Skip to content Skip to left sidebar Skip to right sidebar Skip to footer

Notices

SDG&E Brush and Branch Trimming around Power Poles

San Diego Gas & Electric
Brush and Branch Trimming around Power Poles
Pala Reservation
May 9 – 13, 2022

Beginning on Monday, May 9, 2022, Davey Tree Service will be trimming brush and branches around SDG&E power poles. Crews may be working near your home or neighborhood.

USE CAUTION

Use caution around crews as they work to protect our power poles and reduce the risk from overgrown brush and trees.

Pala Band of Mission Indians
For more information, contact the Pala Band of Mission Indians:
760-891-3500 | www.palatribe.com

 

Pala Band of Mission Indians Pala Environmental Department SDG&E Brush Branch Trimming Power Poles

Request for Proposal – Pala Fitness Center Drain Project

Request for Proposal
Pala Fitness Center Drain Project

REQUEST FOR PROPOSALS

Project Name:              Pala Fitness Center Drain Project

Project Address:           12194 Pala Mission Road, Pala, CA 92059

Project Type:                Repair/Correct 17 Drains – Roof Drains and the drain pipes from roof to termination.

Scope of work:

  • Ensure all drains are properly connected, reinforced and supported from roof to point of termination.

Required Site Meeting:  Interested contractors must walk the job.  Job walk is scheduled for Monday, April 18, 2022 at 9am.  Contractors can meet at the main office entrance.   Job walk will be conducted by Annalee Trujillo.

Proposal Requirements:  Contractors must include their best approach to properly connect, reinforce and support the drainage system at the Pala Fitness Center to alleviate flooding issues.  A diagram, type of materials that will be used must be included in the scope.

Contractor Requirements:  Contractors must be licensed, bonded and insured in the state of California.

Instructions to Contractors:  If you are interested in quoting the project, you can add your name to the list of contractors by emailing Annalee Trujillo at atrujillo@palatribe.com and cc Lorraine Smith at lsmith@palatribe.com.  You may also contact our offices at 760-891-3529.  Indian Preference does apply.

Information needed to be put on the list of eligible Contractors:  Company Name, License Number, Contact Name and number.

Submission:  Quote submission is due no later than 4:00pm on April 26, 2022.  A start date, timeline for completion must be included.  Quotes can be submitted to atrujillo@palatribe.com and cc lsmith@palatribe.com

Request - Pala Fitness Center RFP April 2022

Request for Proposal – Pala Fire Department Exterior Paint Project

Request for Proposal
Pala Fire Department Exterior Paint Project

REQUEST FOR QUOTE

Project Name:              Pala Fire Department – Exterior Paint Project

Project Address:           34884 Lilac Extension Road

Project Type:                Exterior Paint – two buildings; Main Station Facility/Training Building

Exclusions:                   Training Tower

Scope of work:

  • Prepare exterior buildings for paint, power wash, repairs as needed.
  • Paint entire exterior of main station facility and training building (two separate buildings) exterior paint color match to existing (two-tone).
  • Paint exterior doors with appropriate paint.
  • Clean-up – remove and dispose of all trash
  • No materials or equipment supplied

Materials:        Elastomeric Paint

Required Site Meeting:  Interested contractors must walk the job to ensure the quote is accurate and complete.  Job walk is scheduled for Monday, April 18, 2022 at 9am.  Contractors can meet at the main office entrance.   Job walk will be conducted by Deputy Fire Chief Moriarty.

Contractor Requirements:  Contractors must be licensed, bonded and insured in the state of California.

Instructions to Contractors:  If you are interested in quoting the project, you can add your name to the list of contractors by emailing Annalee Trujillo at atrujillo@palatribe.com and cc Lorraine Smith at lsmith@palatribe.com.  You may also contact our offices at 760-891-3529.  Indian Preference does apply.

Information needed to be put on the list of eligible Contractors:  Company Name, License Number, Contact Name and number.

Submission:  Quote submission is due no later than 4:00pm on April 26, 2022.  A start date, timeline for completion must be included.  Quotes can be submitted to atrujillo@palatribe.com and cc lsmith@palatribe.com

Request - Pala Fire Department RFQ April 2022

SDG&E Brush and Branch Trimming around Power Poles

San Diego Gas & Electric
Brush and Branch Trimming around Power Poles
Pala Reservation
March 28-31, 2022

Beginning on Monday, March 28, 2022, Davey Tree Service will be trimming brush and branches around SDG&E power poles. Crews may be working near your home or neighborhood.

USE CAUTION

Use caution around crews as they work to protect our power poles and reduce the risk from overgrown brush and trees.

Pala Band of Mission Indians
For more information, contact the Pala Band of Mission Indians:
760-891-3500 | www.palatribe.com

 

Pala Band of Mission Indians Pala Environmental Department SDG&E Brush Branch Trimming Power Poles

Request for Proposals for Long Range Transportation Plan

Request for Proposals
Pala Band of Mission Indians
Long Range Transportation Plan

Summary 

The Pala Band of Mission Indians (PBMI), in accordance with tribal procedures, is seeking proposals from qualified contractors and/or individuals to draft and complete the Pala Long Range Transportation Plan (LRTP). 

The PBMI is seeking qualified transportation professionals, with both federal and tribal experience to identify and evaluate a complex set of present conditions and future needs commensurate with the Pala Band’s social, economic, cultural and development goals and objectives. 

Proposals submitted in response to this RFP must be received by email no later than March 15, 2022. 

The objectives of this project are to: 

  1. Evaluate existing conditions 
  2. Synthesize all existing relevant planning efforts 
  3. Complete the Pala Long Range Transportation Plan (with associated elements) 
  4. Secure official Bureau of Indian Affairs approval of the LRTP 

The Pala Band of Mission Indians is a federally-recognized Native American tribal government located in California. This project will be funded by the PBMI Tribal government, and Pala has the final say on materials therein. 

Project Scope of Work 

The PBMI’s current LRTP was completed in 1997 – it is 25 years old. 

This project will do the following: 

  1. Synthesize all existing PBMI planning efforts (and plans) related to transportation into the LRTP. 
  2. Conduct novel research which will inform (and possibly be included in) the LRTP.
    1. a. Socioeconomic
    2. b. Growth and Development
    3. c. Land use
    4. d. Multimodal evaluation
    5. e. Pedestrian routes
    6. f. Traffic and Safety evaluations 
  3. Contractor may be requested to attend and participate in meetings with the Tribal Executive Committee, PBMI staff, and community. 
  4. The proposal must show the total cost for labor, travel, supplies, and other necessary costs to complete the project. 
  5. It is anticipated to have the project be completed within 24 months. 

Complete Introduction

Project Information 

Grant Category 

CALTRANS Sustainable Transportation Planning 

Grant Fiscal Year 

2022 

Project Title 

Pala Long Range Transportation Plan and Roads Updating 

Organization (legal name) 

Pala Band of Mission Indians 

Introduction 

The 12,772-acre Pala Indian Reservation is a rural community located in northern San Diego County. The county is often misunderstood as completely urban; being California’s 2nd most populous county with 3 million people, it’s an understandable error. Many find it shocking that San Diego County ranks 12th out of California’s 58 counties in agriculture production with a full 76% of the county being rural – this means single lane roads, mountains and brush. 

The Pala Reservation is in just such an area. Imagine a sleepy small California village, no sidewalks, old asphalt and dirt roads, and a tight community – now imagine thousands of vehicles racing home on their commute, large utility trucks crisscrossing streets, and weekend travelers backed up for miles at stop signs. This is the transportation challenge that the Pala Band is facing, and planning is the first hurdle. 

Pala and surrounding areas have major economic enterprises that always have a high concentration of visitors and employees that mostly come from outside of the local area. There are three roads leading in and out of the reservation that are congested with 3 

heavy automobile traffic on a daily basis. There are minimal public transit options, no sidewalks or bike paths, and limited EV infrastructure. The reservation is surrounded by mountains and much of it is within a floodplain. Many roads, bridges and crossings need repair or replacement. 

The Bureau of Indian Affairs (BIA) requires each tribe maintain a “Long Range Transportation Plan” (LRTP) which facilitates the application of money to transportation related projects. The Pala plan was last updated in 1997. This plan was outdated when it was written, and it is now irrelevant. 

Additionally, the tribe lacks the capacity to utilize its recent related plans to prioritize needed projects and get those projects though the initial design phase. Many times, funding opportunities become available to address known needs within the Tribal community, but a long range, comprehensive plan (an initial designs for priority projects) backing up the need, becomes the limiting factor. This LRTP plan will help the Pala Band be more competitive with regards to funding opportunities. 

Due to poor road surface, signage and natural events, the Pala area has sustained over 500 collisions in the last 10 years; some of these collisions have included pedestrians with about 3% being fatalities. The vast majority of these collisions have occurred during times when commuters are using the Pala Village as a “short cut” or in weekend traffic. 

Natural events add to transportation issues; San Diego’s long history of wildfire, for example, is well known. Evacuations of the Pala Reservation are common during these events as are public safety power shutoffs (PSPS) events mandated by SDG&E due to high winds and increased fire danger. 

In 10 of the last 20 years, storm events have contributed to erosion, road surface destruction and flooding of the three main access roads. These roads include low water crossings (or “Arizona crossings”) that flood, preventing evacuations and emergency services and effectively locking residents in. “Arizona crossings” consist of installing pipes or culverts and pouring a descending concrete swale over them to drive over. 

Pala has many effective planning efforts including a FEMA-approved Hazard Mitigation Plan (2021), the 2019 Pala Transportation Safety Plan and the 2020 Active Transportation Needs Assessment. At a regional level, Pala is an active member of the San Diego Association of Governments (SANDAG) Intraregional Tribal Transportation Strategy and Working Group. The Pala Band understands the need for transportation planning and needs a detailed long-range plan to complete the planning process and improve community transportation infrastructure for those who live, work, visit, or pass through the reservation. 4 

In all of its efforts, Pala’s community members and stakeholders helped identify, evaluate, and prioritize their transportation concerns at community meetings. In addition, through work with SANDAG and the Inter-Tribal Transportation Working Group, the Pala Band has called on experts at both Caltrans and the County of San Diego to provide input into transportation risk assessments. 

SANDAG, the County of San Diego and the State of California all agree that the Pala Village is a top tier transportation priority on a regional level. When we overcome these challenges, we will provide greater regional safety and efficiency through safe and sustainable evacuation routes, increased traffic flow, decreased collisions, and long-range planning. 

Consequences of not completing a LRTP include, but are not limited to, stagnated transportation planning; BIA plan expiration; loss of future federally allocated roads maintenance funds; loss of future project funding; continued road closures; increased collisions; increased erosion and road surface decay; and increased safety issues. The result will be a perpetuation of the status quo: outdated plans, unmaintained roads, increased collisions, missed project funding, increased perpetual road closures that result in lack of emergency services and degenerating roadways as traffic increases though the Pala Village. The Pala Band simply does not have the internal capacity to compete this project – which is why the current plan is over 20 years out of date. 

The Pala Band of Mission Indians’ Long-Range Transportation Planning Project will create this new plan, and the main deliverable will be a brand new Long-Range Transportation Plan – which also includes a priority list of transportation projects and preliminary design on the top three projects. 

This plan, its development, completion, and adoption by the BIA is the responsibility of the consultant who is contracted for this work. 

The Pala Long Range Transportation Plan will include: 

  • Prioritized list of transportation improvements (including preliminary designs of the top three improvements) 
  • Socioeconomic evaluation 
  • Growth and development 
  • Land use 
  • Multimodal evaluation 
  • Pedestrian routes 
  • Full integration with all existing Pala transportation efforts and plans 
  • Development of traffic evaluations 

The project will include public involvement activities regarding specific components of the plan including: 

  • Public meetings 
  • Community surveys 
  • Workshops 

The project will include local stakeholders, including Pala, Caltrans and County of San Diego, Southern California Association of Governments (SANDAG), and tribal and non-tribal residents of the Pala Reservation. 

EXISTING PALA EFFORTS DESCRIBED 

The Pala Band of Mission Indians is committed to improving transportation in and around the reservation. The Tribe has actively engaged with multiple decision and policy-making bodies as well as various studies and safety initiatives. The Pala Band of Mission Indians has been involved with and undertaken the following efforts to promote transportation planning near the reservation: 

  • SANDAG Tribal Transportation Working Group – Pala is a member of the Working Group. 
  • Southern California Tribal Chairmen’s Association (SCTCA) – Regularly attend meetings with regional tribal leadership to promote tribal interests including transportation issues. 
  • SANDAG Borders Committee – Attend meetings to promote tribal interests including transportation issues. 
  • 1997 Pala Reservation Transportation Plan (Transportation Plan) – Pala has completed a Transportation Plan with the BIA. The Transportation Plan identifies existing and future deficiencies in the transportation system for the reservation and outlines specific improvement projects and their priority for implementation.
  • Other safety efforts
    • Tribal Law Enforcement 
    • Providing traffic control at Pala Mission Road and Pala-Temecula Road on Fridays in partnership with CHP 
    • Buckle Up Sign (Caltrans Safety Corridor) ▪ SR 76 as a safety corridor/signage 
    • Preventing Intoxicated Driving along Pala Road 
    • Special Events Safety Message Board 
    • Partnering with the County of San Diego to upgrade crosswalk markings to high-visibility continental striping 
    • Contract with the Sheriff’s Department 

Project Stakeholders 

Pala Environmental Director 

Responsible for overseeing the project and the contracted transportation consultant; the Pala Environmental Director will report back to Executive Committee and Tribal General Council meetings. 

Transportation Consultant 

Responsible for the Long-Range Transportation Plan (LRTP); community survey; community public meetings; GIS components; preliminary designs; topic-based workshops; history gathering; data gathering; accumulation of data into a LRTP; draft LRTP and Final LRTP. 

Natural Resource Planner and Tribal Transportation Manager and Pala GIS Dept. 

Responsible for information gathering for Transportation Consultant; be present at meetings and workshops; GIS components; provide day-to-day assistance as needed from Transportation Consultant 

Finance Department 

Responsible for invoicing; all financial transactions; assist with quarterly reporting. 

Overall Project Goals 

1. The completion of the Pala Long-Range Transportation Plan 

Length of Services 

Contractor is expected to begin work in March 2022. While there is a timeline that retains a February 2024 completion date (full adoption by the PBMI and BIA), it is expected that the work could be completed as much as one year earlier than this date. 

Project Details: 

Summary of Project Tasks 

Project Management activities must be identified within the task they are to occur. 

Task 01: Project Administration

This is an Administrative Task that shall only be charged against by the Grantee for the Administration of this grant project. Costs for this task cannot exceed 5% of the grant award amount. 

Grantee will manage and administer the grant project according to the Grant Application Guidelines, Regional Planning Handbook, and the executed grant contract between Caltrans and the grantee. 

  • Pala will hold a kick-off meeting with Caltrans staff to discuss grant procedures and project expectations including invoicing, quarterly reporting, and all other relevant project information. Meeting summary will be documented. 

Responsible Party: Pala Environmental Director; Natural Resource Planner; Transportation Manager; Finance Department 

Task Deliverables 

Kick-off meeting with Caltrans – Meeting Notes, quarterly invoices and progress reports, DBE reporting (federal Grants only). 

Task 02: Consultant Procurement 

Grantee will procure a consultant, consistent with: state and federal requirements, Local Assistance Procedures Manual for consultants, the Grant Application Guide, Regional Planning Handbook, and the executed grant contract between Caltrans and the grantee. 

RFP, Interviewing and Hiring of Transportation Consultant 

  • Complete the RFP process (multiple bids) for selection and hiring of a Transportation Consultant; interview and hire consultant. 

Responsible Party: Pala Environmental Director; Executive Committee; Natural Resource Planner; Tribal Transportation Manager. 

Task Deliverables 

Copy of Procurement Policies and Procedures; Copy of RFP; Hiring Documents for Transportation Consultant, Meeting Notes from Project Kick-off with consultant 

Task 1: Existing Conditions 

The consultant will gather and synchronize current related planning and develop an Existing Conditions document which will provide a statement on existing conditions of transportation on which to base the. Additionally, the consultant will produce the below-listed Sections of the LRTP and ancillary documents. (Documents underlined). 8 

Tribal Transportation History 

  • Determine existing state of transportation modes in Pala 
  • Gather Tribal Transportation history; Past Pala Tribal Transportation Plans; Safety Plans, other Land Use Plans. 
  • Begin collecting data and research on components of LRTP: 
  • Introduction and Background 
  • Socioeconomic and Land Use Evaluation 
  • Growth and Development – economic development and land use evaluation to assess economic development sites and opportunities. 

Responsible Party: Transportation Consultant 

Task Deliverables 

Summary of Existing Conditions, Introduction and Background, Socioeconomic and Land Use Evaluation, Growth and Development 

Task 2: Analysis – LRTP 

The consultant will perform all analysis including all transportation related issues and spatial analysis. Consultant will use these results to produce prioritized transportation improvement projects. 

  • Road System Evaluation – Evaluate roadway network for functional operations, maintenance and optimal surface type based on use. Evaluate potential options for surface and maintenance activities. Develop a maintenance schedule and associated budgetary costs for maintaining the roadway network. 
  • Multimodal Evaluation – Evaluate the potential for pedestrian and bicycle accommodation. 
  • Integrate Safety Plan (and all Pala Transportation Efforts) – Evaluate current roadway safety conditions and identify potential safety enhancements for motorist, bicycle and pedestrian accommodation. 
  • Development Traffic Evaluations – Conduct a traffic study to assess needs relating to the existing casino and hotel. 
  • Develop prioritized transportation improvement project list including preliminary designs on the top three projects. 

Responsible Party: Transportation Consultant, Pala GIS 

Task Deliverables 

Summary of Analysis, Road system maintenance estimates, Prioritized list of transportation improvements with weighting. 

Task 3: Public Outreach 

At this stage of the process, the consultant will work together with Pala staff to organize outreach to the public in order to receive feedback and input from those that will use these transportation systems. The consultant will follow best practices in constructing and implementing these workshops and meetings. 

Responsible Party: Transportation Consultant 

Community Public Meetings 

  • Conduct two public meetings (one at project onset; one before completion of Plan (draft of plan completed) to gather information and have active community participation in the process. 

Responsible Party: Transportation Consultant; Pala Environmental Director 

Topic Based Community Workshops 

  • Conduct 3 topic-based community workshops on topics specific to the LRTP content, and growth/development of tribal lands including specific improvements and land use. 

Responsible Party: Transportation Consultant; Pala Environmental Director, Natural Resource Planner 

Executive Committee Updates 

  • Update Executive Committee throughout the project and incorporate EC comments and direction with public comments. 

Responsible Party: Pala Environmental Director; Transportation Consultant 

Task Deliverables 

Community Survey; Survey Data 

PowerPoint Presentations; Meeting summary; photos; invitations 

PowerPoint Presentations; workshop summary; photos 

Memos to Executive Committee; meeting notes 

Task 4: Draft and Final Plan 

This is the final piece to this project. Consultants will produce the penultimate draft for EC and PED approval and edits – consultants will then produce the final draft for EC adoption. 

Draft Long-Range Transportation Plan 

  • Draft Long-Range Transportation Plan based on research; community meetings; community workshops; stakeholder meetings. 
  • Submit entire LRTP to EC for approval. 
  • Revise drafts with direction from EC and PED. 
  • Complete LRTP 
  • Submit complete invoice packages to Caltrans district staff based on milestone completion, quarterly. 

Responsible Party: Transportation Consultant; Pala Environmental Director 

Task Deliverables 

List of comments, Final Plan that includes a summary of next steps towards implementation, credits FHWA, FTA, and/or Caltrans on the cover or title page, submitted to Caltrans in an ADA accessible electronic copy. 

Documentation of Transportation History; notes 

Research documents for LRTP components 

Draft of Final Long-Range Transportation Plan; meeting notes, Roads Inventory Update, 

Examples: Board Agenda, presentation materials, meeting minutes with board acceptance/approval.

Proposal Requirements 

Proposals submitted in response to this RFP must include the following components: 

  1. METHODOLOGY: A clear description of methodology used by the Contractor to complete the Scope of Work and objects describe in this RFP. This must include a breakdown of project tasks with a timeline and budget, both written and within a simple budget table. 
  2. BUDGET: A detailed budget for the length of the project. 
  3. QUALIFICATIONS: A description of the Contractor’s qualifications, which can include a sample of previously completed transportation plans (or similar documents) or a list, with very brief descriptions, of the Contractor’s previously completed comparable documents. The qualifications should also include personnel to be assigned to this project, current partnerships, or other relevant info and resources for transportation assessment and the creation of an associated transportation plan. 
  4. REFERENCES: Appropriate references in the Tribal, public, or private sector who have had similar work completed by the Contractor and might provide input on quality of work, timeliness, etc. 

Proposal submissions that do not include all required components will not be evaluated. All costs for the preparation of the proposal shall be borne by the proposing Contractor. 

Submission Requirements 

Proposals submitted in response to this RFP must be received by PBMI in electronic format no later than March 15, 2022. Proposal submissions must be emailed to Shasta Gaughen, director of the Pala Environmental Department, at sgaughen@palatribe.com. 

Ownership of Project Deliverables 

All project work products and deliverables will be owned by the Pala Band of Mission Indians. The Contractor will include Pala’s name and/or logo on work products and deliverables upon request. The Contractor will make all reasonable efforts to communicate to partners, that all of the Contractor’s work under this project is being performed on behalf of the Pala Band. Language to this effect will be included in the contract between the Pala Band and Contractor. 

Project Timeline 

The project must commence no later than May 1, 2022. An earlier start date is preferred. 

The project must be completed and all project expenditures invoiced by February 2024. 

Evaluation Criteria 

The PBMI will consider the following criteria in evaluating the proposals received in response to this RFP. The maximum point value that a proposal can obtain for each criterion is provided in parentheses. 

  • Quality and clarity of the proposed approach including the likelihood of completing the Scope of Work and project objectives in a timely and cost-effective manner (40 points) 
  • Cost and value of the proposed services and work products (20 points) 
  • Qualifications and experience of the Contractor (including the personnel and partners to perform the work) (20 points) 
  • Experience and success (past performance) working on similar projects and with tribal communities, including the Pala Band of Mission Indians (10 points) 
  • Quality of the proposal and proposal communications (e.g. interview) in terms of clarity, organization, conciseness, grammar, spelling, structure, and addressing all the items listed in the RFP (10 points) 

Review and Selection Process 

All submitted proposals will be reviewed and evaluated by PED staff. If additional information or interviews are needed with any proposers during this period, the proposer(s) will be notified in advance. 

The winning proposal will be selected and notified no later than April 15, 2022. Proposals that were not selected will be notified no later than March 30, 2022. 

The PBMI reserves the right to request additional information and/or negotiate any aspect of any submitted proposal during and after the proposal review and selection process. 

The PBMI reserves the right to reject any and all submissions on any basis and without disclosure of reason. The failure to make such a disclosure shall not result in accrual of any right, claim, or cause for action by any unsuccessful proposer against the PBMI. 

Indian Preference 

Indian Preference applies to the award of this contract in accordance with applicable regulations and policies. 

Request for Proposal - PBMI-Long-Range-Transportation-Plan-CALTRANS-RFP

Pala Band of Mission Indians Proposed Ordinance Draft for Public View

Pala Band of Mission Indians Proposed Ordinance Draft for Public View

The Pala Band of Mission Indians announces the Pala Band of Mission Indians Proposed Ordinance Draft for Public View.

Public Notice

Attention Pala Band Members:

The Executive Committee approved on 01/26/22 to post on the Pala Website the Draft Pala Environmental Ordinance for Pala Band Members and Pala Community Members to review and submit comments within the next thirty (30) days of posting on the Pala Website.

Pala Band Members may pick up a copy of the Draft Pala Environmental Ordinance from the Pala Tribal Secretary’s Office.

Please call in advance to request a copy of this Ordinance. Your signature will be required upon receipt.

Thank you!

Should you have any questions, don’t hesitate to contact the Pala Tribal Secretary’s Office at (760) 891-3516 or (760) 891-3517.

Robert H. Smith, Chairman

Notice - PBMI Proposed Ordinance Draft for Public View (Pala Environmental Ordinance) - 01262022

 

Proposed Ordinance

The following proposed Ordinance is available for Pala Band Members and Pala Community Members to review and submit comments within the next thirty (30) days of posting on the Pala Website.

  • PBMI Ordinance # – Pala Environmental Ordinance [draft]

Ordinance Draft

Draft - PBMI Ordinance - Pala Environmetnal Ordinance (draft) - 01262022

 

Pala Band of Mission Indians – Tribal Secretary Office
For more information, contact the Tribal Secretary Office at the Pala Band of Mission Indians:
760-891-3516 | 760-891-3517 | www.palatribe.com

Request for Proposals for Professional Assistance to Support

Request for Proposals for
Professional Assistance to Support
Building Resilient Infrastructure and Communities (BRIC) Application Development

  • Definitions
    1. Name of Organization

Pala Band of Mission Indians
PMB 50, 35008 Pala Temecula Road
Pala, CA 92059
Contact Person: Shasta Gaughen, Pala Environmental Director
sgaughen@palatribe.com

  1. Statement of Work

The Pala Band of Mission Indians, hereinafter referred to as “the Tribe,” are interested in applying for Federal Emergency Management Agency (FEMA) Building Resilient Infrastructure and Communities (BRIC) funding. The Tribe wants contractor support for BRIC Application Development for the tribal allocation.

Include your approach for supporting the Tribe for BRIC 2021 Tribal Allocation Funding for various projects.

  1. For the purposes of this RFP, this competition will be restricted to:

Professional firms, or individuals, with experience working with tribes who have an expertise in tribal hazard mitigation planning, building codes, and previous success supporting tribes with BRIC funding applications.

  • Overview

The Pala Band of Mission Indians has a FEMA-approved Hazard Mitigation Plan. The Tribe would like to implement that plan with support of FEMA funding. The Tribe is interested in hiring a professional firm or individual to assist with the 2021 FEMA BRIC application.

  • General Information

All responses to this request for proposals must be received by the Tribe no later than November 9, 2021, at noon Pacific Daylight Time. Only emailed proposals will be accepted. The Tribe will not accept calls with reference to this request.

Proposals must be a maximum of three (3) pages and include one (1) page for approach, and two (2) pages for resumes, firm descriptions, and experience.

If only one proposal is submitted for the project, the Tribe is not required to accept it. Proposals will be accepted only if they meet the criteria set forth in Significant Evaluation Factors (see below) and if a mutually acceptable contract can be negotiated. In consultation with its professional advisor (not one of the competitors), the Tribe may select the professional within 30 days after the presentation.

After the selection of the professional firm, and signing of an agreement, work is to begin with ten (10) days after the approval of the agreement, and all work is to be completed within six (6) months from the date of approval of the agreement. The Tribe reserves the right to review, comment on and approve all work performed by the Consultant in relation to the agreement.

  • Selection Procedures

The Tribe will utilize solicitation from Professional firms, or individuals, with experience working with tribes who have an expertise in tribal hazard mitigation planning, building codes, and previous success supporting tribes with BRIC funding applications. The Tribe reserves the right to reject all proposals based on documented reasons, including determining any or all proposals to be non-responsive.

All offerors should understand the factors which will enter the evaluation of proposals, and relative importance of the factors.  Factors for evaluation in this case will fall into five priorities.

  1. The technical qualifications of the firm and of the proposed technical staff, as indicated by their experience, with emphasis on current experience. The qualifications should reflect demonstrated ability and offering of professional services as covered by the statement of work.  Consideration will be given to the offeror’s relevant experience.
  2. A record performance, and timeliness in the execution of previous contracts.
  3. Experience of the firm and familiarity of the proposed staff with the unique circumstances of Tribes. Emphasis will be placed on current experience and demonstrated sensitivity to Tribal issues in relation to environmental issues.
  4. Cost considerations such as the amount.
  5. Indian Preference given.
  • Method of Review

The Tribe and its authorized representatives will review all proposals received and may require an on-site, or video conference, presentation to the Tribe.  The Tribe may accept any given proposal as submitted or may negotiate with an offeror to establish terms most advantageous to the Tribe.  The decision of the Tribe shall be final and not subject to appeal.

  • Scope of Services

Support the Tribe with applying for FEMA BRIC 2021 Tribal Allocation Funding for various projects.

This project must be meet the FEMA BRIC January 2022 application deadline.

  • Provisions
  1. Termination

This request for proposals may be terminated by the Tribe at any time for cause.

  1. Non-Collusive Understanding

Each person and/or firm submitting a proposal is certifying that he/she has not colluded with any other person, firm, or corporation about securing the services being solicited.

  1. Communications

Any notice regarding this solicitation shall be directed to Pala Band of Mission Indians, 12196 Pala Mission Road, Pala, CA  92059.

  1. Negotiation

Provisions not addressed by this solicitation will be negotiated with the professional once a selection has been made.

  1. Agreement

The selected professional will enter into an enforceable agreement that fully conforms to the contracting provisions pursuant to appropriate requirements of the Tribe.

RFP - FEMA BRIC Proposal

Request for Proposal – ICDBG CARES ACT PROJECT, Bid Package #4

Request for Proposal
Bid Package #4
ICDBG CARES ACT PROJECT
[original Phase 3 through 5 combined]

Request for Proposals

In an effort to successfully execute an Indian Community Development Block Grant for the rehabilitation of residences located on the Pala Indian Reservation, the Pala Tribal Council through the Pala Housing Department are inviting qualified entities to submit bids to complete a variety of rehabilitation projects at numerous homes as described in the attached Scope of Work (SOW).

September 22, 2021

Issued by:

Pala Band of Mission Indians
Pala Housing Department
Annalee H. Trujillo, Executive Director
PMB 50, 35008 Pala Temecula Road
Pala, CA 92059
atrujillo@palatribe.com
760-891-3530

Al Jimenez
Consultant
Al Jimenez Building & Safety
68090 Alva Court
Cathedral City, CA 92234
ajinspection1@msn.com
760-218-2712

Introduction & Background

The Pala Housing Office is looking for General Contractors to perform residential rehabilitations projects, including but not limited to, electrical panel upgrades, ADA restroom upgrades, window replacements, flooring replacements, and minor drywall, paint, plumbing, and electricals repairs; and is accepting proposals to find a qualified source or sources to provide the aforementioned services.

Our goal was to complete this project by July 31, 2012 and are now pressed to complete the projects in an expedited manner, thus the Scopes of Works for this project have been combined.

The standards and specifications for all of the Rehab SOW’s are as follows:

Upgrade Main Electrical Service Panel

• Replace existing 100A panel with a 200A panel, solar ready, to include ensuring that a viable Grounding Electrode System is in place. (verify Ufer or install 8-foot copper Ground Rod(s) with appropriately sized Grounding Electrode Conductor (GEC).
• All work shall be subject to inspection by the Tribe and no work shall be covered prior to approval by the inspector of record.

Accessible Bathroom

• This shall include demo and disposal of existing fixtures, the installation of necessary backing to provide support for the grab bars to include the necessary drywall repair and paint.
• Water closet replacement shall be ADA height compliant Water Closets – 19-inches tall and shall include new angle stop valves, braided metal supply line connectors, and silicone sealing of fixture to floor connection.
• All work shall be subject to inspection by the Tribe and no work shall be covered prior to approval by the inspector of record.

Window Change-out

• The new windows shall comply with the 2019 California Energy Code for residential windows and be vinyl-framed, dual-paned retrofit windows that required no framing modifications to the structure.
• The maximum U-factor for windows of 0.30.
• The maximum SHGC of 0.23.
• All work shall be subject to inspection by the Tribe and no work shall be covered prior to approval by the inspector of record.

Miscellaneous Repairs. (Specific items will be identified during a Pre-bid Site visit)

• Plumbing leaks beneath kitchen sink or bathroom vanity.
o May be ABS compression fittings, angle stops, supply lines, or needed silicone sealant.
• Minor drywall patching and painting.
• Installation of battery-operated combination smoke detectors/Carbon Monoxide sensors.
• Other minor repair as may be identified during site visits.
o Bids will be considered with respect to individual site needs.
The objective of this Request for Proposal is to locate a source or sources that will provide the best overall value to the homeowners of the Pala Indian Reservation. While price is a significant factor, other criteria will form the basis of our award decision, as more fully described in the Evaluation Factors section of this Request for Proposal below.

Scopes of Work are attached:

Submission Guidelines & Requirements

The following submission guidelines & requirements apply to this Request for Proposal:
A. Only qualified individuals or firms with prior experience on projects such as this should submit proposals in response to this Request for Proposal.

B. Interested parties intent on submitting a bid, having any inquiries, or needing any clarification, should communicate such by contacting the consultant identified on the cover page no later than August 16, 2021 to schedule a Bid-Walk/Site Visit, as necessary.

C. Bidders must list at least five (5) projects that are substantially similar to this project as part of their response, including references for each. Examples of work should be provided as well.

D. A technical proposal must be provided that is not more than ten (10) pages. This technical proposal must provide an overview of the proposed solution as well as resumes of all key personnel performing the work. In addition, the technical proposal should provide a proposed schedule and milestones, as applicable.

E. A price proposal must be provided that is not more than five (5) pages. This price proposal should indicate the overall fixed price for the project as well as hourly rates and an estimated total number of hours, should the Pala Tribal Council decide to award a contract on an hourly rate basis.

F. Proposals must be signed by a representative that is authorized to commit bidder’s company.

G. If you have a standard set of terms and conditions, please submit them with your proposal. All terms and conditions will be subject to negotiation.

H. A bond shall be required in the amount sufficient to cover the proposed bid but not less the $500,000.00, whichever is greater.

I. Proof of Worker’s Compensation Insurance shall be furnished.

J. A ‘Hold-Harmless’ waiver/statement shall be furnished releasing the Tribe from any future liability, forbearance, or legal action.

K. Proposals must be received no later the 11:59PM on 1/14/2021, to be considered.

L. Proposals must remain valid for a period of 30 days.
The Pala Tribal Council anticipates selecting at least two individuals or firms to have more in-depth discussions with and will make an award to one of these “selected” individuals or firms.

Project Description

The purpose of this project is as follows:

To upgrade existing homes by replacing electrical service panels, as needed, upgrading inefficient and broken windows, creating accessible restrooms for our elder homeowners, and replacing dilapidated flooring as needed.

It is the desire of the Tribal Housing Department to accomplish these goals by completing the project(s) by the end of the third quarter CY2021.

To accomplish the above stated goals, the Tribes is aware that the project(s) may be too broad and/or specialized for any one Contractor or firm to undertake, thus the Tribe is amenable to selecting a single bid or awarding several bids to accomplish the goals of the aforementioned scopes of work.

Project Criteria

The criterial set forth below should be met to achieve successful completion of the project:

Criteria 1:        Complete the contracted work in a timely manner.

Criteria 2:        Complete all work utilizing industry best practices and the most efficient and necessary materials.

Criteria 3:        Coordinate all required inspections and ensure access for the same.

Criteria 4:        Be responsive to any and all requests as may be made by the Tribal Housing Department.

Criteria 5:        Assist in creating and maintaining a work schedule that would limit interruptions to the homeowners.

Acceptance of the work is contingent on the following acceptance criteria:

Criteria 1:        Satisfy all contractual obligations.

Criteria 2:        Complete all aspects of the contracted scope of work.

Criteria 3:        Pass all inspections.

RFP & Project Timelines

The Request for Proposal timeline is as follows:

  1. Request for Proposal Issuance: 09/22/2021
  2. Open question period, via email correspondence: 09/22/2021-09/30/2021@1300 hrs
  3. Pre-Bid Conference/Site Visit: 10/04/2021
  4. Bid submittal deadline: 10/08/2021 at 5:00 PM

(In-person at the Tribal Housing Office or via email to ajinspection1@msn.com)

  1. Bid opening: 10/11/2021 (private forum)
  2. Notification to Bidders: 10/12/2021
  3. Contract Award: As soon as possible
  4. Deadline to Complete:
    1. 60 days after contract award
    2. Bidders may propose a date earlier or later and will be evaluated accordingly.
    3. Failure to complete projects in a timely manner and on agreed upon date will result in a $500.00 per day back charge against the project.
    4. Factors outside of contractor’s control, that may affect timelines, shall be identified, and brought to the Tribe’s attention as soon as possible.

Evaluation Factors

The Pala Tribal Council will rate proposals based on the following factors, with cost being the most important factor:

  1. Technical expertise/experience of bidder and bidder’s staff and relevant past project performance, to include samples of work.
  2. Section 3 compliance. The Section 3 program requires that recipients of certain HUD financial assistance, to the greatest extent possible, provide training, employment, contracting and other economic opportunities to low- and very low-income persons, especially recipients of government assistance for housing, and to businesses that provide economic opportunities to low- and very low-income persons.
  3. Indian Preference. The Prime Proposer must be an Indian-Owned-Enterprise to receive the preference points. Lessor points are possible depending on the Indian Business Enterprise contract participation.
  4. Cost. 

Evaluation Process

When contracting for service using the competitive proposal method (CPM) of procurement, the goal is to acquire the services of a highly qualified firm at a reasonable price. Under the sealed bid method (SBM), only price is considered. Under the competitive proposal (CPM) method  of procurement, the award is made to the responsible offeror whose proposal is most advantageous, considering price and other stated factors.

When using the CPM, there is a sequence of activities that the Housing Department must follow to ensure fairness, openness, and competitiveness.

The evaluation criteria as previously stated will be followed and is described in the following enclosed table.

NO. MAX POINT VALUE CRITERION DESCRIPTION
1 40 SPECIALIZED KNOWLEDGE, EXPERIENCE, and TECHNICAL COMPETENCE that the proposer displays for the work required, based upon the work history (especially in Indian Housing development), and the  resumes submitted for the staff proposed to perform the work, including major subcontractors. The PAST PERFORMANCE of the proposer on prior work of the same or similar nature, based on the letters of reference and/or client lists submitted, and based upon the results of any consultation that the Housing Department chooses to conduct with such. The CAPABILITY the proposer displays, in that the proposal submittal shows: (a) knowledge and understanding of the scope of work to be performed; and (b) a realistic proposed approach to the performance of the required work.
2 10 Experience with and application of “Green/Energy efficient construction” techniques, application of the California Building Code Standards, and practice and ability to perform the services in a timely manner.
3 5 Section 3 Program compliance.
4 10 Indian Preference – (Prime Proposer must be an Indian-Owned-Enterprise to receive the preference points. Lessor points are possible depending on the Indian Business Enterprise contract participation)
5 35 The proposed COST of construction; including consideration of quality of materials proposed, labor costs, as well as overhead and profit margins.
100 Total available points

The technical evaluation panel or committee performs the following functions:

  1. Review of all technical proposals (utilizing the RFP’s evaluation criteria as standards).
  2. Meet to discuss the evaluations and reach a consensus on the ratings assigned.
  3. Prepares a formal written report to the Contracting Officer.
  4. Participates in negotiations, if requested by the Contracting Officer.
  5. Evaluates best and final offers, if required, and provides an amended evaluation report based the evaluation.

The Pala Tribal Council reserves the right to award a contract or contracts to the bidder(s) that presents the best value to the Pala Tribal Council as determined solely by the Pala Tribal Council in its absolute discretion.

Scopes of Work

PROJECT ID SCOPE OF WORK
1 ADA RESTROOM REMODEL
2 COMPLETE WINDOW CHANGEOUT
3 ADA RESTROOM REMODEL, R/R – VANITY CABINET AND FAUCET, EXHAUST FAN. TROUBLESHOOT KITCHEN ELECTRICAL CIRCUIT
4 R/R – LOOSE CEILING FAN, LIGHT FIXTURE IN BEDROOM.

ADA RESTROOM REMODEL WITH SHOWER SEAT

5 R/R – WATER CLOSET VALVE AT MASTER BATHROOM.

INSTALL SINGLE GANG SWITCH COVER AT BEDROOM

6 CHANGE SWING DIRECTION OF 2ND BATHROOM SHOWER DOOR AND RAISE TOP FRAME OR REMOVE.
7 REPLACE KITCHEN SINK AND BASE CABINET.

REPLACE BATHROOM VANITY CABINET, LAVATORY AND FAUCET.

TROUBLEHOOT 3-WAY SWITCH AT HALLWAY.

MISC DRYWALL REPAIR.

8 REMOVE TREE GROWTH FROM BEHIND EXTERIOR VENEER.

R/R VENEER (WOOD SIDING), PAINT TO MATCH.

INSTALL INSULATION BEHIND VENEER PRIOR TO REPLACEMENT.

DRYWALL CEILING REPAIR.

9 INSTALL A HOSEBIB AT THE FRONT THE RAISED DECK/PATIO.

R/R BATHROOM LEAK, R/R DRYWALL AND BASEBOARD DAMAGE.

R/R CLOSET DOORS IN BEDROOM (2-36×75)

R/R BIFOLD DOORS AT HALLWAY CLOSET (48×78 OPENING)

REPLACE TOE-KICK AT KITCHEN CABINETS

R/R 3 WINDOW SCREENS

RESET/STABILIZE LIGHT POST AT FRONT GATE

10 R/R BEDROOM SLIDER (6.0/6.8)

TROUBLESHOOT HOT WATER SUPPLY TO BATHROOM ADDITION

INSTALL 4-GANG OUTLET BOX AND NEW SWITCHES AT MASTER BATHROOM

11 R/R TILE FLOORING AT LIVING ROOM, HALLWAY, AND RESTROOM

ADA RESTROOM REMODEL

12 ADA RESTROOM REMODEL
13 MISC DRYWALL REPAIR.
14 WINDOW CHANGEOUT AT KITCHEN/LAUNDRY ROOM
15 R/R KITCHEN COUNTER AT SINK

R/R FLOOR TILE AT KITCHEN/LIVING ROOM TRANSITION

R/R SINK AT LAUNDRY ROOM

R/R FIREBOX PANELS IN FIREPLACE

R/R POSTS AT FRONT ENTRY 2-8X8 POSTS

R/R 2 WINDOWS AT MASTER BATHROOM

R/R AC CONDENSER (DOWNSTAIRS UNIT)

DIVERT SURFACE WATER RUNOFF; R/R CONCRETE POOL DECK

RFP-ICDBG Rehab-BID PACKAGE NO 4_09222021