RFPs

RFPs

Grace Lake Rd Tower Fence

The Mille Lacs Band of Ojibwe, Community Development office will be accepting sealed bids for installing a chain link fence around the tower located at 45700 Grace Lake Rd, Sandstone. Bids will be due Wednesday March 25, 2026 at 3:00 PM. Bids received will be opened and qualified by the Mille Lacs Band of Ojibwe on Thursday March 26, 2026 at 10:00 AM.

No required pre-bid site visit.

General Notes:

  1. It is the Contractors responsibility to identify any and all discrepancies in the scope of work, not meeting Industry Standards or that which is inconsistent with the International Residential Code (IRC).
  2. All electrical wiring, apparatus and equipment for electric light, heat and power, technology circuits or systems shall comply with the rules of the Department of Commerce or the Department of Labor and Industry, as applicable, and be installed in conformity with accepted standards of construction for safety to life and property.
  3. Contractor must reconnect all utilities, service panel or service feed. Also includes gas, propane. Include such equipment or materials identified in the pre-bid conference.
  4. Contractor will secure all permits and fees.
  5. Contractor is responsible for a thorough investigation of the scope of work.
  6. Contractor will repair any damage to the property or structure created by the scope of work.
  7. NO WORK SHALL BE PERFORMED UNTIL ALL REQUIRED PERMITS HAVE BEEN ISSUED AND COPIES IN THE POSSESSION OF THE PROJECT COORDINATOR AND /OR MILLE LACS BAND BUILDING OFFICIAL.

Work Scope Description:
Contractor shall supply lump sum cost to provide materials and labor for installation of a 8’ galvanized chain link fence with barbed wire top as follows in the base bid.

  1. Contractor shall supply and install a chain link fence around the perimeter of the tower per the provided layout. Approximate fence perimeter totals 150 lineal ft. Contractor shall include a 14’ swing wide gate. Unit cost per ft to install shall be provided in Bid Alternate #1 and will be used to calculate add or deduct based on actual install. See following product specifications.
  2. Fence will be 3 sided and tie into the existing fence at the Housing Warehouse. Contractor will be responsible for any damage they may cause to the existing fence.
  3. Contractor shall include the cost of any digging or other land alterations required to install fence.

CHAIN LINK FENCING SPECIFICATIONS
PART 1 - GENERAL
1.01 SCOPE
The work included in this Section of the Specifications consists of furnishing all labor, equipment and
materials, and in performing all operations in connection with the construction and installation of all chain link fencing, and gates in strict accordance with this project.

PART 2 - PRODUCTS
2.01 MATERIALS
All Exterior Fencing
Rails: Provide top, intermediate and bottom rails shall be 1 5/8" o.d., schedule 40, (2.27 lb/ft) galvanized steel pipe.
Eight-foot-high Corner Posts: Corner posts shall be 2 7/8” o.d., schedule 40, (5.80 lb/ft) galvanized steel pipe.
Eight-foot-high Gate Posts: Gate posts shall be 4” o.d., schedule 40, (9.12 lb/ft) galvanized steel pipe.
Eight-foot-high Posts: Posts shall be 2 3/8” o.d., schedule 40, (3.65 lb/ft) galvanized steel pipe.
Fittings: All fittings shall be galvanized pressed steel.
Tie Wires: Ties shall be 9 gauge aluminum as specified under installation.
Barb Wire: All aluminum barbed wire is .110" dia. wire with four-point barbs of .080" dia. wire, 5052 H-38
main, 6061 T94 barb. Top Tension Wire & Barbed Wire (3 Strands) with triangular brace, commercial
grade. Vertical arm.
9 Gauge Fabric: Wire: ASTM A 392 Standard Specification for Zinc Coated Steel Chain Link Fence
Fabric, Type 2, Class 2. Wire shall have a breaking strength of 1290 lb/ft.
Gates:
Gate Posts: (See above)
Gate Frames: Frame and mid-rail shall be 1 5/8" o.d., schedule 40, galvanized steel pipe at 2.72 lb./ft.,
welded at each corner. Gates shall have a positive type latching device with provision for padlocking
and hinges as required to secure gate.
Gate Hinges: Hinges for all gates shall be pressed steel Bulldog Industrial Hinges by Master
Halco, Inc. or approved equal.
Gate Latches: Latches for double gates shall be the Pioneer Industrial Gate Latch by Pioneer
Semmerling (763-424-8383) or approved equal. Latches for single gates shall be Strong Arm
Industrial Gate Latch by Hoover Fence Co. (800-355-2335) or approved equal.
Fittings: All fittings shall be galvanized pressed steel.
Tie Wires: Ties shall be 9-gauge galvanized steel.
Braces: Braces shall consist of a mid-rail, 1 5/8" o.d. pipe, welded at each end.
Bolts, nuts, washers and miscellaneous fasteners: Hot dipped galvanized steel.
Barb Wire: All galvanized barbed wire is .110" dia. wire with four-point barbs of .080" dia. wire, 5052 H-38
main, 6061 T94 barb. Top Tension Wire & Barbed Wire (3 Strands) with triangular brace, commercial
grade. Vertical arm.
2.02 MISCELLANEOUS MATERIALS
All materials shall be new and of the best quality for the purpose intended. All tension bars, bolts and
miscellaneous fasteners shall be hot dipped galvanized unless indicated otherwise.
Bolts, nuts, washers and miscellaneous fasteners: Hot dipped galvanized steel.
No plastic or fiberglass components are allowed on chain link fencing.

PART 3 - EXECUTION
3.01 INSTALLATION
Post Setting
End, corner, line, pull, backstop, gate posts shall be set in concrete with a footing depth of 60”.
All posts shall be set in a straight line and plumb.
Fabric Fastening and Stretching
Install fabric according to ASTM F 567. The chain link fabric shall be securely fastened to all terminal posts by 1/4" x 3/4" tension bars with 9 gauge aluminum tie wires, spaced approximately 14" o.c., and to the line posts and rails with 9 gauge aluminum tie wires, spaced approximately 14" o.c. Both ends of all tie wires shall have, at minimum, a 360 degree turn around fabric wire.
Clean-Up
Upon completion of the installation, all debris created by the installation shall be removed or
disposed of as directed by the owner or his representative.

Additional Contractor Responsibilities:

  1. Contractor is responsible for field measuring all dimensions.
  2. Contractor is responsible for regrading and seeding any areas of the yard that they damage.
  3. Contractor shall include 0.5% TERO tax fee in base bid, if bid exceeds $25,000.00. Submission of receipt for paid TERO fee is required with application for final payment.
  4. Contractor shall be responsible for all required permitting and inspections.
  5. All fence materials shall be ordered upon receipt of approved contract and installed as soon as possible. The contract deadline to complete all work shall be June 30, 2026.

Specified Product Substitutions: All proposed product substitutions must be approved by the Project Coordinator 5 days prior to bid. Any approved substitutions, will be made available to all bidders.

Contacts:
Interested bidders shall contact Keith Modglin by email at keith.modglin@millelacsband.com to be included on the bidder’s list in the event that any addendums are issued for this project.

Mobilization:

  1. The Contractor shall be capable of mobilizing his equipment and crews within seven days of the receipt of Notice to Proceed.
  2. Contractor shall provide means and methods for all building phases of construction.

COMMUNITY DEVELOPMENT/PROJECT MANAGEMENT RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS FOR ANY REASON.

COMMUNITY DEVELOPMENT WILL, TO THE GREATEST EXTENT FEASIBLE, GIVE PREFERENCE IN THE AWARD OF CONTRACT TO INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRISES.

Bidding notes:

  1. Submit proposal in lump sum (supply and install), not to exceed amount
  2. All Contractors (including subcontractors) must comply with Davis Bacon wage requirements.
  3. All Contractors are encouraged to provide the following along with their bid submittal:
    a. Completed & signed MLB Community Development Construction Bid Form (Required)
    b. A copy of Current MLB Vendor’s License (or a copy of the submitted application)
    c. A copy of Current Insurance Certificate
    d. A copy of Subcontractor/Material Supplier list
    e. A copy of valid State of Minnesota Contractor’s License
    f. A copy of Authorized Signature Sheet (submitted with first bid submittal)
  4. All Contractors must comply with all Mille Lacs Band of Ojibwe American Indian Employment requirements (see 18 MLBSA § 5). Contact TERO Office at (320) 532-4778.

All proposals must be mailed and labeled as follows:

Mille Lacs Band of Ojibwe
Commissioner of Administration
Sealed bid: Grace Lake Rd Tower Fence
PO Box 509
Onamia, MN 56359

Please note that the bids submitted via mail to the P.O. Box. FedEx and UPS will not deliver to a P.O. Box and the Onamia post office will not accept hand delivered items. Please plan accordingly to ensure the timely receipt of your bid submittal. Do not require delivery signature.

**The Band reserves the right to reject any bid that it is unable to collect at the Onamia post office by the bid deadline date and time, provided that the Band has made diligent and reasonable efforts to collect the bid. The Band reserves this right even in the event that the bid has been postmarked before the deadline.

PROPOSALS NOT SUBMITTED IN THIS MANNER WILL BE REJECTED.

Licensing:
Firms must be licensed with the Mille Lacs Band of Ojibwe. A copy of this license (or the license application) must accompany each bid. Licensing process can take several weeks. If you are not currently licensed with the MLBO, please submit a copy of your license application along with your proposal. Contact Jackie Smith at (320)384-4773 or via email at JSmith2@grcasinos.com with questions regarding licensing and for the license application.

PERMIT AND CONTRACTOR REQUIREMENTS:
Permits: There will be no required permitting for this project.

Bonding Requirements: In accordance with Mille Lacs Band Title 7 as updated in Band Ordinance 07-22. Please note that bonding requirements on Mille Lacs Band Funded Residential projects has changed.

Band Ordinance 07-22 states the following:

For all Band funded residential construction projects, a performance bond is required for contracts in excess of $100,000.00.