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

Notices

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

Notice of Intent to prepare a Fire Management Plan for the Pala Indian Reservation

Notice of intent to prepare a fire management plan for the Pala Indian Reservation
3/11/2021

Government

Pala Band of Mission Indians 

Action

Notice of intent to prepare a fire management plan for the Pala Indian Reservation. 

Summary 

This document provides notice that the Pala Band of Mission Indians intends to prepare a Fire Management Plan (PFMP) with an associated Environmental Assessment (EA) for the Pala Indian Reservation in Pala, California. 

In compliance with the National Environmental Policy Act of 1969, as amended (NEPA), this plan will comply with the Department of Interior (DOI) Departmental Manual Part 620: Wildland Fire Management (See Appendix B), and the Interagency Standards for Fire and Fire Aviation Operations 2019 documents and summarizes authorities, policies, and responsibilities. The plan will continue to support goals in other tribal land management documents including the Pala Band’s Forest Management Plan revised adopted in 2013. 

The Pala Indian Reservation contains approximately 13,111 acres of trust land including over 1500 acres of designated forest land (excluding thousands of acres of shrubland). 

The plan allows for the safe and effective management of fire of all types on the Pala Indian Reservation. 

Dates

This notice initiates the public scoping process for the Pala Fire Management Plan and associated Environmental Assessment. Comments on issues may be submitted in writing until May 30, 2021. The date(s) and location(s) of any scoping meetings will be announced at least 15 days in advance through the local media and on the Pala Band of Mission Indians’ website. In order to be considered in the Draft EA, all comments must be received prior to the close of the 30-day scoping period or 15 days after the last public meeting, whichever is later. The Pala Band may provide additional opportunities for public participation upon publication of the Draft EA. 

Addresses

You may submit comments on issues and planning criteria related to the PFMP by the following methods: 

Electronically to:
jzagarella@palatribe.com

Hard copy via mail to:
Pala Band of Mission Indians
Attn: Jeremy Zagarella, PED
PMB 50, 35008 Pala Temecula Road
Pala CA 92059

For Further Information Contact

For further information contact Jeremy Zagarella, Pala Natural Resource Planner, at jzagarella@palatribe.com

Supplemental Information 

Dated: 3/11/2021 

Prepared by: Jeremy Zagarella, Pala Natural Resource Planner 

Approved by: Shasta Gaughen, Pala Environmental Director 

PalaFireMP_Notice_Intent_to_prepare_a_fire management_plan_for_the_Pala_Indian Reservation

Request for Bids – Construct a New Commercial Building

Request for Bids – Construct a New Commercial Building

Request for Bids

In an effort to successfully construct a Model Activity, hereafter referred to as Training Facility.  This project will be a new 6,300 square foot Training Facility, located on the Pala Indian Reservation, the Pala Tribal Council through the Pala Housing Department are inviting qualified entities to submit bids to construct a new commercial building as described in the attached Scope of Work (SOW)

December 21, 2020

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 Department at the direction of the Pala Tribal Council is inviting interested and qualified General Contractors and developers to bid on the construction of a new 6, 300 square foot Training Facility. The prepared, reviewed, and approved construction documents are available upon request for bid purposes only.

This project will be subject to the application of the 2019 California Building Code Standards and will also be subject to inspection by the Tribal Inspector of Record.

All site utilities, dry and wet shall be required to be developed and brought to the building. Coordination with SDG&E, the Tribal Public Works Department and other Tribal entities is required to ascertain any infrastructure need and availability.

It is the intent of the Pala Tribal Council and the Pala Housing Department to develop an efficient, effective, and aesthetically pleasing facility to serve the needs of the Tribal members and to set the standard for future development on the Pala Reservation.

The Tribal Council is seeking the right firm to help bring this project to successful completion.

A PDF of the approved construction documents shall be available on the Tribal webpage: http://www.palatribe.com/government/departments/  Pala Housing

SOW:  

  1. Construct a new 6300 SF total, Type V-N, fully fire-sprinklered, type B (office) occupancy facility consisting of 2 buildings:
    1. 1 – 4400SF office building and
    2. 1 – 1900 SF classroom building
    3. Includes site utility development for interconnection of the building for use and occupancy.
  1. Project includes an approximate 11,700 SF parking lot, consisting of
    1. 36 space parking lot which includes 3 ADA spaces and 3 compact parking spaces
    2. Concrete sidewalks and 2 driveways
    3. Site lighting, type and quantity to be determined
    4. All appropriate site signage
  1. Site grading per approved construction documents
    1. Includes a retaining wall at the perimeter of the site except frontage
    2. Provide and implement a Temporary Erosion Control Plan throughout construction project. [CGBSC 5.106.1.2]
    3. Provide and maintain a SWPP Plan. [CGBSC 5.106.1]
  1. Provide and implement a site sanitation plan to include rubbish, construction debris removal and temporary restroom facilities throughout construction project. [CGBSC 5.408]
    1. Records shall be maintained. [CGBSC 5.408.1.4 – attached]
  1. Construct this facility in accordance with the approved plans, to include all material schedules.
    1. Any deviation from the approved materials, either rough or finish, shall be approved by the Pala Housing Department, the Project Architect or other designated entity.
    2. Field modifications approved by the Inspector of Record shall be filed with the Pala Housing Department.

The objective of this Request for Bids is to locate a source or sources that will provide the best overall value to the Pala Indian Tribe. 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.

Submission Guidelines & Requirements

The following submission guidelines & requirements apply to this Request for Proposal:

  1. Only qualified General Contractors or firms with prior experience on projects such as this should submit proposals in response to this Request for Bids.
  2. Interested parties intent on submitting a bid, having any inquiries, or needing any clarification, should communicate such by contacting the representatives identified on the cover page.
  3. 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.
  4. 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.
  5. 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.
  6. Bids must be signed by a representative that is authorized to commit bidder’s company.
  7. 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.
  8. A bond shall be required in the amount sufficient to cover the proposed bid but not less the two million dollars [$2,000,000.00], whichever is greater.
  9. Proof of Worker’s Compensation Insurance shall be furnished.
  10. A ‘Hold-Harmless’ waiver/statement shall be furnished releasing the Tribe from any future liability, forbearance, or legal action.
  11. Complete and sealed bids must be received no later the 11:59PM on 2/10/201, to be considered.
  12. Bids must remain valid for a period of 30 days.

The Pala Tribal Council anticipates selecting at least two General Contractors or firms to have more in-depth discussions with and will make an award to one of these “down-selected” individuals or firms.

Project Description

The purpose of this project is as follows:

To build a new, from the ground up, Training Facility and Business Offices. This facility must be fully functional in its service to the Tribe and its members.

It is the desire of the Tribal Housing Department to accomplish these goals by starting the work within the first quarter of CY 2021 with a completion date to be determined.

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 that proposes the use of multiple subcontractors as long as those contractors are identified and are equally to meet the Tribal standards for the primary awardee.

Project Criteria

The criteria 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 not hinder the forward progress and eventual completion of this project.

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: 12/21/2020
  2. Open question period, via email correspondence: 12/21/2020 – 02/10/2021
  3. Pre-Bid Conference/Site Visit: 01/05/2021 [time TBA]
  4. Bid submittal deadline: 02/10/2021 at 11:59 PM
  5. Bid opening: 02/11/2021 [time TBA] public forum
  6. Contract Award / Notification: 02/18/2021

The project completion desired date is 4 – 6 months from the contract award date. Bidders may propose a date earlier or later and will be evaluated accordingly. Successful bidder shall provide a Gantt Chart outlining the projected timeline(s).

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.

Attachment:

  1. Construction Waste Management (CWM) Plan
  2. Construction Waste Management (CWM) Worksheet
  3. Construction Waste Management (CWM) Acknowledgment

Pala Band of Mission Indians Pala Housing Department Request for Bids

Pala Band of Mission Indians Pala Housing Department Request for Bids

Pala Band of Mission Indians Pala Housing Department Request for Bids

RFB_Model Activity-Training Facility

 

Building Analysis Energy Reports

Report - Class Room - Pala Office Buildings Nonreisdential Title 24 Reports dtd 10-26-2020

 

Report - Pala Office Buildings Nonresidential Title 24 Reports dtd 10-27-2020

 

New Office Building Plan Review

Plan Review - NCOMM 09142020

Request for Proposal – ICDBG CARES ACT PROJECT #005

Request for Proposal – ICDBG CARES ACT PROJECT #005

Request for Proposal

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).

December 21, 2020

 

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 in need of electrical panel upgrades, ADA restroom upgrades, window replacements, and flooring replacements and is accepting proposals in response to this Request for Proposal in order to find a qualified source or sources to provide the services needed.

Our goal is to complete this project within the first two (2) quarters of CY 2021 and as such will publish multiple RFP’s to accomplish all of the required projects.

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.
    • 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.
    • 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:

ICDBG CARES ACT PROJECT #005
11880 Chutnicutt Road Miscellaneous leaks and Tree growing into exterior wall siding
11955 Owlinguish Road miscellaneous leaks and drywall repairs
35008 W Pala Mission Road miscellaneous leaks, miscellaneous electrical repairs
36367 Pala Temecula Road miscellaneous leaks, miscellaneous electrical repairs
1340 Robles Way miscellaneous leaks, miscellaneous electrical repairs
39018 B Trujillo Road Miscellaneous leaks

Submission Guidelines & Requirements

The following submission guidelines & requirements apply to this Request for Proposal:

  1. Only qualified individuals or firms with prior experience on projects such as this should submit proposals in response to this Request for Proposal.
  2. Interested parties intent on submitting a bid, having any inquiries, or needing any clarification, should communicate such by contacting the representatives identified on the cover page to RSVP no later than February 1, 2021, for a Bid-Walk/Site Visit on February 4, 2021.
  3. 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.
  4. 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.
  5. 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.
  6. Proposals must be signed by a representative that is authorized to commit bidder’s company.
  7. 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.
  8. A bond shall be required in the amount sufficient to cover the proposed bid but not less then $500,000.00, whichever is greater.
  9. Proof of Worker’s Compensation Insurance shall be furnished.
  10. A ‘Hold-Harmless’ waiver/statement shall be furnished releasing the Tribe from any future liability, forbearance, or legal action.
  11. Proposals must be received no later the 11:59 PM on 2/11/2021, to be considered.
  12. 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 “down-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.

The description of the project is as follows:

It is the desire of the Tribal Housing Department to accomplish these goals by starting the work within the first quarter of CY 2021 and complete the project(s) by the end of the second 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 criteria 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: 12/21/2020
  2. Open question period, via email correspondence: 12/21/2020 – 02/01/2021
  3. Pre-Bid Conference/Site Visit: 02/04/2021 [time TBA]
  4. Bid submittal deadline: 02/11/2021 at 11:59 PM
  5. Bid opening: 02/12/2021 (private forum)
  6. Notification to Bidders: 02/15/2021
  7. Contract Award: 02/18/2021
  8. 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 the agreed-upon date will result in a $500.00 per day back charge against the project.
    4. Factors outside of the 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 the 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 on 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.

RFP_ICDBG Rehab-005_12212020

Request for Proposal – ICDBG CARES ACT PROJECT #004

Request for Proposal – ICDBG CARES ACT PROJECT #004

Request for Proposal

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).

December 21, 2020

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 in need of electrical panel upgrades, ADA restroom upgrades, window replacements, and flooring replacements and is accepting proposals in response to this Request for Proposal in order to find a qualified source or sources to provide the services needed.

Our goal is to complete this project within the first two (2) quarters of CY 2021 and as such will publish multiple RFP’s to accomplish all of the required projects.

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.
    • 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.
    • 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:

ICDBG CARES ACT PROJECT #004
11750 Moro Road miscellaneous leaks, miscellaneous electrical repairs
1824 Moro Road miscellaneous leaks, miscellaneous electrical repairs
39003 Pala Lilac Road miscellaneous leaks, miscellaneous electrical repairs
39004 Pala Lilac Road miscellaneous leaks, miscellaneous electrical repairs
39015 Santiago Road miscellaneous leaks, miscellaneous electrical repairs
11955 Quashish Road miscellaneous leaks, miscellaneous electrical repairs

Submission Guidelines & Requirements

The following submission guidelines & requirements apply to this Request for Proposal:

  1. Only qualified individuals or firms with prior experience on projects such as this should submit proposals in response to this Request for Proposal.
  2. Interested parties intent on submitting a bid, having any inquiries, or needing any clarification, should communicate such by contacting the representatives identified on the cover page to RSVP no later than January 25, 2021, for a Bid-Walk/Site Visit on January 28, 2021.
  3. 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.
  4. 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.
  5. 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.
  6. Proposals must be signed by a representative that is authorized to commit bidder’s company.
  7. 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.
  8. A bond shall be required in the amount sufficient to cover the proposed bid but not less then $500,000.00, whichever is greater.
  9. Proof of Worker’s Compensation Insurance shall be furnished.
  10. A ‘Hold-Harmless’ waiver/statement shall be furnished releasing the Tribe from any future liability, forbearance, or legal action.
  11. Proposals must be received no later the 11:59 PM on 2/04/2021, to be considered.
  12. 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 “down-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.

The description of the project is as follows:

It is the desire of the Tribal Housing Department to accomplish these goals by starting the work within the first quarter of CY 2021 and complete the project(s) by the end of the second 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 criteria 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: 12/21/2020
  2. Open question period, via email correspondence: 12/21/2020 – 01/25/2021
  3. Pre-Bid Conference/Site Visit: 01/28/2021 [time TBA]
  4. Bid submittal deadline: 02/04/2021 at 11:59 PM
  5. Bid opening: 02/08/2021 (private forum)
  6. Notification to Bidders: 02/09/2021
  7. Contract Award: 02/12/2021
  8. 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 the agreed-upon date will result in a $500.00 per day back charge against the project.
    4. Factors outside of the 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 the 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 on 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.

RFP_ICDBG Rehab-004_12212020