Procurement #108858



Title
BP #27_Low Voltage for Wilma P. Mankiller Health Clinic Expansion - CO #2
Status
Archive
OpenDate
10/13/2020
CloseDate
11/11/2020
Description
M. Ross, Inc. (herein called Construction Manager) acting as Construction Manager for Cherokee Nation Property Management L.L.C. (herein called the "Owner"), invites bids on the form attached hereto, all blanks of which must be appropriately filled in.
Detail
**CHANGE ORDER #2, DATED 11/4/2020, IS TO PROVIDE ADDITIONAL DOCUMENTS THAT WERE ORIGINALLY MISSED WHEN BID WAS POSTED.** **CHANGE ORDER #1, DATED 11/2/2020, IS TO PROVIDE COMMENTS AS SHOWN IN THE COMMENTS SECTION.** M. Ross, Inc. (herein called Construction Manager) acting as Construction Manager for Cherokee Nation Property Management L.L.C. (herein called the "Owner"), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Due to the issues with COVID-19 All bid package documents shall be filled out and e-mailed to Cherokee Nation Businesses at the following address: BP27_Lo.5xtpdtrz46k5g48b@u.box.com, attention Tina Jones. Cherokee Nation Property Management or the Construction Manager expressly reserves the right to waive any formalities or minor irregularities and to reject any or all bids. Combination of Bid Packages may be subject to rejection. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within ninety (90) days after the actual date of the opening thereof. Bids submitted must be e-mailed no later than November 11, 2020. Bids will be opened in private by Cherokee Nation Property Management and M. Ross, Inc. GENERAL SCOPE OF WORK INCLUSIONS: Includes, but is not limited to, providing all the necessary labor, materials, tools, supplies, supervision, insurance, equipment, scaffolding, hoisting, fees, etc. necessary to provide the Communications Network, Communications Cabling, and Electronic Safety and Security work for the Wilma P. Mankiller Health Center Expansion – located at 471688 Highway 51, Stilwell, OK 74960, in accordance with the Contract Documents. It is further understood and agreed that this Work Package also includes the furnishing and installation of the below listed items regardless of whether or not they are in the listed specification section(s) or any other specification section(s), or shown on the plans. Drawing and detail references are provided for reference only and are not to be considered as all inclusive of Contract Documents for the particular items referenced. (Please note: The word “provide” when used herein shall mean furnish and install completely, including all costs for labor, materials, equipment, hoisting, layout, scaffolding, ladders, staging, tools, rigging and any other facilities necessary to complete the work”.) 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 TERO permit fee of $25/day for each NON-Native worker on site, and the completion of a TERO Labor Agreement. 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 Businesses
Awards
LynxSystems -- $0.00
Comments
Tina Jones -- Questions asked on 10/29/30: Request for Information- Low Voltage Structured Cabling System 1. Are the ceiling spaces considered Plenum (ducted return) or Non-Plenum? We are unable to determine this from the information provided. Our question relates to the cable jacket required for the cable installed above/in the ceiling space. 2. Is the MDF in the existing building or will one of the IT rooms in new area be used for the MDF? We need to know where the fiber optic cabling that feeds each IDF will originate from. 3. Will backbone cabling (copper and/or fiber optic) be required from the existing building? Will this include RG-11coaxial cabling. Please provide pair count for copper cable and fiber strand count. 4. What fiber optic backbone cabling is needed in each IDF? (single mode or multimode) (what is the desired strand count). 5. We are unable to locate drawings for the MDF/IDF Room Buildout. This is needed to determine the desired room layout including quantity/type cabinets, racks, overhead ladder tray and power strips 6. Please provide the manufacturer and part number for the power strips. 7. Division 27 Scope of Work includes Electronic Safety and Security (Access Control and Alarm Monitoring and Security Video Surveillance), the provided drawings indicate Access Control card reader locations but do not indicate Security Video Surveillance locations for cameras. Please provide direction or updated drawings. 8. Per ASI-02 a DAS system is desired. The DAS is not listed under Division 27 Scope of Work. Will the DAS system be carried under this contract? The components for this system are not included in the provided materials list. Please provide clarification. Answers provided on 11/2/2020: 1. I don’t know the answer to this. The answer should come from the mechanical drawings. 2. The MDF is in the existing building. The fiber to the each new IDF will be a home run back to the existing MDF. 3. Backbone cabling (copper and/or fiber optic) will be required from the existing building. a. Coaxial cabling is not required b. 24 strands single-mode c. 24 strands multi-mode d. 25 pair from the existing MDF to the each of the new IDF 4. See 3b and 3c above 5. The MDF is in the existing building a. two 2 post racks in each new IDF b. Vertical cable management size determined by number of cables pulled to that closet 6. 2 horizontal PDUs in each new IDF (model number AP7811B) 7. That answer will need to come from the CN Health Security team. 8. That answer will need to come from the DAS vendor