Procurement #12216



Title
Cherokee Nation Construction Resources, LLC - West Siloam Springs Estates - Water, Sanitary, Paving and Storm Sewer Infrastructure
Status
Active
OpenDate
11/05/2014
CloseDate
11/26/2014
Description
Cherokee Nation Construction Resources, LLC, (CNCR), a tribal owned company of the Cherokee Nation is seeking qualified bids for the Water, Sanitary, Paving and Storm Sewer Infrastructure for the West Siloam Springs Estates. All documents associated with this RFP can be found in the documents sectio
Detail
The outside of the bid envelope must clearly state the company name and bid title. Bid packages must include all required documentation as well as a completed bid response sheet or may be determined to be non responsive. No verbal or facsimile responses will be accepted. All questions shall be submitted in writing to the attention of Jason Carlin. All questions will be answered and both questions and answers will be posted in the documents section of this procurement that can be found on the cherokeebids.org web site. All proposals should be mailed or hand delivered to Owner’s Corporate office at the following address, to be received no later than 3:00pm November 26, 2014. Cherokee Nation Construction Resources Attn: Jason Carlin; Address is 10838 E. Marshall St #220, Tulsa, OK 74116. Any bid received after the time set for opening of Bids, shall not be considered and will be returned. It is the intention of CNCR that if an acceptable bid is received, the Contract will be awarded and the Contractor will begin work within 10 days. Please note that winning bid(s) will be published. CNCR reserves the right to issue one award, multiple awards, or reject all bids. All bids are subject to negotiation prior to award. Awards may be issued without discussion of bid received, and bids should initially be submitted on the most favorable terms from price and technical standpoint. Any award resulting from this bid will be subject to CNCR Terms and Conditions. Your bid should indicate hourly ($) rate (when applicable), individual work effort, delivery schedule or time of completion. Any item(s) with exceptions, substitutions, exclusions, additions or qualifications must be noted and clearly indicated on return bid. PERMITS, LICENSES, DEPOSITS, AND BONDS: Unless otherwise specified, Contractor shall secure all permits and licenses necessary to the performance of the Work from State and local entities, pay all fees and make all deposits pertaining thereto, and shall furnish, at Contractor’s expense, all bonds required by proper authorities, and shall submit proof thereof to Owner. Owner may, at its option, require Contractor to obtain and provide to Owner a performance and/or payment bond in a form acceptable to Owner covering the obligations of Contractor under this Contract in the full amount of the estimated value of the Work. Upon Contractor’s submission to Owner of the final invoice for such performance and/or payment bond, Owner shall pay to Contractor the actual cost of such performance and payment bond. Owner may, at its election, terminate this Contract if the required bond is not obtained within such time as Owner will deem reasonable (in no event later than commencement of the Work). If this Contract is terminated by Owner for such reason, neither party shall be liable to the other in any sum or in any amount by reason of such termination. TERO: This procurement is subject to Cherokee Nation Tribal Employment Rights Office (“TERO”) regulations that include a fee of ½ of 1% of total contract award and, if applicable, the completion of a TERO Labor Agreement and payment of associated fees. The successful bidder’s award will be published on the Cherokee Nation’s procurement website and their performance will also be measured, recorded, and reported to the Cherokee Nation. The complete Act is available by contacting the TERO OFFICE at Tahlequah 918-453-5000. TERO bidders are required to provide a copy, front and back, of their TERO certificate with return bid(s) and failure to do so will result in such bidders not receiving the TERO preferences afforded TERO bidders under the CNCR procurement and contracting policies and procedures. STANDARD “BONDING”: BONDING NOTICE CNCR generally requires payment and performance bonds for all construction contracts in excess of $100,000. However, qualified TERO-certified firms are encouraged to bid, regardless of bonding capability. DEBARMENT: By submitting a response to this Request for Proposal, the Contractor certifies to the best of their knowledge and belief that the Subcontractor, the firm, or any of its principals are not presently debarred, suspended, or proposed for debarment by any federal, state, local or tribal entity. This certification is a material representation of fact upon which reliance was placed when making award. If it is later determined the Subcontractor rendered an erroneous certification, in addition to other remedies available to CNCR, CNCR may terminate the contract resulting from this Request for Proposal for default. CONFLICT OF INTEREST: In accordance with Cherokee Nation Law, , 28 C.N.C.A. §20 no contractors or subcontractors of any Cherokee Nation entity may contract with any business owned by a first degree relative of any elected official of the Cherokee Nation. COMPLIANCE WITH LAW: Contractor shall strictly observe, comply with, and give all notices required by all local, municipal, state, tribal, and federal laws, ordinances, rules, directives, orders, and regulations related to the Work, including, without limitation: a) the Cherokee Nation Employment Rights Act, including all payment requirements, subcontracting requirements, and Indian preference requirements contained therein, as such Act is administered by the Tribal Employment Rights Office (“TERO”) of the Cherokee Nation.
Name:jason carlin
Email:jason.carlin@cnent.com
Phone:918-384-7545
Cherokee Nation Entertainment
Documents

Table of Contents

SEC I WSSE Bid Request Page

SEC III Insurance Requirements

SEC IIIa COI Sample

SEC IV Sample Contract

SEC V - Town of WSS Waer & Sewer Specs

SEC VI - Lift Station Specifications USE

SEC VII - Trailer Mounted Generator

SEC VIII - Geotech Report

SEC IX - OK Dept of Trans

SEC X - CNCR Non-collusion Affidavit

SEC XI - CNCR BusRelationship Affidavit

WSSE Mandatory Bidder Response Sheet

WSSE Q&A & Bid Meeting Attendees

Awards
Ground Zero Construction, Inc.