BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

Similar documents
BID FOR LUMP SUM CONTRACT

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

INSTRUCTIONS TO BIDDERS

East Central College

Department of Public Works

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

ADDENDUM #5 NIB #

BID FORM (Lump Sum or Unit Price)

ADDENDUM NO. 1 TO CONTRACT DOCUMENTS

SE-330 LUMP SUM BID FORM

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

INSTRUCTIONS TO BIDDERS

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Request For Proposal (RFP) for

SECTION 1.A BID FOR LUMP SUM CONTRACT

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

STANDARD CONTRACT EXECUTION FORMS

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Payment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal.

construction plans must be approved for construction by the City PBZ department.

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

*Reverse Auction: Wednesday, June 7, 2018

INSTRUCTIONS TO BIDDERS

Proposal No:

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

KELTY TAPPY DESIGN, INC.

INSTRUCTIONS TO BIDDERS

HVAC Remodel Second Floor North Center Building

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

Finance & Technology Administrator (815) ext 223

INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS

B. The Bid is made in compliance with the Bidding Documents.

Planning and Project Management

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Document A701 TM. Instructions to Bidders

Project Manual. For Glenloch Splash Pad And Pool Renovations

**REVISED BID PRICE FORM** October 24, 2018

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

INSTRUCTIONS TO BIDDERS

ADDENDUM NO. 2 December 10, Reference Contract Documents (drawings and specifications) dated: 11/30/15

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

Rapid City, South Dakota

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412

Request for Bid/Proposal

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

ADVERTISEMENT FOR BIDS

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Litchfield Planning and Zoning Commission RFP/RFQ Request for Proposal/Qualifications Aquifer, Subdivision, & Zoning Revision

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

INVITATION TO TENDER TENDER FORM

PROPOSAL REQUIREMENTS AND CONDITIONS

SECTION INSTRUCTIONS TO BIDDERS

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

SECTION NOTICE TO BIDDERS

Transcription:

BID PROPOSAL PLACE: RM Builders 3441 W. 46 th Street Muskogee, OK 74401 BID PACKAGE #: DATE: Proposal of (hereinafter called Bidder) a corporation, organized and existing under the laws of the State of ; a partnership, or an individual doing business as. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner). The Bidder in compliance with your invitation for bids for the Cherokee Nation Entertainment Fort Gibson Casino project at Fort Gibson, Oklahoma, having examined plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all materials, equipment and labor required to provide all work included in the Cherokee Nation Entertainment Fort Gibson Casino project in accordance with the Contract Documents within the time set forth therein and at the prices stated below. These prices to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder is aware of all Cherokee Nation TERO requirements. In submitting the bid, it is understood that the right is reserved by the Cherokee Nation Entertainment or the Construction Manager to reject any and all bids, and it is agreed that this bid may not be withdrawn for a period of sixty (60) days after the date of closing of same. Work is to start within Ten (10) days after receipt of NOTICE TO PROCEED. If the bid is for $100,000 or more, it shall be accompanied by a certified check or a cashier's check made payable to RM Builders, or a Corporate Surety Bond of a surety company duly authorized to do business in the State of Oklahoma, in the sum of five percent (5%) of the total amount of the bid (unless otherwise specified in the bid documents which is submitted as bid security, conditioned upon the Bidder's entering into a contract with RM Builders in accordance with the terms of the bid. It is agreed that said bid security of the successful bidder will constitute liquidated damages, and not a penalty for the failure of the bidder to enter into a contract in accordance with this bid. We propose to complete this work in a timely manner to meet the Project Schedule. BID FORM REV 1 00400-1

BASE PROPOSAL: Bidder agrees to perform all of the above work described in the specifications and shown on the plans for the sum of: Dollars ($). (All bond premiums are to be included in base proposal amount). Performance and Payment Bond % = % ALTERNATE PROPOSALS: Bidder proposes to perform the substitutions, omissions or changes required by the following alternates or any alternates that may be required by addenda for the following: If required by Bid Package, include alternate proposal on a separate page with Bid Form. UNIT COST: Additional work shall be performed on express authorization from the Construction Manager for the following unit cost prices: If required by Bid Package, include unit cost pricing on a separate page with Bid Form. TIME OF COMPLETION: Bidder agrees to prosecute the work with diligence and to maintain the job construction schedule and complete the work within the time as defined by "Instructions to Bidders," Paragraph 16. EXTRAS: The undersigned Contractor agrees to furnish all materials, equipment and labor for additional work ordered by the Construction Manager for which no pre-agreed price has been fixed, for the net cost of all materials, equipment and labor directly attributable to the additional work furnished, plus a maximum of ten percent (10%) for overhead and profit which may be applied to the cost of the work provided by the Contractor. The Contractor may apply a maximum of ten percent (10%) for overhead and profit to the cost of work performed by subcontractors. Bidder understands that the Owner or Construction Manager reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the actual date of the opening of bids. Upon receipt of written notice of the acceptance of his bid, bidder will execute the formal Agreement for Construction attached within ten (10) days and deliver a Surety Bond or Bonds as required. The bid security attached in the sum of Dollars ($_) is to become the property of the Construction Manager in the event the Agreement for Construction and Bond are not executed within the time set forth, as liquidated damages for the delay and additional expense to the Construction Manager caused thereby. BID FORM REV 1 00400-2

Bidder has examined copies of all contract documents and of the following addenda: Number of addenda Date of addenda Number of CM Clarification Date CM Clarification Alternates: Alternate #1 Include a lump sum amount to clear, grub, provide erosion control, provide temporary haul road and restore area at the South Select Fill Barrow Area. This alternate to be included in the scope of work only if the South Area is required. $ Allowance: Allowance #1 Contractor s recommended allowance to repair public roads between the South Select Fill Barrow Area and the construction site. $ Unit Price: Unit Price #1 Transport materials from South Select Barrow Area to construction site $_ CU YD Unit Price #2 Provide crushed gravel as requested by Construction Manager for temporary site conditions. $_ TON BID FORM REV 1 00400-3

This bid is submitted as a legal offer and any bid when accepted by The Construction Manager constitutes a firm contract. The Bidder certifies that: A. They are an Equal Employment Opportunity Employer and that they do not discriminate in any of their business or employment practices. Respectfully submitted: Company Name: Business Address: Telephone Number: By: Title: Signature: Typed or Printed Name Typed or Printed Title (Seal - if bid is by a Corporation) Communication concerning this bid shall be addressed to: Firm: Address: _ Telephone: _ Facsimile Telephone: _ Authorized Representative: Federal Employers Identification Number: BID FORM REV 1 00400-4

The following documents are to be attached to and made a condition of this bid. Please mark in the column provided to verify inclusion of documents. Bidder a. Required bid security in the form of (bond, check, 5% of bid). b. Cherokee Nation - Previous Work History Form c. Contractor s Qualification Statement (AIA A305) with support documentation d. Non-collusion Affidavit e. Business Relationship Affidavit f. Sealed envelope clearly marked with Project name, bidder, and bid package No. g. Current Certificate of Insurance h. Copy of TERO Certification (if applicable) i. Copy of CDIB card (if applicable) BID FORM REV 1 00400-5