Procurement #16922



Title
RFB - Street Lighting for Cherokee Springs Plaza - Change Order #1
Status
Archive
OpenDate
04/02/2018
CloseDate
04/09/2018
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is soliciting SEALED bids to furnish labor and materials for street lighting for the Cherokee Springs development in Tahlequah, Oklahoma. All work is to be done in accordance with the Scope of Work and the drawings
Detail
**CHANGE ORDER #1, DATED 4/5/18, IS TO PROVIDE ANSWERS TO QUESTIONS SUBMITTED ON 4/4/18. THE QUESTIONS AND THE ANSWERS CAN BE FOUND AS SHOWN UNDER THE COMMENTS SECTION OF THIS BID POSTING** Sealed bids are being solicited by Cherokee Nation Businesses, L.L.C. or the Cherokee Nation Businesses, L.L.C. wholly-owned entity identified in the attached Statement of Work (“Company”) to furnish labor and materials for street lighting for the Cherokee Springs development in Tahlequah, Oklahoma. All proposals should be sent by express delivery, regular mail or hand delivery to Company’s Catoosa Corporate office at the following address, to be received no later than 12:00PM CST on Monday, April 9, 2018. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 The bidder must supply all the information required by the RFP Documents, hereinafter defined. It is the intention of CNE to award this project within 30 days of the proposal date. Any proposal received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of proposals, or any proposal so received after the time set for opening of proposals, shall not be considered and shall be returned unopened to the proposing firm submitting same. Scope of Work. Cherokee Nation Property Management is seeking qualified Electrical Contractors to provide labor and materials for street lighting for the Cherokee Springs development in Tahlequah, Oklahoma. The work will consist of: Purchasing and installing Street Lighting along the city streets within the Cherokee Springs Development • Contractor is to provide all necessary wire, conduit, switches, panels, receptacles, etc. as identified in the drawings prepared by CGA Engineers. • Contractor is to provide all poles and fixtures as identified in the Luminaire Schedule in the drawings prepared by CGA Engineers. • Contractor is responsible for all labor and equipment for a complete installation. • Contractor is to coordinate with the city of Tahlequah and TPWA on location of existing transformers and utility lines. • A city permit may be required; in such case the contractor is responsible for all permit fees. • All trench back fill will meet the requirement of the city of Tahlequah and TPWA. Selected firm will work with Project Engineer and Cherokee Nation Businesses Corporate Construction on issues or concerns as necessary. Fees The fee is to be a lump sum cost. The cost is to be all inclusive and is to broken down into Labor and Materials. 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
Awards
Collins Electric -- $0.00
Comments
Currently Unavailable -- Questions submitted on 4/4/18: On sheets 6 of 8 the note at the top left corner of the page has counts. Item number 5 indicates that there are 34 of that type of pole. The same page when taken off shows 35. I double checked the counts on sheets 6, 7 and 8 which also accumulative had 35 of the type on item number 5. This would throw the count of # 7 indicating 40 heads to 41, which count should we use? Lighting plan scale on page 3 of 8 is wrong. Answers provided on 4/5/18: • There are 35 single head poles and there are 3 double head poles. So item #7 will be 41. • Contractors shall disregard the schedule of quantities shown on sheet 6 of 8. • The contractors shall perform their own take off for bidding. • The bids shall include all items needed for complete installation of the design.