: bid closing, mandatory meeting, bonding, insurance…
INSURANCE REQUIREMENTS

  1. Contractor is required to provide workers Compensation Insurance with Washington State statutory limits and Employers liability Insurance.
  2. Contractor will provide Commercial General Liability Insurance proof.
  3. Automobile Liability Insurance covering all owned hired and non-owned vehicles with Personal Protection Insurance and Property Protection insurance.
Additional documentation links and their importance.
Subcontractor / Supplier Goals, Set Asides, Preferences
NATIVE AMERICAN PREFERENCEThe Nisqually Tribe’s Native American preference in contracting policy will be used to select the winning bid.

The owner wishes to make available any and all opportunities for employment and training for Nisqually Tribal Members, their immediate families, and all other Native Americans. Therefore, the Tribal Employment Rights Ordinance (TERO) is in effect for this project. This includes but is not limited to:

  • Native preference in employment.
  • Native preference in contracting.
  • 75% Employment Rights tax on all projects $20,000 and over.

TERO also applies to subcontractors and all sub tiers. It is the responsibility of the bidder to contact the TERO officer. Nisqually TERO; Frances Rohr (360) 456-5221 ext.1128 rohr.frances@nisqually-nsn.gov

Scope of work
Installation and testing of a new Mound infiltration System for a residential house.

  1. Perform perk testing in existing soils where new system is to be installed and send report to Nisqually Tribe contact person. Contractor is responsible for design submittal and approval with Thurston County.
  2. Submit design, drawings and specifications (Must be approved before installation can me started).
  3. Install according to specification and Thurston County requirements for the installation of the Mound Septic System and required components
  4. Proposal is to be broken down into 2 separate line items
  5. Design and permitting
  6. Construction Cost
  7. All work is to be inspected by Indian Health Service and must meet all Thurston County requirements and applicable permitting.
Point of contact
Jill Wall, Nisqually Tribe360-459-9605

Our goal under Economic Development is to report financial and job growth through our assistance as an aggregate to clients and partners. If your company is awarded a contract related to this opportunity (or other opportunities) and/or added jobs, please let us know. We greatly appreciate your attention to this detail which allows this program to continue to provide services at no-cost to you. Award Reporting Form or report in your Bid Match Portal.

The content of any written materials or verbal communications of this post or its representatives does not necessarily reflect the official views of or imply endorsement by Native PTAC.