Procurement #12983



Title
RFP - Cherokee Springs Plaza Construction Entrances - REV 1
Status
Active
OpenDate
04/16/2015
CloseDate
04/23/2015
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking proposals from qualified contractors for the construction of three(3) main construction entrances for the Cherokee Springs Plaza Development site located in Tahlequah, OK at the intersection of Highway 62
Detail
**REVISION #1 DATED 4/21/15 IS TO ADD ADDITIONAL DOCUMENTS RELATED TO QUANTITIES PROVIDED BY THE CIVIL ENGINEER AND TO NOTE THE FOLLOWING COMMENTS: "The volume calculations were preformed without taking into account the removal of topsoil. Please refer to the geotechnical report for topsoil depths. Moreover no deduction was made for surfacing. The calculations are from the top of the exiting surface to the top of the proposed surface without any adjustment factors."** Cherokee Nation Businesses, LLC is seeking proposals from qualified contractors for the construction of three(3) main construction entrances for the Cherokee Springs Plaza Development site located in Tahlequah, OK at the intersection of Highway 62/Muskogee Ave and Southridge Road. There will be a MANDATORY pre-bid on Monday, April 20, 2015 at 11:00AM CST at the Cherokee Springs Golf Club House located at 700 E. Ballentine Road, Tahlequah, OK 74464. SEALED bids will be due no later than 2:00PM CST on Thursday, April 23, 2015 and are to be delivered in accordance with the Instructions to Bidders section of the bid documents. Sealed bids are being solicited by Cherokee Nation Businesses, L.L.C. (“CNB”) for furnishing all equipment, labor and materials to complete the work described in Section IV of the Contract Documents, Statement of Work and Specifications. All proposals should be sent by express delivery, regular mail or hand delivery to CNB’s Catoosa Corporate office at the following address, to be received no later than 2:00 pm on Thursday, April 23, 2015. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones Senior Buyer IV 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Corporate Building #3 Attn: Tina Jones Senior Buyer IV 1102 N. 193rd E. Ave. Catoosa, OK 74015 SCOPE OF WORK: Proposal for Construction Entrances DESCRIPTION The work under this PROPOSAL consists of construction of three main construction entrances. It includes unclassified excavation, Aggregate Base Type A, Hot Mix Asphalt Type S4 and S3 and Drainage Culverts and Waterline Relocation. The drawing shows the typical section and details needed to construct the entrances. All work shall be in strict accordance with the plans and details or as directed by the Engineer. Additionally the work includes temporary storm water pollution prevention measures, and temporary traffic control installation and maintenance throughout the duration of the project. It includes clearing and grubbing, trenching, bedding, backfilling, compacting, and preparing the surface. All obstructions to be replaced or reconstructed shall be restored to substantially the same condition as existed prior to the construction except as otherwise noted. All obstructions affected by the construction of the project, (including but not limited to, fences, signs, landscaping, etc.) that are not to be reconstructed, shall be removed and disposed of by the contractor All work shall be performed per 2009 Oklahoma Department of Transportation Standards and the Tahlequah Public Works Authority. LOCATION Tahlequah, Cherokee County, Oklahoma on Township 16 North, Range 22 East, west side of Section Nine (9) along US 62 to the West, and Park Hill Road to the East, North of Willis Road. SPECIAL NOTES Construction staking shall be provided by the owner. All culverts, pipe and fittings, pavement, and base material shall be contractor supplied. Material for bedding and backfilling shall be provided by the Contractor in accordance with the plans and installed per Oklahoma Department of Transportation 2009 Standards. A Pre-Construction Conference will be held on April 20, 2015 on site. TRAFFIC CONTROL This work shall include traffic control in accordance with the Oklahoma Department of Transportation Standards and in accordance with the Manual of Uniform Traffic Control Devices (MUTCD) latest edition. A suggested traffic control plan has been included with the drawings to help contractor with temporary traffic control signage. Traffic control shall be the responsibility of the contractor and shall be maintained throughout the duration of the project or until acceptance by the owner. BASIS OF PAYMENT The basis of this contract is a LUMP SUM. Payment for all items shall be made at the lump sum price for the project and shall include all items necessary and any miscellaneous items needed to construct entrances as shown on the drawings. No additional payment shall be made for items incidental to construct the entrances. Please note that winning bid(s) will be published. Cherokee Nation Businesses, LLC (“CNB”) reserves the right to issue one award, multiple awards, or reject all bids; any award is subject to the approval of the required funds. Responding bidders are not allowed to withdraw their bid for a period of 90 days after submittal. At the time of award, the successful bidder(s) will be required to work with the Cherokee Nation Businesses, LLC Accounting department to discuss account coding for invoices. 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 a price and technical standpoint. Any award resulting from this RFP will be subject to CNB 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. Any request for information concerning bid posting is to be submitted in writing via email to Buyer listed; no verbal communication is to be initiated. 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. TRIBAL EMPLOYMENT RIGHTS OFFICE - 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 CNE procurement and contracting policies and procedures. CHEROKEE NATION GAMING COMMISSION (CNGC) - This requirement may be subject to CNGC policies and procedures. Licensing requirements may be required of the successful vendor(s) to be coordinated with the CNGC. These requirements may include licensing fees as well security and background checks of vendor(s) employees. Current policies and procedures can be found on the Cherokee Nation website or by contacting the CNGC office at 918-207-3834. BONDING NOTICE - CNB 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. INSURANCE - CNB generally requires Worker’s Compensation, Commercial and/or Comprehensive General Liability, and Automobile insurance for all awarded bids. Please refer to the Bid Documents for the specific coverages required for this bid. 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 CNB or its entities, CNB may terminate the contract resulting from this Request for Proposal for default.
Name:Tina Jones
Email:tina.jones@cnent.com
Phone:918-384-7802
Cherokee Nation Entertainment
Documents

Bid Return Check List

Bid Documents

Scope of Work

Drawings

Contractor Insurance Requirements

Geotech Report

Vendor Requirements for Payment

Mandatory pre-bid sign-in sheets 042015

EW - North Entrance

EW - South Entrance

EW - Willis Road

Awards
Ground Zero Construction -- $342,000.00