Request for Bids (Second Release) · Request for Bids (Second Release) ... of the Hall Creek...
Transcript of Request for Bids (Second Release) · Request for Bids (Second Release) ... of the Hall Creek...
Confederated Tribes of the Colville Reservation
Request for Bids
(Second Release)
*New* Closing Date: __9/88/25/2017________________ *New* Posted Date:
__8/2814/2017_________
The Confederated Tribes of the Colville Reservation (CCT) Watershed Restoration Program is inviting interested firms to
submit proposals and qualifications statements for the performance of specified watershed restoration work on the
Colville Reservation. CCT intends to award a firm, a fixed price construction contract to furnish all labor, equipment,
expertise, and specified materials necessary to perform all operations required for the successful completion of the project.
No contractor tour will be provided for this re-request for bids.A tour for contractors to view the work sites and ask
questions is scheduled for _____________.No Tour will be provided due to the current IFPL level 4 Please RSVP Terri
Covington, Watershed Implementation Specialist, at 509-634-2400 if you plan to attend the tour.. QFor any questions can
be directed toplease contact Terri Covington @ 634-2400 (office) or 634-1251 (cell).
Lower Hall Creek and Lynx Creek
Watershed Restoration 2017
This is a second request for bids for the Lower Hall Creek/Lynx Creek projects.
*New* Closing date: September 8, 2017
Contract completion date: November 17, 2017
No contractor tour will be provided by the Office of Environmental Trust
PROJECT SUMMARY
Background:
The goals of this project are to:
1.) Improve impaired water quality in the Lower Sanpoil Watershed.
2.) Enhance riparian habitat.
3.) Promote natural water flow rates.
Summary of Work:
This project meets the Tribes’ goals of advancing the protection and improvement of water quality and quantity on a
watershed basis. Work will consist of road improvements to include:
Ten miles of active road decommissioning.
Table 1: Work Quantities Treatment# Map ID Treatment Description Quantity
1
01-06-B1 01-07-A1 01-07-B2 01-07-P2 01-07-R 01-07-U 01-07-W 01-07-W1
Active Road Decommissioning: Permanent road closure. Remove all
culverts in segment and restore stream channel. Reshape and re-contour
existing road prism to match the surrounding landscape. Use fillslope
54,621ft
2 Crossing
01-09-Y 01-10-A3 01-17-N2 01-17-O2 01-17-UU 01-17-Z 01-17-Z2
material to refill cutslope; spread large wood, rock and vegetation over
resloped/disturbed area. Mulch disturbed areas within 40ft of stream
channel.
Removals
12 Double Tank-
Traps
Location:
All work will be located within the Lower Hall Creek, North Fork Hall Creek, Upper Lynx Creek, Lower Lynx Creek,
and Cobbs Creek Watershed Management Units (WMU) of the Hall Creek Resource Management Unit (RMU) (See
Map). Treatment sites are marked in the field by construction stakes labeled with the Map ID.
SCOPE OF WORK
Treatment 1.
Spec 1. Equipment, Materials and Supplies
Spec 2. Pollution Control Measures
Spec 3. Historic and Archaeological Inadvertent Discoveries
Spec 4. Active Road Decommissioning
Spec 6. Culvert Removal and Stream Channel Restoration
Spec 17. Tank-Trap Construction
Spec 18. Rock and Fill Acquisition
Drawing 4. Active Road Decommissioning—Profile View
Drawing 6A. Culvert Removal and Stream Restoration—Overview
Drawing 6B. Culvert Removal and Stream Restoration—Profile View
Drawing 6C. Culvert Removal and Stream Restoration—Profile View II
Drawing 17. Tank-Trap Profile View
Construction Specification 1: Equipment, Materials and Supplies
A. Contractor will supply and transport all rock, straw and any other materials to work sites. All equipment
transported to work sites is the responsibility of contractor.
B. Aggregate not found onsite will be supplied by the contractor from an approved vendor or a site coordinated by
the contractor and approved by the COR.
C. Contractor shall be responsible for posting temporary “Road Closed” signs at locations approved by the COR
during any work that temporarily closes that road.
D. Contractor will transport ALL culverts and other non-natural materials removed as part of the contract (culverts,
fencing, etc) to a disposal facility approved by the COR. Colville Tribal Recycling Program will accept culverts,
fencing and other metals without charge.
Construction Specification 2: Pollution Control Measures
All contracted work shall be performed to control soil erosion, sedimentation, petroleum, dust and smoke from becoming
air and/or water pollutants during construction.
A. Mulching: Apply weed-free straw mulch to all areas where the soil has been disturbed (channel banks,
road decommission sites, tank traps, landing, etc.) within 40 feet of any stream channel (wet or dry).
a. Weed-free straw mulch does not have to be certified as weed free but source and type must be approved
by COR.
b. Mulch cover shall be spread and distributed evenly to provide uniform and continuous coverage at least 1
inch in depth and a minimum of 85% coverage of exposed soils.
B. Protective measures needed to divert stream flow and other surface water shall be built, maintained and operated
during construction. The construction site shall be dewatered or water temporarily suspended from flowing
through the site; construction site shall be kept free of standing water or excessively muddy conditions as needed
for proper execution of the construction work. Dewatering shall include furnishing, installing, operating and
maintaining all equipment such as pumps as needed and approved by COR. Adherence to CCT Tribal Code shall
be the responsibility and liability of the contractor.
C. Erosion and sedimentation shall be controlled at work sites as needed, and all pollution control measures shall be
adequately maintained in a functional condition as long as needed during the construction operation in adherence
of CCT Tribal Code. All temporary measures shall be removed as practical.
D. All temporary drainage structures and non-natural materials (other than culvert) within the project area will be
removed from the site.
E. Low-Impact to Vegetation – Mid- to large-sized trees and shrubs shall be left intact whenever possible to protect
the integrity of the soil.
F. Staging Equipment - All construction equipment shall be staged in a location and manner to minimize air, soil and
water pollution.
G. Site Soil Disturbance - Contractor will reclaim any borrow, spoils or equipment staging sites used, by re-sloping
to blend smoothly with adjacent natural topography, scattering woody debris or rock.
H. Dust Control - All public access or haul roads used by the contractor during construction activities shall be
watered or otherwise treated to fully suppress dust.
I. Fuel and Lubricants - All fuel and lubricants shall be stored in containers and areas that are in conformance with
the CCT Tribal Code. All fuel and lubricants used in the servicing of construction equipment shall be done in a
manner that avoids spills and over filling. Fuels, lubricants, coolants and other pollutants shall not be allowed to
wash into any water or waterway, seep into the soil, or kill vegetation, fish or wildlife, and leaking equipment
shall be repaired to prevent site contamination. Refueling and repair work shall be conducted outside of Riparian
Management Zones. CCT Environmental Trust shall be notified immediately of any spill and the operator shall
contain and collect the spillage.
J. Work sites shall be kept free of trash, pollutants, and other inorganic refuse resulting from operations.
Construction Specification 3: History and Archaeology Inadvertent Discoveries
A. Condition 1: Inadvertent Discoveries (43 CFR 10.4) - In the event that human remains, burials, funerary items,
sacred objects, or objects of cultural patrimony are found during project implementation, the proponent or his
authorized agent shall cease work immediately within 200 ft. of the find. They shall then take steps to protect the
find from further damage or disruption. Then they shall contact the THPO at (509) 634-2695 [desk] or the
Interim Tribal Archaeologist at (509) 634-2653 [desk] or (509) 322-0827 [cell] to report the find. The THPO or
the Tribal Archaeologist shall contact the appropriate law enforcement authority if human remains are found. No
further work shall be allowed on the project until the THPO has approved a plan for managing or preserving the
remains or items.
B. Condition 2: Post-Review Discoveries (36 CFR 800.13) - In the event that prehistoric artifacts (i.e., arrowheads,
spear points, mortars, pestles, other ground stone tools, knives, scrapers, or flakes from the manufacture of tools,
fire pits, peeled trees, etc.) or historic-period artifacts or features (i.e., fragments of old plates or ceramic vessels,
weathered glass, dumps of old cans, cabins, root cellars, etc.) are found during project implementation, the
proponent or his authorized agent shall cease work immediately within 200 ft. of the find. Then they shall contact
the THPO at (509) 634-2695 [desk] or the Interim Tribal Archaeologist at (509) 634-2653 [desk] or (509) 322-
0827 [cell] to report the find. No further work shall be allowed on the project until the THPO has approved a plan
for managing or preserving the artifacts or features.
C. Condition 3: Changes in Project Description - Activities that have the potential to disturb cultural resources
outside the areas specified in the accompanying document(s) are not approved and will not proceed until cultural
resources review of potential adverse effects in the new area has been completed.
Construction Specification 4: Active Road Decommissioning
Treat roadways by removing rigid material, including culverts; break up compacted road surfaces and slope the roadbed
back to natural topography; and mulch areas within 40 feet of the stream.
A. Install two tank traps at beginning and end of road segments where indicated (See Maps). See Drawing 17 and
Spec 17 for Tank Trap Specifications. Not all decommissioning segments will have tank-trap installations.
B. Loosen compacted roadbed to promote water absorption into the soil.
C. Restore the roadway to approximate original ground contour or shape to blend with the natural slope of the
surrounding terrain and remove the road prism as specified by the COR and as shown in Drawing 4: Active
Road Decommissioning. Pull all major embankments, and use material to contour or fill ditches. Avoid fill in
areas of seepage or wet ditch lines and instead loosen the road surface soil as directed by COR. Keep excavated
material within the original roadway limits, unless otherwise directed by the COR. All re-contouring and
disturbance of soil and/or vegetation must remain at least 5 feet from the stream channel.
D. On road segments where re-sloping is not necessary to blend into the natural terrain, loosen compacted soil a
minimum of one foot in depth and create an non-level terrain and/or add water bars or ditch diversions as
specified by the COR to prevent erosion.
E. Place woody debris on top of the reshaped or de-compacted road surface using roadside downed woody material
within reach of excavator where available. Place surrounding woody material and rocks on the exposed surface
with no greater than an average spacing of 20 feet, as approved by COR. Contractor can utilize existing non-
merchantable trees up to 6 inches DBH adjacent to site with leave tree species specified by the COR.
F. Whenever practical and with approval from COR, extract shrubs and small trees (including root system) and
transplant onto new decommissioned surface by placing tree into a planting bed constructed with the excavator.
Construction Specification 6: Culvert Removal and Stream Channel Restoration
The existing culvert will be removed; surrounding fill excavated; channel and adjacent road prism re-sloped to the natural
stream channel course and surrounding terrain; surrounding cobble and boulders placed in the stream and on adjacent
banks; disturbed soil within 40 feet of stream mulched; large woody debris placed as specified by COR.
Table 2: Crossing Removals per Decommissioning Segment
Segment ID #Culverts Size/Material
01-07-W1 1 24” Plastic
01-09-Y 1 36” CMP
A. Excavate the fill and bedding material around the culvert and reconstruct the natural stream channel and side
slopes matching the natural hillside terrain and surrounding natural channel alignment and elevations. Excavate
and shape the channel to be 2 times the natural stream channel width, as specified by the COR.
B. Incorporate natural stream channel meanders and materials as directed by the COR to dissipate water-flow energy
and prevent channel incising. Place large wood and boulder inputs collected within the project right-of-way. Sites
with highly erosive soils that lack stabilizing components such as rock and roots will require material to be
imported to the site and installed to ensure that restoration integrity is maintained during high flows. The imported
material will need to be acquired from a COR-approved location.
C. Excavate the channel base to a slope that is consistent with the surrounding natural channel, at a 2:1 gradient, or
as specified by the COR. Excavated material will be placed on the surrounding decommissioned road section and
landscaped to the site’s natural topography as directed by the COR. See Drawings 6A, 6B, and 6C pertaining to
Culvert Removal and Stream Restoration.
D. Conserve all excavated rock (12-inch or larger) to be placed in or along the banks of the stream channel. All
existing rocks, vegetation, stumps, fallen trees, debris or sediment bars within the existing channel shall not be
disturbed, unless specified by the COR, to maintain the existing integrity of the stream channel habitat features.
Rock shall be collected from surrounding area or approved rock pit as needed. See Spec 18: Rock and Fill
Acquisition.
E. Large woody debris found onsite shall be scattered on re-sloped channel banks. See Drawing 4 and Spec 4 for
Active Road Decommissioning detail.
Construction Specification 17: Double Tank-Trap Construction
Install two 6-foot high tank traps that effectively restrict ATVs, trucks, and other motor vehicle traffic. See maps and
Table 4 for tank-trap locations.
Table 4: Double Tank-Trap Locations
Segment ID
01-17-Z
01-17-O2
01-07-A1(3 Locations)
01-07-R
01-17-UU
01-17-U
01-17-W1
01-10-A3
01-07-W
01-06-B1
A. At all tank-trap sites, locate the tank-traps in locations that effectively restrict vehicle traffic as specified by the
COR.
B. Construct each tank trap across the full width of the road prism, using the native roadway material. Each tank trap
shall be dug 3 feet down and 3 feet high. Include any large boulders and/or large woody debris within the
surrounding area and as specified by the COR. See Drawing 17: Tank Trap Installation.
Construction Specification 18: Rock and Fill Acquisition
Source location for material acquisition will be from vendors, onsite, permitted rock pits, or other locations as approved
by the COR.
A. Contractor must use permitted rock and gravel pits for project materials when specified aggregate and/or graded
rock cannot be found onsite.
B. Sites requiring permits will need to be processed by the Office of Environmental Trust and/or Bureau of Indian
Affairs prior to contract start date.
C. If a contract item number requires The stream ford crossing and water withdrawal site will require specified
aggregate (e.g. culvert installation, stream ford crossing or water withdrawal site), the contractor will to be
procureacquire the material from an approved vendor d and transport materialed to the worksite by the contractor.
In certain cases, arrangements will be made for material acquisition from non-commercial sources on the
Reservation. In those instances, those sources will be listed in the Rock and Fill Acquisition specification.
TERMS AND CONDITIONS
Criteria for Selection
Experience constructing stream crossings, installing road cross drainage, decommissioning roads, and performing
stream bank stabilization.
Personnel and equipment available to complete required work within the contract period.
Indian owned firms meeting the above criteria will be given preference and the Tribal Employment Rights Ordinance
(TERO) will be adhered to.
Ability to provide proof of Contractor’s Liability Insurance as required by the CCT Construction Contract in the
amount of at least $1,000,000.
Bids shall be submitted on per site basis and on total project area. Contractor must bid on entire project to be
considered.
Selection will be made to the Lowest, Responsive, and Responsible Bidder.
Requirements for Bid
ALL of the following information must be submitted with proposal:
1. Bid Sheet (provided) that includes price to perform required work. Break out separate prices for each work
component listed above.
- The bid must be signed by the authorized representative of the bidding company.
2. Work Experience (provided): Fill out provided form or provide a substitute of your own. Describe your
experience constructing stream crossings, installing road cross drainage, performing road decommissioning or
abandonment.
3. Work Plan (provided) that indicates what equipment is proposed to perform work requirements and proposed
schedule to perform work.
- Include any exceptions to the specifications or any other special considerations of conditions requested or
required by the bidder.
4. Bid Evaluation Information (provided). This form includes Indian ownership info, including whether bidder is:
a. 100% Colville Business Enterprise;
b. Colville Family Business Enterprise;
c. Colville Business Enterprise; or
d. All other Indian Business Enterprise.
- Include proof of insurance, or written assurance that proof of Contractor’s Liability Insurance in the
amount of at least $1,000,000, will be provided as required by CCT Construction Contract.
5. Provide a copy of TERO Certification with bid documentation.
6. Completed Compliance and Utilization Form (provided).
Contract Requirements
All bidders are invited to visit the sites at their own expense before submitting a bid.
The contractor will be required and expected to meet the specifications in their entirety, unless any exceptions are
duly noted in the bid submission.
Contractors will be required to utilize the standard Colville Tribes Construction Contract, a copy of which will be
provided to the selected Contractor. CCT reserves the right to accept, reject, or make counter proposals to any
proposal selected, and no binding agreement shall be created by the proposal.
No work shall take place until a TERO Utilization Plan has been signed, approved, and filed with the TERO Office.
The 5% TERO fee applies to all contracts over $5,000 where the contractor is not a preference-certified entity.
This project is an Indian Preference in contracting opportunity and will be subject to the Tribal Employment Rights
Office (T.E.R.O.) requirements in contracting and sub-contracting, including submission of a Compliance and
Utilization Plan.
This project is funded through Tribal funds and worker’s compensation is required. Davis Bacon wages do not apply.
Proposals must be submitted to: Dorthey Zacherle
Contract Officer
Colville Confederated Tribes Purchasing Program
Administration Building
21 Colville Street
P.O. Box 150
Nespelem, WA 99155
Office: 509-634-2751
Questions
Terri Covington, Restoration Implementation Specialist
Contract Officer Representative
Colville Confederated Tribes Office of Environmental Trust
Administration Building
21 Colville Street
P.O. Box 150
Nespelem, WA 99155
Office: 509-634-2400
Field: 509-634-1251
Envelope is to be sealed and marked in the lower left hand corner: “LowerUpper Hall Creek/Lynx Creek
Watershed Restoration 2017”
Proposals must be received by: _September 8August 25th at 2:304:00pm_____________________
ATTACHMENTS
Specification Drawings
Maps
Bid Sheet
Work Plan
Relevant Contract Experience Form
Bid Evaluation Information
Compliance and Utilization Plan
ETD Watershed Restoration
BID SHEET
Map ID Treatment Bid Item Quantity Bid Amount
01-06-B1 01-07-A1 01-07-B2 01-07-P2 01-07-R 01-07-U 01-07-W 01-07-W1 01-09-Y 01-10-A3 01-17-N2 01-17-O2 01-17-UU 01-17-Z 01-17-Z2
1
Active Road Decommissioning
54,621ft
2 Crossing
Removals
12 Double Tank-
Traps
Bid Total:
Contractor/Bidder Name: ___________________________________________Phone Number: _____________
Email Address: _____________________________________________________________________________
Company Name: ___________________________________________________________________________
Address: _______________________________________ City _____________State:____ Zip Code ________
As a “Responsive, Responsible Contractor,” bid proposal must also contain the following items:
1. 1. Bid Sheet (provided): Include prices to perform required work.
2. 2. Contract and Work Experience (provided): Submit form provided or provide a substitute that contains the
same
information.
3. 3. Work Plan (provided): Indicate what equipment will be used to perform work requirements and the work
schedule required to perform work.
4. 4. Bid Evaluation Information (provided)..
5. 5. Provide a “copy” of TERO Certification Certificatewith bid documentation.
6. 6. TERO Compliance and Utilization Form (provided).
Any Bid packet submitted without these contract requirement items will be rejected.
The Contracting Officer and Environmental Trust Department has the right to reject any or all bids.
I have read all contract documents provided, filled out and completed all forms, and submitted all required
documents.
Authorized Signature (Contractor): ____________________________________Date: _______________
ETD Watershed Restoration
WORK PLAN
Please provide information for the following items to complete this contract by contract completion deadline in
accordance with CCT Natural Resource Core Contract and work to be performed technical specifications and guidelines.
List “ALL” equipment to be used
Quantity Year Make Model Insured (yes/no)
Number of Employees to Perform work______________________
Proposed Work Schedule:
Day (Circle) Sunday Monday Tuesday Wednesday Thursday Friday Saturday
Hours
Description how work will be completed (ie. sequence, manpower, equipment, etc.):
__________________________________________________________________________________________________
__________________________________________________________________________________________________
_____________________________________________________________________________________________
________________________________________________________________________________________________
_______________________________________________________________________________________________
_______________________________________________________________________________________________
_______________________________________________________________________________________________
_______________________________________________________________________________________________
________________________________________________________________________________________________
________________________________________________________________________________________________
_______________________________________________________________________________________________
_______________________________________________________________________________________________
__________________________________________________________________________________________________
____________________________________________________________________________________________
Estimated days to complete contract: _________________________
Contractor Signature: _______________________________ Date: _____________________
COR Signature of Approval: ___________________________ Date: _____________________
ETD Watershed Restoration
RELEVANT CONTRACT EXPERIENCE
(Must be completed and submitted with bid)
Contractor/Bidder Name: ___________________________________________Phone Number: _____________________
Company Name: ____________________________________________________________________________________
Address: _______________________________________ City _____________State:____ Zip Code _________________
Please describe your relevant or similar work and/or contracting experience related to this project. This includes
experience with road construction/decommissioning, stream crossing construction/decommissioning, stream restoration
and operation of applicable equipment. (This form can be substituted with your own form/resume/references/etc).
Contracting Agency/Company: ________________________________________________________________________
Contact Name: ________________________________ Phone Number: ________________________________________
Address: _________________________________ City ____________________State _____Zip Code _______________
Contract Title: _________________________________________Dates: _______________________________________
Description of Work Performed and Equipment Used: ______________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Contracting Agency/Company: ________________________________________________________________________
Contact Name: ________________________________ Phone Number: ________________________________________
Address: _________________________________ City ____________________State _____Zip Code _______________
Contract Title: _____________________________________________________________________________________
Description of Work Performed and Equipment Used: ______________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
ETD Watershed Restoration
RELEVANT CONTRACT EXPERIENCE (cont.)
Contracting Agency/Company: ________________________________________________________________________
Contact Name: ________________________________ Phone Number: ________________________________________
Address: _________________________________ City ____________________State _____Zip Code _______________
Contract Title: _________________________________________Dates: _______________________________________
Description of Work Performed and Equipment Used: ______________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Contracting Agency/Company: ________________________________________________________________________
Contact Name: ________________________________ Phone Number: ________________________________________
Address: _________________________________ City ____________________State _____Zip Code _______________
Contract Title: _____________________________________________________________________________________
Description of Work Performed and Equipment Used: ______________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Contracting Agency/Company: ________________________________________________________________________
Contact Name: ________________________________ Phone Number: ________________________________________
Address: _________________________________ City ____________________State _____Zip Code _______________
Contract Title: _________________________________________Dates: _______________________________________
Description of Work Performed and Equipment Used: ______________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
__________________________________________________________________________________________________
ETD Watershed Restoration
BID EVALUATION INFORMATION
(Must be completed and submitted with bid)
Contract Name: ____________________________________________________________________________________
Contractor/Bidder Name: _______________________________ Company Name: _______________________________
1. Does contractor currently hold any other contracts? _____Yes _____No
If yes, please provide the following information:
Contract Type Acres Completion Date District/Location TSO or COR
2. Has contractor or contracting company ever been “Defaulted?” ___Yes ___ No
If yes, date of default: _________________ From whom?: ___________________________________
3. Does contractor own the required equipment necessary to successfully complete this contract? ___Yes __ No
If no: _____ Lease ______ Rent ______ Other, specify: ______________________________________
If yes, describe equipment:
Year Make Model Quantity Condition Miles/H
ours
4. Will contractor subcontract any of the work? ___ Yes ___ No
If yes, name of subcontractor: ___________________________________________________________
Is the subcontractor Indian Owned? ___ Yes ___ No
If yes indicate type of ownership below:
_______100% Colville business enterprise
_______Colville family business enterprise
_______Colville business enterprise
_______Indian business enterprise
***Subcontractor will need to provide all information required by primary contractor. It is the responsibility of
the primary contractor to provide this information prior to award of the contract.***
5. Does contractor currently have a valid insurance policy that provides $1,000,000 of general contractor liability
insurance as specified by the contract? ___Yes ___ No
If no, will contractor be able to provide proof of insurance with the specified coverages prior to the beginning of
work? ___ Yes ___ No
6. Please indicate how contractor will provide workers compensation insurance for employees.
______Contractor will pay directly to Colville Tribes Benefits Workman’s Compensation and provide proof prior
to contract start date.
______Contractor will provide workers compensation insurance through private insurance provider and provide
proof prior to contract start date.