Humboldt, Lander and Pershing County Legal TC0090

Legal No TC0090  WINNEMUCCA INDIAN COLONY  REQUEST FOR PROPOSALS  INDIAN COMMUNITY DEVELOPMENT BLOCK GRANT  PROJECT MANAGER  FOR PLANNING, DESIGN, CONSTRUCTION, AND REPORTING  FOR A NURSERY LANDSCAPE RETAIL STORE  The Winnemucca Indian Colony of Nevada is seeking proposals from qualified firms or persons to provide project management services for the planning, designing, environmental review, budgeting, constructing, inspecting, and reporting on the construction of a new Nursery Landscape Retail Store on the Winnemucca Indian Colony. Applicants must demonstrate that they have experience that is recent, relevant, and successful in managing similar Indian Community Development Block Grant projects in Indian Country. You are invited to submit a proposal, three hard copies, to be received at the Winnemucca Indian Colony Office, 433 W. Plumb Lane, Reno, Nevada 89509 no later than 4:00pm on Wednesday, July 21, 2023. Only hard copies of your proposal will be accepted. Faxes and emailed proposals will not be accepted.  Scope of Work: The Colony Council expects to sign a contract for this proposal no later than June 21, 2023, and provide the selected firm or person a Notice to Proceed by July 7, 2023. All services within this scope of work should be predicated on the above dates. The firm or person(s) shall perform professional services as follows.  A Project Manager, a professional consultant with substantial experience in community development, project management, and grant management will be selected, to manage this project on behalf of, and with loyalties to, the Winnemucca Indian Colony to assure that the project is completed I budget, on time, and in accordance with design and specifications.  The Project Manager will direct this project on a day-today basis including the planning, manning, and implementing of project activities.  The Project Manager will ensure compliance with 2 CFR 200 and 24 CFR 1003, and other applicable requirements and assure that all grant activities are performed to specification, on time, in budget, and in accordance with the implementation schedule.  The Project Manager will prepare the RFP and evaluation process for acquisition of Professional Design Services, and review work of the Architect; will coordinate with the Architect to prepare construction and bid documents for construction; will review bids, bonds, and background of Construction Contractor and sub-contractors, and coordinate with selected building inspectors to assure they meet the construction specifications.  The Project Manager will conduct due diligence of the A&E and Construction contractors by checking licensing, SAM registration, certification of good standing, performance and surety bonds, and interviewing of clients for references. The Project Manager will provide contract management oversight for the A&E contract and the general construction contract. Such compliance will be documented in monthly narrative reports by the Project Manager and submitted on a quarterly basis to the Colony Administrator for review and input from the Chairperson and Colony Council members at the time the quarterly Financial Status Reports are submitted. The Project Manager will complete the review and completion of updates and amendments of the environmental assessment and make certain that all applicable regulations are met prior to breaking ground. The Project Manager will draft narrative reports, Logic Model reports, ASER reports, eLOCCS accounting, and financial and other reports; and will coordinate with the Colony Administrator to assure that HUD requirements are achieved; will ensure that architect and construction contractors perform to specifications; will ensure that reporting requirement are met; will maintain communications between the Colony Council, administrative staff, contractors, and funding agencies.  The Project Manager will prepare and issue a Request for Proposals in accordance with the HUD "Model Form of Agreement Between Owner and Design Professional" for an A&E (Architecture and Engineering) firm, to design the Nursery Landscape Retail store and Infrastructure. Only AIA (American Institute of Architects) licensed in the State of Nevada will be invited to submit proposals. Requirements for the A&E firm will include a depth of experience for community facilities, water, sewer, and electric infrastructure, and public facilities on Indian lands, experience in working with Indian tribes and organizations, experience with Universal Design standards, LEEDS energy standards and green energy rating systems, and Energy Star practices and products. The project manager will check references to ensure the successful completion of the projects identified by the A&E firm's proposal. The Architect will be required to prepare the construction documents for the construction contract including the design and specifications, and solicitation, bids, and award of the construction contract.  The Project Manager will assure that the Construction Contractor possesses current General Building Contractor's License issued by the State of Nevada Licensing Board and be in good standing, and be experienced in Universal Design Standards, LEEDS energy standards, and Energy Star. A construction contractor will be recommended to the Colony Council for selection based on responses to the solicitation based on the lowest responsible and qualified bid. The Project Manager will check the Contractor’s references to assure the successful completion of projects cited in the Contractor's references to assure the successful completion of projects cited in the Contractor’s bid documents and statement of experience. The HUD Project Manual will be used by the Project Manager to guide the invitation to bid, the contract between owner and contractor, and technical specifications. The work to be performed under this proposal is subject to Section 7(b) of the Indian SelfDetermination Act (25 U.S.C. 450 e(b)) providing preference to be given to Indians in the award of contracts and subcontracts. Proposal Evaluation Criteria: An award will be made on a competitive basis in accordance with the selection criteria as follows:  1. Capacity and Capability  A. Technical Qualifications  B. Experience  C. Past Performance  2. Timely Performance  3. Indian Preference  4. Price Submittal of Proposals and Additional Information: An original and three (3) copies of the proposal must be received at the location and time specified above, in a sealed packet and clearly marked, "Proposal for Project Management for ICDBG Nursery Landscape Retail Store". The date and time received will be recorded on each proposal. Proposals received after the deadline will not be considered for review. Proposals will not be accepted via facsimile or email. Award of the proposal will be based on the evaluation criteria above by a selection panel and within available funds. The use of interviews to further evaluate the proposal will be at the discretion of the Colony. If deemed appropriate, negotiations will be conducted with selected firms. Selection and award will be made to the firm or person(s) with the best and final offer most advantageous to the Colony. The Colony reserves the right to reject any or all proposals, and to waive technicalities that serve the best interest of the Colony. All questions regarding this Request for Proposal should be directed to Frances Winn at 775-329-5800 or admin.wic@winnemucccaindiancolony.org. Thank you for your interest in this project.  Published in the Great Basin Sun  June 21, 2023  (Humboldt, Lander, Pershing)|