Procurement #13852



Title
RFP - BP #3 - Cast-in-Place Concrete for Buffalo Wild Wings at Cherokee Springs Plaza - Clarification #1
Status
Cancelled
OpenDate
09/28/2015
CloseDate
10/26/2015
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company is accepting bids on behalf of ESLR, LLC acting as the Construction Manager for the Tahlequah Wings dba Buffalo Wild Wings at the Cherokee Springs Plaza; this bid is for BP #3 - Cast-in-Place Concrete, all work is to be done in accordance
Detail
**CLARIFICATION #1 DATED 9/30/15 IS ONLY TO NOTE THE ADDITION OF DRAWINGS FOR ELECTRICAL, MECHANICAL, STRUCTURAL AND FF&E HAVE BEEN UPLOADED TO THE CNE FTP SITE AND ARE NOW AVAILABLE** Cherokee Nation Businesses, LLC is accepting bids on behalf of ESLR, LLC acting as the Construction Manager for the Tahlequah Wings dba Buffalo Wild Wings at the Cherokee Springs Plaza; this bid is for BP #3 - Cast-in-Place Concrete, all work is to be done in accordance with the advertised Scope of Work and the drawings and specifications provided by Trinity Group Architects. Drawings and specifications can be downloaded from the CNE ftp site at: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com There will be a MANDATORY pre-bid Friday, October 2, 2015 at 1:00PM CDT at the following location: Cherokee Springs Golf Club Pro Shop located at 700 E. Ballentine Road, Tahlequah, OK 74464. SEALED bids will be due no later than Monday, October 26, 2015 at 2:00PM and are to be delivered in accordance with the Bid Documents. SCOPE OF WORK Division 3 – Concrete 033000 Cast-In-Place Concrete 1. This bid package is intended to be all inclusive of labor, material, and equipment required for the installation of the slab, foundation, sidewalks, paving, mechanical and electrical housekeeping pads, transformer pad, light pole bases, curb and gutter, entry drives, trash dumpster enclosure, bollards, gate posts, and patio wall concrete work required by the contract documents for a complete project. 2. Contractor to provide labor, equipment, structural excavation, backfill, compaction, fine grading of sub-grade, and materials as shown on Contract Documents, including dowels, tie-wire, reinforcing steel, chairs, bolsters, spacers, expansion joints, control joints, keyways, water-stop material, anchor bolt templates, truncated domes, and miscellaneous materials required to perform this scope of work. Include haul-off of any excess soil materials. 3. Coordinate locations of existing utilities with Authorities having jurisdiction prior to beginning any work. 4. Establish, protect and maintain all excavations and slopes to provide a safe work area and keep surrounding streets, drives, and parking areas free of dirt and debris. 5. Clean and fine grade building pad shortly after installation of foundations. 6. Perform all saw cutting associated with the scope of work of this bid package within 24 hours of placement. 7. Contractor is responsible for verifying slopes and slab height at floor drains and floor sinks. 8. Provide layout and installation of all block-outs, embeds, sleeves, anchor bolts, templates, supports, etc. as required by the Contract Documents and in coordination with shop drawings provided by others. 9. Furnish concrete pumping and placing as required by this Contractor’s scope of work. 10. Furnish and install provisions for cold and hot weather work as required including hot or chilled water, temporary heat, enclosures, blankets, etc. 11. Furnish, erect and strip form materials, equipment, and accessories as required for a complete installation and patch any honeycombing and rub exposed concrete. 12. Furnish and install all masonry reinforcing steel materials which is embedded into concrete structure. Exclude masonry reinforcing inside of CMU cavities above slab. 13. Provide all grouting of structural steel column bases, form/reinforce/pour all structural steel concrete encasements as required by the construction documents. 14. Coordinate with Construction Manager a location for concrete washout, then haul-off all concrete washout and debris upon completion of this bid package and restore area to the condition it was in prior to this work. 15. Contractor shall take all measures to actively prevent concrete splatter, etc. to areas adjacent to concrete activities. 16. Contractor shall be responsible for any and all costs incurred as a result of remedial work required due to failure of concrete to achieve strengths required by the Contract Documents, or failure to meet any other requirements in the Contract Documents. Work and material excluded from this bid package: 1. Steel pipe for bollards and trash enclosure gates. 2. Anchor bolts. 3. Sleeves. 4. Embed plates. 5. Electric conduits. 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. CHEROKEE NATION GAMING COMMISSION (CNGC) - This requirement may be subject to CNGC policies and procedures. Licensing requirements may be required of the successful vendor(s) to be coordinated with the CNGC. These requirements may include licensing fees as well security and background checks of vendor(s) employees. Current policies and procedures can be found on the Cherokee Nation website or by contacting the CNGC office at 918-207-3834. 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
Comments
Currently Unavailable -- The architectural site plan, A000, does not match the civil site plan, sheet C1.0. - That is correct. It is a close go by but we are waiting on the final Civils.