Procurement #88568



Title
Demolition of Old Buildings
Status
Cancelled
OpenDate
02/25/2020
CloseDate
03/06/2020
Description
Cherokee Nation Property Management is seeking bids from qualified demolition companies for the demolition and debris removal of a single-story farmhouse, free-standing two car garage, outbuildings and fencing owned by Cherokee Nation Businesses located at 1201 North Lynn Lane Road in Catoosa, OK.
Detail
Proposals are being solicited by Cherokee Nation Businesses, L.L.C. or the Cherokee Nation Businesses, L.L.C. wholly-owned entity as identified in the Statement of Work, attached hereto and incorporated herein as Exhibit “A” for demolition and debris removal of a single-story farmhouse, free-standing two car garage, outbuildings and fencing owned by Cherokee Nation Businesses located at 1201North Lynn Lane Road in Catoosa, OK. Contact the Buyer, Tina Jones, via e-mail only, to answer any questions regarding the bid. There will be a MANDATORY pre-bid meeting at 10:00AM on Friday, February 28th located on-site. 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 2:00PM CST on March 6, 2020. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Sr. Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Sr. Buyer, Sr. Buyer Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 Scope for demolition of 1201 N. Lynn Lane Rd., Catoosa 74015 Demolition and debris removal of a single-story farmhouse, free-standing two car garage, outbuildings and fencing owned by Cherokee Nation Businesses located at 1201North Lynn Lane Road in Catoosa, OK. Friable Asbestos Containing Material (ACM) was confirmed present in approximately 800-900 square feet of roll sheet flooring (RSF) in the farmhouse. The RSF is in good condition and can be left in the structure during demolition. No lead-based paint was found in farmhouse or garage. Mobilization and Demobilization Costs associated with bringing equipment to the site and removing equipment from the site, including transportation and labor, shall be included in the flat fee bid price for Mobilization and Demobilization. Permits and Project Administration The Contractor shall be required to secure all necessary permits. All work including soil erosion control, debris removal, grading and site restoration must be completed within 60 days of commencement. The contractor is responsible for coordinating disconnection of franchise utilities (natural gas, electric, telephone, cable television, etc.) with the franchise utility companies, and responsible for paying any fees the franchise utility charges for permanent disconnection and shall be included in the Contractor’s flat fee bid price for Permits and Project Administration. Costs associated with supplying electricity, sanitary facilities, potable water, or other temporary utilities not present on the site shall be included in the flat fee bid price for Permits and Project Administration. The Contractor shall install and maintain all necessary and required soil erosion control devices. All costs associated with soil erosion/grading permits shall be the responsibility of the Contractor and included in the flat fee bid price for Permits and Project Administration. The Contractor shall place and/or utilize necessary controls to contain dust and debris at the demolition site such that it does not travel to adjacent properties or the public Right-of-Way. All costs associated with containing and controlling dust shall be the responsibility of the Contractor and included in the flat fee bid price for Permits and Project Administration. The site shall be left in a safe condition at all times. Whenever the Contractor is off site, protective fencing shall be installed to prevent access to any open excavations and/or active remediation work areas on the site. In order to prevent unauthorized inhabitation of any of the buildings on site during demolition work, the Contractor shall securely close up and/or lock all buildings opened which are not fully demolished during the course of work during the day. All security and insurance provisions are the responsibility of the Contractor. The Contractor shall obtain and maintain insurance coverage as outlined in the General Conditions. All costs associated with maintaining site safety and security shall be included in the flat fee bid price for Permits and Project Administration. Demolition and Excavation Demolition includes removal of all buildings, retaining walls, foundations, footings and like subsurface structural elements, together with all walkways, driveways, gravel surfacing, rubble, trash, debris and vegetation, including root structure, in the vicinity of the structures on the site. The work also includes backfilling all excavations, grading disturbed areas to substantially meet pre-demolition grades, and restoring disturbed areas with topsoil, seed and mulch. There are three detached structures including a farmhouse, two car garage and outbuilding foundations and several rock fence posts, poured concrete slabs, plus distinct piles of rubble located on the site. Tree removals shall be limited to vegetation that must be removed in order to safely demolish buildings. No on-site disposal or burning of demolition debris will be allowed. Lead and Asbestos Abatement Asbestos identified in the farmhouse shall be properly disposed of by all measures and methods required by local, State of Oklahoma and Federal law. All costs associated with addressing these materials shall be included in the bid flat fee. The Contractor shall provide the Supervising Professional with certified written receipts of appropriate/required disposal of hazardous materials as a condition of payment. Payment will not be made until the Supervising Professional has received such receipts. The results of the Phase I Environmental Site Assessment and the Pre-Demolition Building Survey (Asbestos and Lead-based paint) are available with these bid documents. Site Grading and Restoration After removal of the demolished materials associated with the structures, all surfaces, including cuts, fills, embankments, and other areas which have been disturbed or damaged by construction operations, shall be graded to substantially meet pre-demolition grades. The Contractor shall make every effort to grade the site such as to provide positive drainage across backfilled areas. Final grades and surfaces shall be smooth, even, and free from clods and stones, weeds, brush and other debris. All equipment labor and supplying of backfill materials will be at the Contractor’s expense and shall be included in the bid flat fee for Site Grading and Restoration. Backfill of excavations shall consist of clean materials free from contamination, organic matter, debris, large stones, or other deleterious materials. Backfill outside of the road influence may be imported clay or granular materials for filling from the bottom of the excavation to within 4” of the final grade. All disturbed areas of the site shall be restored with 4” of topsoil and seeded with grass seed mix per standard specifications for construction and applied at the rates sufficient to prevent erosion. Topsoil shall be good quality loamy topsoil, free from lumps, sod, stones and other debris greater than 1 inch. 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 Businesses