Procurement #15883



Title
RFB - Saline Courthouse Trail Alignment
Status
Active
OpenDate
03/10/2017
CloseDate
03/24/2017
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids from qualified contractors for the construction of trail alignments at the Saline District Courthouse located in Rose, OK. All work is to be done in accordance with drawings and specifications provi
Detail
Cherokee Nation Businesses, LLC is seeking bids from qualified contractors for the construction of trail alignments at the Saline District Courthouse located in Rose, OK. All work is to be done in accordance with drawings and specifications provided by 1 Architecture in Tulsa, OK and Laud Studio located in Oklahoma City, OK. Sealed bids are being solicited by Cherokee Nation Entertainment, L.L.C. (“CNE”) for furnishing all equipment, labor and materials to complete the work described in Section IV of the Contract Documents, Statement of Work and Specifications. There will be a MANDATORY pre-bid at 1:30 on March 14th at the Saline Courthouse located off N4490 Rd in Rose, OK. All questions are to be submitted in writing via email to Tina Jones at tina.jones@cnent.com no later than close of business (5:00PM) on March 16th. The Architect will provide an Addenda, if necessary, no later than close of business on March 20th. All proposals should be sent by express delivery, regular mail or hand delivery to CNE’s Catoosa Corporate office at the following address, to be received no later than 2:00PM CST on March 24, 2017 IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Entertainment, L.L.C. Attn: Tina Jones Senior Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Entertainment, L.L.C. Corp. Building #3 Attn: Tina Jones Senior Buyer 1102 N. 193rd East Ave. Catoosa, Ok 74015 It is the intention of CNE that if an acceptable proposal is received, the selected firm will be notified in writing by email within 30 days of bid opening and any follow on meetings that may be required. Any bid received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of bids, or any bid so received after the time set for opening of Bids, shall not be considered and shall be returned unopened to the bidder submitting same. The bidder must supply all the information required by the Contract Documents. SCOPE OF WORK: Work is to be done in accordance with drawings and specifications as provided by 1Architecture, LLC. Unless specifically excluded below, the scope of the project shall consist of: • All work, supervision, labor, supplies, tools equipment, light, water, fuel, power, heat, transportation or other facilities necessary for the construction of the trail alignments as defined in the attached Contract Documents, dated January 3, 2017. • Staking, clearing and grubbing of the revised portions only of the Primary and Secondary trail layout per Addendum 01 dated 2.17.17. Staking of the revised layout to be done using a GPS locating device with an Autocad Trail Layout File. • Staking and clearing of the entirety of the primitive trail layout is included in this scope of work. Staking of the primitive trails to be done using a GPS locating device with an Autocad Trail Layout File. • Removal of all downed trees and brush debris resulting from the previous clearing and grubbing of the Primary and Secondary Trails. • Removal of all downed trees and brush debris within 10 feet of each side of the Primary, Secondary and Primitive trails measured from the centerline of the trails (20 feet total). • All downed trees and brush debris listed to be removed in this scope shall be used by the contractor for mulch in the Secondary Trail construction. • All other work associated with the drawing and specifications. Exclusions from the scope of the project: • Trail markers are not included in the scope of the project. • Staking, clearing and grubbing of the remaining portions of the Primary and Secondary Trails not specifically revised and clouded per Addendum 01. This work has already been performed. • Trail Parking is not included in the scope of the project. This is a lump sum bid for all work, however, bid form provided must be completely filled out. The General Contractor will have to adhere to the Code of Conduct established by Cherokee Nation Entertainment along with all insurance and bonding requirements as set forth in the bidding documents. 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
Documents

Bid Return checklist

Bid Documents

Scope of Work

Project Manual

Drawings

Code of Conduct

Vendor Requirements for Payment

Contractor Insurance Requirements

My office location for turning in bids

Mandatory pre-bid sign in sheets