This is a Request for Proposals (RFP) from the Confederated Tribes of the Colville Reservation (CTCR) for the Middle Sanpoil River Large Wood Placement Reach 4a and 4b project. The project involves large wood placement and aquatic habitat restoration along approximately 2. 3 miles of the Sanpoil River. The RFP includes a base bid for Reach 4a and an additive bid for Reach 4b, with preference given to bidders proposing implementation in 2026. Proposals are due by 3:00 p. m. PST on April 29, 2026. Questions regarding the RFP must be emailed by 3:00 p. m. PST on April 13, 2026. A site tour is scheduled for April 21, 2026, at 11:00 a. m. , but attendance is not mandatory. Bidders must provide a quote for both the base and additive bid. The CTCR intends to award the contract to the highest quality responsible bidder. The contract will require insurance and potentially a performance bond. Dispute resolution will be subject to the jurisdiction of the Colville Tribal Court. Indian preference applies to contract awards. Davis-Bacon wage compliance is required. The scope of work includes various construction elements, site restoration, and planting. Proposals must include specific information regarding the contractor's qualifications, experience, approach, and cost. The evaluation criteria will consider responsiveness, time estimates, qualifications, experience, staff qualifications, Indian preference, TERO certification, and cost. The in-water work window is June 16th to September 30th, and the planting window is October 1st to November 15th.
The deadline for proposal submission is April 29, 2026, at 3:00 p. m. PST. The bid opening date is also April 29, 2026.
The bid notice does not explicitly detail payment terms. However, it mentions that payments are contingent on the availability of funds in the tribal treasury and that any contract awarded would be for the remainder of the fiscal year, renewable on a yearly basis.
The bid notice states, The colville confederated tribes intends to award the contract to the highest quality responsible bidder for the scope of work described in this rfp. It also mentions that an award will be made to a responsible Indian offeror if its proposed price is within 10% of the lowest non-Indian offeror's proposal price and the Indian offeror provides documentation of having the expertise and experience necessary to satisfactorily complete the work required.
To be considered a responsive bidder, bidders must provide a quote for both the base and additive bid. The contractor or its subcontractors shall demonstrate prior experience on similar projects related to stream, river, or floodplain restoration within the last five years, submitting a list of at least three projects with specific information. Resumes for assigned professionals are also required.
The bid notice mentions that failure to comply with Davis-Bacon wage requirements may result in withholding of payments, restitution of back wages, contract termination, or debarment from future federally assisted projects. It also states that failure of the contractor/offeror to perform as represented may result in elimination from competition or contract cancellation or termination.
A site tour is scheduled for April 21, 2026, at 11:00 a. m. at the project site. However, attendance to the project site tour is not required to submit a proposal.
The deadline for questions regarding the RFP is April 13, 2026, at 3:00 p. m. PST. Responses will be posted on the tribes' website by 4:00 p. m. PST on the next business day after receipt of the question.