Similar Projects
Clubhouse/Social Club, Site Development Construction Project Lead, Catoosa, OK 74015 (Rogers County)
Last Updated | 10/10/2023 03:03 AM |
Project Title | JW Sam Community/Wellness Renovations (Phase 3) |
Physical Address | View project details and contacts |
City, State (County) | Catoosa, OK 74015 (Rogers County) |
Category(s) | Entertainment/Recreation, Heavy and Highway |
Sub-Category(s) | Clubhouse/Social Club, Site Development |
Contracting Method | Competitive Bids |
Project Status | Bidding, Construction start expected December 2023 |
Bids Due | View project details and contacts |
Estimated Value | $1,330,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The Cherokee Nation is seeking sealed bids from qualified contractors for the renovations at the JW Sam Building (Phase 3), 701 W. Rollins St. located in Catoosa, Oklahoma. The project must be completed within 90 calendar days after Notice to Proceed issued by Cherokee Nation. The specifications, scope of work are available in the bid packet. The bid packet contains all necessary form documents. Interested parties are required acquaint themselves with the exact nature of the work to be performed. Additional site visits may be requested by contacting David Moore, phone (918) 525-2177. Wage Rate OK#20230052 & 20230055 is applicable; any state or Tribal law requiring the payment of wage rates that exceed the corresponding Federal rate is inapplicable and shall not be enforced. A bid guaranty equal to five percent (5%) of total bid must be included with the bid submittal. Bids will be accepted from Indian and Non-Indian bidders. All Cherokee Nation buildings, whether leased or owned, and the grounds surrounding those facilities are considered by the Nation to be a drug free and tobacco free workplace; the successful bidder will ensure all employees, subcontractors, and other workers will abide by this policy. Indian preference will be given only to bidders who provide proof of current certification from the Cherokee Nation Tribal Employments Office (TERO) located in Tahlequah, Oklahoma, telephone number (918) 453-5000. Proof of TERO certification must accompany and be included in sealed bid submittal. This bid and any subsequent award resulting in an agreement shall comply with procedures for selection of contractors and sub-contractors set forth within 5307 of the Indian SelfDetermination and Education Assistance Act (25 U.S.C. 5301 et seq.), as well as the Cherokee Nation Acquisition Management Policies and Procedures. To that end, the parties of any awarded Agreement shall, to the greatest extent feasible, give preference and opportunities for training and employment to Indian and Alaska Natives, and preference in the award of contracts to Indian organizations and Indian-owned economic enterprises. This clause shall be included in every subcontract in connection with the Project, and Contractor shall, at the direction of Cherokee Nation, take appropriate corrective action in the event of a finding by Cherokee Nation of a violation hereof by a contractor or subcontractor. Bid will be awarded to the lowest, most responsive/responsible bid for each location. The subsequent contract must be fully executed within ten (10) days of award or the bid will become null and void, and the next lowest most responsive/responsible bid will be considered. Award of contract will be subject to availability of funds. TERO requirements apply to award of contract. Cherokee Nation TERO Office requirements apply including fee of 1/2 of 1% of contract award and additional daily fee of $25.00 for onsite non-Indian crew members. Successful bidder must complete required TERO paperwork and pay all applicable fees in accordance with the current Legislative Act for this project. Please contact Cherokee Nation Tribal Employment Rights Office (T.E.R.O.) at (918) 453-5000 with any questions. The successful bidder must have fees and all paperwork submitted to TERO for contract to be considered fully executed. A Performance Bond and Payment Bond will be required of the successful bidder along with a one-year warranty period as specified in the bid packet. Interpretation of the Bid Documents a) Every request for interpretation of the meaning of the plans, specifications, or other pre-bid documents must be submitted in written format to Cherokee Nation Procurement Department. Requests may be e-mailed to michelle-parsons@cherokee.org. b) To be given consideration, interpretation requests must be received by the stipulated deadline. Due date for all interpretation requests for this bid shall be October 17, 2023 by 5:00 p.m. c) Any and all such interpretations and any supplemental instructions will be in the form of written addenda. Due date for interpretations for this bid shall be October 19, 2023 by 5:00 p.m. d) No interpretation of the meaning of the plans, specifications, or other pre-bid documents will be made to any bidder orally. e) Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. |
||||||||||||||||||||||||||||||||
Details |
|
||||||||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |