Procurement #15807



Title
RFB - 4th St. Sanitary Sewer Improvements - ADDENDA #1
Status
Archive
OpenDate
02/20/2017
CloseDate
03/09/2017
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids from qualified contractors for the installation of sewer pipe, connections, fittings and manholes needed to complete a sanitary sewer system at the locations specified in the Scope of Work and drawin
Detail
**ADDENDA #1, DATED 3/3/17, CONSISTS OF ONE(1) BID DOCUMENTS CONTRACT CLAUSE ADDED, TWO(2) PLAN SHEET REVISIONS, AND SIX(6) CONSTRUCTION PLANS ITEM CLARIFICATIONS AS INDICATED IN THE ATTACHED ADDENDA #1 DOCUMENTS** **PURCHASING CHANGE #1 IS TO SPECIFY DATE AND TIME OF MANDATORY PRE-BID. DATE IS 2/27/17 AND TIME IS 10:00AM CST** Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids from qualified contractors for the installation of sewer pipe, connections, fittings and manholes needed to complete a sanitary sewer system at the locations specified in the Scope of Work and drawings as provided by CGA Engineers. The work will also include the removal of an aerobic system and four(4) septic tanks. There will be a MANDATORY pre-bid on site at the Corp. Accounting offices located at 1461 Wildcat Lane in Tahlequah, OK. Any and all questions are to be submitted in writing via email to Tina Jones at tina.jones@cnent.com to be received no later than close of business on 3/1/17; the Engineer, if applicable, will issue an Addenda no later than close of business on 3/3/17. SEALED Bids will be due no later than 2:00PM CST on Thursday, March 9th. SCOPE OF WORK: DESCRIPTION The work under this PROPOSAL consists of the installation of 200 feet of 4 inch sewer pipe, 420 feet of 6 inch sewer pipe and 1220 feet of 12 inch sewer pipe along with connections, fittings and manholes needed to complete the system. Also included is the removal of an aerobic system and 4 septic tanks. The contractor shall remove and dispose of septic tanks in accordance with ODOT specification 619. The contractor shall determine the exact location of all existing utilities before commencing work in each area. The contractor is fully responsible for any and all damages which might result from failure to locate and preserve any and all utilities. Additionally, the work includes temporary storm water pollution prevention measures. 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. Contractor shall provide temporary orange safety fencing around all excavation, including trenches, pits, vaults, etc. to maintain security and safety for animals, children or any bystander. The cost of orange safety fence shall be included as part of base bid. The area is known to be rocky; no Geotechnical exploration was performed. The contractor shall familiarize themselves with the site prior to bidding. Rock excavation shall be included in the excavation and no additional compensation will be allowed. All work shall be performed in accordance with the 2009 Oklahoma Department of Transportation Specifications and Standards, the Tahlequah Public Works Authority, and the Oklahoma Department of Environmental Quality requirements. LOCATION The project is at the following locations in Tahlequah, Oklahoma. Cherokee Nation Entertainment Retail Accounting - 1421 Wildcat Lane Cherokee Nation Businesses Corporate Accounting / Cashier - 1461 Wildcat Lane Cherokee Nation Businesses Corporate Accounting - 1477 Wildcat Lane Cherokee Nation Indian Child Welfare - 1511 Ketcher Street Cherokee Nation Indian Child Welfare - 1525 Ketcher Street 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 improvements as shown on the drawings. Any quantities referenced in the drawings is based on the Engineer’s estimate, bidder is to bid to these quantities and then provide line item pricing for any overages. 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. 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
Awards
Jerry's Excavation -- $115,000.00