Procurement #16812



Title
RFB - New Bird Creek Pumping Station - Change Order #1
Status
Cancelled
OpenDate
02/19/2018
CloseDate
03/16/2018
Description
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids from qualified contractors to furnish and install a 2-stage water pumping system providing creek water from the existing Bird Creek pump station to the Cherokee Hills Golf Course in accordance wit
Detail
**CHANGE ORDER #1, DATED 2/28/18, IS TO ADD THE PIPE LINE ELEVATIONS FILE TO LIST OF DOCUMENTS** Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids from qualified contractors to furnish and install a 2-stage water pumping system providing creek water from the existing Bird Creek pump station to the Cherokee Hills Golf Course in accordance with the attached Scope of Work. There will be a MANDATORY pre-bid meeting Friday, February 23rd, at 9:30 in Corporate Building #2 on the Hill just north of the Hard Rock in Catoosa, OK. SEALED bids will be due no later than 2:00PM on Friday, Mark 16th and are to be delivered in accordance with the attached bid documents. Scope of Work: New Bird Creek Pumping Station 1. Furnish and install complete: a. A 2-stage water pumping system providing creek water from the existing Bird Creek pump station to the Cherokee Hills Golf Course. b. Stage 1 shall provide the initial intake from the creek utilizing the existing casing. c. Stage 1 shall provide the creek water to a second pump module that will serve the existing line to Cherokee Hills Golf Course. d. The second stage pump module shall be a fully enclosed and heated module. For all intent, this is a self-contained module with single point power and water connections. e. The pumping system shall be capable of delivering a minimum 175 gpm at the point of discharge. f. All modules shall have galvanized frames and painted, insulated exterior panels that are weathertight and carry a minimum 10-year warranty against rust and corrosion. g. All pumps shall utilize variable frequency drives to control output. All motors shall be manufactured by Baldor and be drive rated. h. The system as a whole shall be operable via a remote system from the Cherokee Hills Golf Course; utilizing a SCADA type system. i. In addition to power on-off, the SCADA system shall be programmable on a seven day 24-hour clock and provide operational status of both pump stages and proof of flow of both stages. 2. Limitations: a. This scope of work is a “turn-key” scope. All work shall be in accordance with an approved concept presented during post bid descope/interviews and a subsequent approved design if awarded the project. b. The scope listed above identifies general, major areas of work. It is not intended to limit the requirements of the project. The project is the entirety of the design documents. 3. Changes to the Scope: a. All changes shall be cost of the work with the following allowable markups: i. Combined overhead and profit on lower tier contractors shall not exceed 5%. 1. Lower tier contractors shall be limited to a combined overhead and profit of 10%. ii. Combined overhead and profit on self-performed work shall not exceed 10%. iii. Combined overhead and profit returned on deductive changes of lower tier contractors shall not be less than 3%. iv. Combined overhead and profit returned on deductive changes on self-performed work shall not be less than 7%. v. Invoices for rental equipment, material, freight, fuel, etc. will be provided to substantiate costs of changes. Original quotes, material estimates, labor estimates, purchase orders, etc. may also be requested to substantiate changes. Please note that winning bid(s) will be published. Cherokee Nation Entertainment, LLC (“CNE”) 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 Entertainment, 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 CNE 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 - CNE 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 CNE or its entities, CNE 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