Procurement #98749



Title
BP #10A Toilet Compartments & Accessories (REBID) for Wilma P. Mankiller Health Center Expansion - C/O #1
Status
Archive
OpenDate
07/23/2020
CloseDate
09/02/2020
Description
M. Ross, Inc. (herein called Construction Manager) acting as Construction Manager for Cherokee Nation Property Management L.L.C. (herein called the "Owner"), invites bids on the form attached hereto, all blanks of which must be appropriately filled in.
Detail
**CHANGE ORDER #1, DATED 8/27/2020, IS TO ADDRESS QUESTIONS WITH ANSWERS AND TO ADD ADDITIONAL DOCUMENTS** M. Ross, Inc. (herein called Construction Manager) acting as Construction Manager for Cherokee Nation Property Management L.L.C. (herein called the "Owner"), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Due to the issues with COVID-19 All bid package documents shall be filled out and e-mailed to Cherokee Nation Businesses at the following address: Toilet_.kjohzhnymy3wvfu8@u.box.com Cherokee Nation Businesses, Attn: Tina Jones. Cherokee Nation Property Management or the Construction Manager expressly reserves the right to waive any formalities or minor irregularities and to reject any or all bids. Combination of Bid Packages may be subject to rejection. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within ninety (90) days after the actual date of the opening thereof. Bids submitted must be dated no later than August 21, 2020 by 2:00PM CST. Bids will be opened in private by Cherokee Nation Property Management and M. Ross, Inc Preparation of Bid: a. Each bid proposal must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, ink or typewritten in both words and figures. In the event of a discrepancy, words will take precedence. b. Bidder shall submit proposals using the prescribed forms included herein. Bidder must also include an electronic version on a USB thumb drive. c. Bidders must deposit with each bid, security in the amount and form and subject to all conditions provided for in the Instructions to Bidders. d. Each bidder will be required to fill out Cherokee Nation - Previous Work History Form. e. Contractor’s Qualification Statements, AIA Document A305, with all blanks filled in and properly executed and all requested information attached, shall accompany bid proposal. A financial statement is not required with the qualification statement; however, the bidder may be required to submit a notarized current statement within 72-hours after the bid opening. This AIA Document A305 is not required to be submitted with purchase order bids. f. Bidders must submit with each bid a Non -Collusion Affidavit. g. Bidders must submit with each bid a Business Relationship Affidavit. h. Bid shall be delivered in a sealed envelope clearly marked with project name, name of bidder and bid package number. i. Bidder shall include TERO Certification front and back (if applicable) j. Bidder shall include CDIB Card (if applicable) k. Bidder must submit Certificate of Insurance with each bid. Examination of Site Contractor shall set up an appointment with the Project Manager, Chad Bell at M. Ross, Inc., phone (918)441-8633, or at email address chadbell77@hotmail.com to personally examine site, making notes of existing conditions, comparing such with the plans and specifications, and be fully satisfied as to conditions of such before submitting his proposal. No allowance shall be subsequently made to the Contractor by reason of any error on his part. 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.
Name:Tina Jones
Email:tina.jones@cnent.com
Phone:918-384-7802
Cherokee Nation Businesses
Awards
Builders Supply -- $0.00
Comments
Tina Jones -- 1. Lockers are 2 tier 12”X12”X78” 2. Cubicle specialties are called out in the equipment package.
Tina Jones -- 8/27/2020: The fabric type and color of cubicle curtains are usually selected during the submittal process as these would vary on the manufacturer. There are no IV tracks in the project and as far as the cubicle curtain track layouts, they are in the final equipment package that issued in BID PACKAGE 02 ASI 04.