Procurement #14187



Title
RFB - Site Work, Site Utilities, Concrete and Concrete Paving for BWW at Cherokee Springs Plaza - ADDENDA #3
Status
Active
OpenDate
12/15/2015
CloseDate
12/28/2015
Description
Cherokee Nation Businesses, LLC is accepting bids on behalf of ESLR, LLC acting as the Construction Manager (CM) for the Buffalo Wild Wings Restaurant to be located at the Cherokee Springs Plaza development located in Tahlequah, OK. This request is for Division 2 - Site Work & Site Utilities and Div
Detail
**ADDENDA #3 ISSUED BY THE ARCHITECT DATED 12/21/15 HAS BEEN ADDED TO THE CNE ftp SITE AT: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com THIS ADDENDA ADDRESSES QUESTIONS THAT HAVE BEEN ASKED. THE CIVIL DRAWINGS REFERENCED IN THE ADDENDA CAN BE FOUND IN THE BID FOLDER TITLED "Bid 13266_Phase 1 work for Cherokee Springs Plaza"** Cherokee Nation Businesses, LLC is accepting bids on behalf of ESLR, LLC acting as the Construction Manager (CM) for the Buffalo Wild Wings Restaurant to be located at the Cherokee Springs Plaza development located in Tahlequah, OK. This request is for Division 2 - Site Work & Site Utilities and Division 3 - Concrete & Concrete Paving which are being posted as one bid. All work is to be quoted in accordance with the SOW provided by ESLR and drawings and specifications provided by Trinity Group Architects. Drawings and specifications can be found on the CNE ftp site at: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com SEALED BIDS will be due no later than 10:00AM on Monday, December 28, 2015 and are to be submitted and delivered in accordance with the Instructions to Bidders section of the bid documents as shown on the CNE ftp site at: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com Bidders must break their bids out to a Schedule of Values and any fees associated with the TERO 1/2 of 1% fee or the TERO $25 per day work permit fee for every non-Native working on site as separate line items on their schedule of values as these fees will be paid by CNB and not ESLR. If bidders will have any sub-contractors that they will bring to the project, they must include a complete list of those firms and their TERO status, if applicable. There will not be a pre-bid for this bid posting but bidders are responsible for familiarizing themselves with the Cherokee Springs Plaza development site and conditions. Bidders are encouraged to ask questions but note that all answers will be provided to all bidders in the form of either an Addenda issued by the Architect or a CM Clarification issued by ESLR. SCOPE OF WORK This bid package is intended to be all inclusive of labor, material, and equipment required for the site work, site utilities, concrete, and concrete paving. Division 2 - Site Work 1. Coordinate locations of existing utilities prior to beginning any work. 2. Provide 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. Include compaction as specified in the contract documents. 7. Provide all dewatering required for excavation and grading activities. 8. Furnish and install stabilized construction entrance drives as shown on the Contract Documents 9. 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 and provide sod for stabilization. 10. 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. 11. Provide drainage berm on the south side of property as noted on Construction Documents. DIVISION 2- Site Utilities 1. Provide all material and perform all work required to install a complete, fully operational and tested underground fire line service from water main to the building sprinkler riser, including all taps to water main, sanitary sewer, water service, and two 2” conduits for telephone and cable service. 2. Provide trenching and backfill for site gas and electrical service, materials provided by others. 3. Provide excavation, labor to set, sewer hookup, and backfill for grease trap. 1500 gallon grease trap provided by owner. 4. Upon completion of contractor’s underground work, Contractor shall be responsible for re-grading area due to his excavation, backfill and compaction operations so as to restore slopes and elevations within 0.1’ of existing grade and to prevent standing water. This Contractor shall be responsible for the removal from the site of all excavation spoils created by his work. 5. Establish, protect and maintain all excavations and slopes to provide a safe work area. 6. Furnish all required concrete accessories associated with this scope of Work. 7. If any erosion control is disturbed or damaged due to activities by this contractor, it is this contractor’s responsibility to repair and/or restore to original condition. 8. Provide pricing schedule for per foot excavation rates and hourly rates for excavation. Division 3 – Concrete 1. Provide labor, material, and equipment required for the installation of the slab, foundation, sidewalks, parking lot paving, mechanical and electrical housekeeping pads, transformer pad, light pole bases, curb and gutter, entry drives, trash dumpster enclosure paving, and patio wall concrete work required by the contract documents for a complete project. 2. Owner will provide all concrete material. 3. Provide surveying for building pad, curb and gutter, light pole bases, and anchor bolt locations for this scope of work. 4. Provide and place screenings for fine grade of parking lot. 5. Provide vapor barrier and aggregate base beneath slab on grade. 6. Contractor to provide labor, equipment, structural excavation, backfill, compaction, fine grading of sub-grade, and materials as shown on Contract Documents, including dowels, tie-wire, reinforcing steel, chairs, bolsters, spacers, expansion joints, control joints, keyways, water-stop material, anchor bolt templates, truncated domes, and miscellaneous materials required to perform this scope of work. Include haul-off of any excess soil materials. 7. Clean and fine grade building pad shortly after installation of foundations. 8. Perform all saw cutting associated with the scope of work of this bid package within 24 hours of placement. 9. Contractor is responsible for verifying slopes and slab height at floor drains and floor sinks. 10. Provide layout and installation of all block-outs, embeds, sleeves, anchor bolts, templates, supports, etc. as required by the Contract Documents and in coordination with shop drawings provided by others, owners to provide anchor bolts, embed plates, and sleeves. 11. Provide labor and excavation to set bollards and gate posts at dumpster area, steel piping provided by owner. 12. Provide wheel stops and striping as shown on construction documents. 13. Furnish concrete pumping and placing as required by this Contractor’s scope of work. 14. Furnish and install provisions for cold and hot weather work as required including hot or chilled water, temporary heat, enclosures, blankets, etc. 15. Furnish, erect and strip form materials, equipment, and accessories as required for a complete installation and patch any honeycombing and rub exposed concrete. 16. Furnish and install all masonry reinforcing steel materials which is embedded into concrete structure. Exclude masonry reinforcing inside of CMU cavities above slab. 17. Provide all grouting of structural steel column bases, form/reinforce/pour all structural steel concrete encasements as required by the construction documents. 18. Coordinate with Construction Manager a location for concrete washout, then haul-off all concrete washout and debris upon completion of this bid package and restore area to the condition it was in prior to this work. 19. Contractor shall take all measures to actively prevent concrete splatter, etc. to areas adjacent to concrete activities. 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