Procurement #13850



Title
RFP - BP #2A - Site Work, Complete for Buffalo Wild Wings at Cherokee Springs Plaza - Clarification #1
Status
Cancelled
OpenDate
09/28/2015
CloseDate
10/26/2015
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company is accepting bids on behalf of ESLR, LLC acting as the Construction Manager for the Tahlequah Wings dba Buffalo Wild Wings at the Cherokee Springs Plaza; this bid is for BP #2A - Site Work Complete, all work is to be done in accordance wi
Detail
**CLARIFICATION #1 DATED 9/30/15 IS ONLY TO NOTE THE ADDITION OF DRAWINGS FOR ELECTRICAL, MECHANICAL, STRUCTURAL AND FF&E HAVE BEEN UPLOADED TO THE CNE FTP SITE AND ARE NOW AVAILABLE** Cherokee Nation Businesses, LLC is accepting bids on behalf of ESLR, LLC acting as the Construction Manager for the Tahlequah Wings dba Buffalo Wild Wings at the Cherokee Springs Plaza; this bid is for BP #2A - Site Work Complete, all work is to be done in accordance with the advertised Scope of Work and the drawings and specifications provided by Trinity Group Architects. Drawings and specifications can be downloaded from the CNE ftp site at: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com There will be a MANDATORY pre-bid Friday, October 2, 2015 at 10:00AM CDT at the following location: Cherokee Springs Golf Club Pro Shop located at 700 E. Ballentine Road, Tahlequah, OK 74464. SEALED bids will be due no later than Monday, October 26, 2015 at 2:00PM and are to be delivered in accordance with the Bid Documents. All questions are to be submitted via email to Tina Jones at tina.jones@cnent.com and are to be received no later than 3:00PM CDT on 10/7/15; an Addenda will be issued no later than 3:00PM CDT on 10/12/15. DO NOT CONTACT THE ARCHITECT OR CM DIRECT AND NO VERBAL QUESTIONS WILL BE ADDRESSED. SCOPE OF WORK Division 2A - Site Work, complete 02700 Site Grading – 1. Coordinate locations of existing utilities prior to beginning any work. 2. This bid package is intended to be all inclusive of labor, material, and equipment required for the earthwork to rough grade at the building pad, site paving sub grade, site clearing and grubbing, stockpiling of topsoil, and soil erosion control work required by the contract documents. All final grades on this project are the responsibility of this bid package. 3. Sub grade preparation at paving areas per this scope of work shall be based on the Geotechnical Engineering Report and as indicated per the contract documents. 4. All spoils other than topsoil are to be removed from site. 5. Furnish and install modified sub-grade for all areas as specified. Provide rough grading of sub grade to within +/- one tenth of a foot. 6. Scarify exposed sub-grade in accordance with the Contract Documents before placing fill. 7. Include compaction as specified in the contract documents. 8. Provide all dewatering required for excavation and grading activities. 9. Furnish and install stabilized construction entrance drives as shown on the Contract Documents 10. Placement and final grading of topsoil replacement at all areas to within +/- one tenth of a foot, including backfilling and hand grading behind curbs and in islands. 11. Include all erosion and dust control work including construction and maintenance throughout life of project and removal of silt fencing. 12. Keep surrounding streets, drives, and parking areas free of dirt and debris including dust control caused or created by the work of this bid package. 13. The Contractor must file a “Notice of Intent” with the appropriate administrative agency prior to commencing earthwork, clearing or demolition operations. 14. Provide drainage berm on the south side of property as noted on Construction Documents. Work excluded from this bid package: 1. Vapor barrier and aggregate base beneath the slab on grade. 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
Comments
Currently Unavailable -- The architectural site plan, A000, does not match the civil site plan, sheet C1.0. - That is correct. It is a close go by but we are waiting on the final Civils.