Procurement #16006



Title
RFB - B.P. #3 - MEP for Tahlequah Outpaitent Health Center - ADDENDA #1 & CM CLARIFICATION #1 ISSUED
Status
Archive
OpenDate
04/19/2017
CloseDate
05/09/2017
Description
Cherokee Nation, hereinafter referred to as Owner and Flintco, LLC hereinafter called the Construction Manager, will receive SEALED bids to provide the work included in the Cherokee Tahlequah Health Clinic Project located at Tahlequah, OK, on May 9, 2017 at 2:00 PM CST. All properly sealed and label
Detail
**ADDENDA #1, ISSUED 5/1/17 AND CM CLARIFICATION #1, ISSUED 5/2/17 HAVE BEEN POSTED TO BOX AT https://cn-bus.box.com/v/TAHHC AND ARE READY FOR VIEWING** Cherokee Nation, hereinafter referred to as Owner and Flintco, LLC hereinafter called the Construction Manager, will receive SEALED bids to provide the work included in the Cherokee Tahlequah Health Clinic Project located at Tahlequah, OK, on May 9, 2017 at 2:00 PM CST. All properly sealed and labeled proposals should be sent by express delivery, regular mail or hand delivered to Flintco; 1624 West 21st Street, Tulsa, OK 74107. The following bid packages are part of this first phase of bidding: Mechanical, Electrical, Plumbing and Information Technology Systems. All bids are to be sealed and CLEARLY labeled by describing the project and indicating the package being bid, on the envelope as described in the Instructions to Bidders. A Bid Security, as stipulated in the bid documents, in the amount of 5% of the bid may be required to accompany the sealed proposal of each bidder if the amount of the bid exceeds $100,000. Please contact Jeff Smith or Eric VanGilder with Flintco at (918) 587-8451 with any questions about bid procedures or documents. The electronic files will also be posted to the following website for use in bidding: https://cn-bus.box.com/v/TAHHC Copies of the bidding documents may be reviewed at Cherokee Nation One Stop Bid Center at the Cherokee Nation Tribal Headquarters in Tahlequah, OK. They will also be available for review at the Dodge Plan Room, Southwest Construction News and Bid News Construction Reports. The Owner and Construction Manager will conduct a pre-bid conference at the Flintco Project Office Trailer onsite; Address: 19600 East Ross Street, Tahlequah, OK 74464 for the purpose of review of the bidding documents, bidding procedures and to receive Bidders' questions. The pre-bid conference is scheduled for Thursday, April 27, 2017 at 10:00am CST. All Bidders for this project are required to meet all qualification requirements as established in these bid documents. The Owner reserves the right to reject any or all bids or to waive any informalities or irregularities in the bidding. PROPOSAL PROCEDURE: A. Bidders shall submit the following documents in a large, manila envelope with a label including all of the information listed below: 1. Bid Date and Location: Bid Date: 2:00PM CST, May 9, 2017 Bid Place: Flintco Office, 1624 West 21st Street, Tulsa, Oklahoma 74107 2. Label Information: Cherokee Nation Tahlequah Outpatient Health Center Submitted By: (Company Name) Bid Package(s) # 3. Proposal Form, complete with every blank filled in 4. Bid Package General Requirements, initialed and signed 5. Bid Package, complete with every blank filled in 6. Non-Collusion Affidavit, notarized 7. Business Relationship Affidavit, notarized 8. Bid security. 9. TERO Certificate if applicable 10. AIA A305 Qualification Statement B. The Bidder, by his failure to include every listed Items 2 through 10 above within the sealed envelope and label information as required in item 1, may forfeit his right to have his bid considered. C. Each Bidder shall propose an additive or deductive sum to the base bid sum for each alternate included in each Bid Package, except that should he desire not to bid an alternate he may insert the words "No Bid" in the space provided for price for such alternate. However, when a Bidder writes "No Bid" for one or more alternates, he thereby waives any claim to the contract award if that alternate becomes the basis for determining the low bid and/or the contract award. If an alternate price called for involves no change in price, Bidder shall so indicate by writing the words "No Change" in the space provided. D. Proposals shall not contain any recapitulation of the work to be done. E. Proposals shall be delivered to place designated in the Invitation to Bidders on or before the day and hour set for the opening of bids. The proposal shall be in an opaque, sealed envelope, bearing the Bid Package number(s) and the name of the Bidder. It is the sole responsibility of the Bidder to deliver the proposal before the scheduled closing time. Bids received after the scheduled closing time shall be returned unopened. F. In the event of discrepancy between prices quoted in words and those quoted in figures, words shall govern. Prices shall include the furnishing of materials, equipment, tools and all other facilities and performance of labor and services necessary for proper completion of the work. G. Each Bidder shall note the provision for liquidated damages on the Proposal Form and by submittal of his proposal acknowledges that he is subject to liquidated damages for his cause or failure to achieve substantial completion. The indicated substantial completion date is shown in the Construction Manager’s Schedule. H. Addenda: Any addenda issued during the time of bidding are to be acknowledged in the proposal; in executing a contract, they will become a part thereof. I. CM Clarification: Any CM Clarification issued during the time of bidding are to be acknowledged in the proposal; in executing a contract, they will become a part thereof.
Name:Tina Jones
Email:tina.jones@cnent.com
Phone:918-384-7802
Cherokee Nation Entertainment
Awards
Oil Capital Electric (Div. 26A only)
McIntosh Mechanical LLC (Div. 23A only)
Comments
Currently Unavailable -- Project Description: The Fire Suppression (Sprinkler) Package will NOT be part of this bid phase and will be sent out with the Bid Package #4 documents.