Procurement #14696



Title
RFP - BP #5 for the Grove Casino - CLARIFICATION #2
Status
Archive
OpenDate
04/28/2016
CloseDate
05/25/2016
Description
Cherokee Nation Entertainment, hereinafter referred to as Owner and Red Stone Construction Services, LLC hereinafter called the Construction Manager, will receive SEALED bids to provide the work included in the Cherokee Nation Entertainment Grove Casino Project located at Grove, OK, on Wednesday, Ma
Detail
**CM CLARIFICATION #2, DATED 5/17/16, IS ISSUED TO CHANGE THE BID CLOSING DATE ONLY; BID CLOSING DATE HAS BEEN CHANGED TO 5/25/16 AT 2:00PM CDT** **CM CLARIFICATION #1, DATED 5/12/16, IS ISSUED AS A RESPONSE TO BIDDERS QUESTIONS. THIS CM CLARIFICATION IS IN FOLDER "GROVE PROJECT" ON THE CNE FTP SITE AND LISTED IN SPECIFIC FOLDER TITLED, "Bid 14696_BP #5 for Grove." ADDRESS TO FTP SITE IS: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com INVITATION TO BIDDERS DECORATIVE METAL RAILINGS, MILLWORK, COILING DOORS, FLOORING, ACCESS FLOORING, RESINOUS FLOORING, TOILET PARTITIONS AND ACCESSORIES, LOCKERS, LOADING DOCK EQUIPMENT, ROLLER WINDOW SHADES, FENCES AND GATES Cherokee Nation Entertainment, hereinafter referred to as Owner and Red Stone Construction Services, LLC hereinafter called the Construction Manager, will receive SEALED bids to provide the work included in the Cherokee Nation Entertainment Grove Casino Project located at Grove, OK, on Wednesday, May 18th, 2016 at 2:00 PM CDT. All properly sealed and labeled bids should be sent by express delivery, regular mail or hand delivered to CNE’s Catoosa Corporate office at the following addresses: Express Delivery or Regular Mail - Cherokee Nation Entertainment, LLC Attn: Tina Jones Senior Buyer 777 W. Cherokee Street Catoosa, OK 74015 ?? Hand Delivery - Cherokee Nation Entertainment, LLC Attn: Tina Jones Senior Buyer 1109 N. 193rd East Ave. Catoosa, OK 74015 All bids are to be sealed and CLEARLY labeled by describing the project and indicating the package being bid, on the envelope as described in the Instructions to Bidders. No bid security or Bid Bond is required. Electronic files will be posted to the following website for use in bidding: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com Copies of the bidding documents may be reviewed at Cherokee Nation One Stop Bid Center at the Cherokee Nation Tribal Headquarters in Tahlequah, OK. or at the Red Stone Construction main office in Tulsa. 2738 E. 51st Street, Tulsa, OK. 74105 All correspondence and questions about bid procedures or documents MUST be directed to Tina Jones, Senior Buyer Cherokee Nation Entertainment, by email at tina.jones@cnent.com. All questions /answers will be shared with other bidders in the form of Addenda posted to the bid website at www.cherokeebids.org. No telephone inquiries. Oral clarifications will NOT be considered part of the Contract Documents. All addenda issued will become part of the Contract Documents. The Owner and Construction Manager will conduct a Pre-bid conference (Non Mandatory) at the Deer Room in the Hard Rock Hotel & Casino in Catoosa, OK for the purpose of review of the bidding documents, bidding procedures, TERO requirements and to receive Bidders' questions. The pre-bid conference will be on Wednesday May 4th at 1:00 PM. Deadline for questions will be Monday May 9th. The Addenda or Clarification will be issued no later than May 12th. All Bidders for this project are required to meet all qualification requirements as established in these bid documents. The Owner reserves the right to reject any or all bids or to waive any informalities or irregularities in the bidding. INSTRUCTION TO BIDDERS Cherokee Nation Entertainment – Grove Casino, Grove, OK Bid Due Date: 2:00 pm, Wednesday, May 18, 2016 There will be a Pre-bid meeting (Non Mandatory) in the Deer Room at the Hard Rock Hotel & Casino in Catoosa, OK. Wednesday May 4th at 1:00 PM Cherokee Nation Entertainment, LLC along with Red Stone Construction Services is accepting bids from interested parties for the above referenced project. Interested parties are to provide a bid to furnish all labor, quality control, materials, supplies and supervision to complete the entire project. Interested bidders must follow all directions outlined in this bid packet including the utilization of mandatory bid response sheet to be considered fully responsive. The lowest most responsive, responsible bid will be the determining factor in awarding this bid. Sealed Bids are due to Tina Jones at 2:00 pm on WEDNESDAY May 18th at the following: Mail to: Cherokee Nation Entertainment Attn: Tina Jones, 777 West Cherokee Street, Catoosa, OK. 74434. Hand Deliver to: Cherokee Nation Entertainment Attn: Tina Jones, 1109 N. 193rd E. Ave., Catoosa, OK. 74434 Bids will be opened privately by Cherokee Nation Entertainment and Red Stone Construction. DO NOT EMAIL, FAX, OR SEND ANY BIDS TO CONSTRUCTION MANAGER. ONLY SEALED BIDS TO TINA JONES ON OR BEFORE BID TIME WILL BE ACCEPTED. BID PROPOSAL FORM INFORMATION: The Mandatory Bid Proposal Form must be submitted on the prescribed, required form with all areas completed. Sealed envelopes containing the bid must be received on or before due date listed. Bids may be mailed, or hand delivered, to Tina Jones at the above address. It is the bidder’s responsibility to ensure delivery of bids by 2:00 pm on Wednesday, May 18th, 2016. Bid Forms: The following Bid Forms must be summited – One hard copy and one electronic copy (memory stick) Bid Bond is not required: 1. BID PROPOSAL FORM 2. NONCOLLUSION AFFIDAVIT 3. BUSINESS RELATIONSHIP AFFIDAVIT 4. TERO CERTIFICATE, FRONT AND BACK, REQUIRED FOR TERO CONSIDERATION Interpretation of the Bid Documents: All questions or requests for interpretation of the bid must be submitted in written format to TINA JONES at Cherokee Nation Entertainment. Requests should be emailed to tina.jones@cnent.com. a) To be given consideration, questions and interpretation requests must be received no later than Monday May 9th, 2016. b) No answers or interpretation of the bid documents will be made to any bidder orally. c) 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. Bid Acceptance: RedStone Construction Services and the Owner reserve the right to reject any and all bids. Red Stone reserves the right to determine if a bid meets stated requirements, and to award a contract for the bid that is in the best interest of Red Stone and its client including but not limited to the total cost and capability of the bidder. Bidders are responsible for any and all costs associated with the preparation and submission of bids. To be considered, bids must be received by the specified date and time. No bidder may withdraw their bid within 60 days after proposal due date. Successful bidders will be required to provide all Bid forms as stated above. Laws and Regulations The bidder's attention is directed to the fact that all applicable Cherokee Nation Regulations, State Laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though written out in full, Qualifications of Bidder: Red Stone may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish all such information and data for this purpose as requested. Red Stone reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. Subcontracts: Subcontractor will be contracted with Red Stone Construction Services, LLC. The successful bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract must also be acceptable to Cherokee Nation Entertainment,LLC. Method of Award – Lowest Bid That Contains Most Responsive/Reasonable Offer From Qualified Bidder: After consideration of price and other factors, the contract may be awarded to the bidder whose bid is determined to be the lowest most responsive/reasonable offer and in the best interest of Red Stone and Cherokee Nation Entertainment, LLC to accept. Award shall be made under unrestricted solicitations to the lowest, most responsive/reasonable bid from a qualified economic enterprise or organization within the maximum total budget price established for the specific project or activity being solicited. Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters: The responding party certifies to the best of its knowledge and belief that the person, the firm, or any of its principals are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal or jurisdictional agency. The bidder will also certify they have not, within a three-year period preceding this Request for Proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, Local or Tribal) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commissions of embezzlement, theft, forgery, bribery, falsifications or destruction of records, making false statements, and are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in this provision. The responding party certifies they have not, within a three-year period preceding this Request for Proposal, had one or more contracts terminated for default by a Federal, State, Local or Tribal agency. The responding party shall provide immediate written notice to Red Stone Construction Services if, at any time prior to contract award, the person learns its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Drug Free Workplace and Tobacco Free Workplace: Subcontractors awarded contracts for this project will, within 10 days of award of contract, submit their company safety and substance abuse policy and will ensure that it meets and /or exceeds Red Stone’s Safety policy, OSHA requirements and substance abuse policy. 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 as security and background checks of vendor(s) employees. Current policies and procedures can be found on the Cherokee Nation website. Contract / Project Documents: Subcontractor is directed to read and fully understand all contract and project documents. Insurance requirements: Please see attached Insurance requirements contained in the bid documents. Subcontractor is required to maintain any and all Insurance requirements throughout the completion of the project and warranty period. Taxes: Special attention is directed towards Owner Paid Materials (OPM) on this project. See the “Owner Paid Materials” site map attachment. It is the responsibility of the subcontractor to participate in the Owner paid materials program. The Owner reserves the right to purchase materials tax exempt and will exercise their rights on this project for items only in the highlighted area indicated on the “OPM” map. The Owner is tax exempt for all city, county and state sales tax for all work that is performed within the areas designated as Trust Land as shown in the bid documents. The Owner is not Tax exempt for all areas outside areas designated as Trust Land. Subcontractor is to include the cost of all materials and Taxes as outlined above in their bid. Time of Completion: THIS IS AN ACCELERATED SCHEDULE Project and will be completed by December of 2016. All bidders acknowledge that sufficient manpower is included in their bid to meet schedule demands in accordance with the Red Stone Project Superintendent. No delays due to weather or unforeseen conditions will be allowed. TERO Compliance: Project is subject to compliance with the CHEROKEE NATION TERO Policies and Procedures. See attached document. Subcontractors are to EXCLUDE the cost of the TERO Fee of one-half of one percent on all covered contracts. This cost will be paid by the Construction Manager. Subcontractor is responsible for all other TERO Fees. (Workers Fees) Davis-Bacon Wages: Project is not subject to Davis-Bacon wage rates. Testing and Inspections: Refer to the contract documents. BIM – Building Information Model: Coordination of drawings via the use of BIM will be utilized on this project. All subcontractors will be required to provide BIM drawings where limited space availability necessitates coordination, or if coordination is required to facilitate integration into the project of products and materials that are fabricated or installed by more than one entity. See Section 002200 BIM Coordination for further clarifications.
Name:Tina Jones
Email:tina.jones@cnent.com
Phone:918-384-7802
Cherokee Nation Entertainment
Awards
Advantage Glass dba Advantage Windo Treatments (Div. 12A only)
Best Companies (Div. 10B only)
Springwater Fence (Fence & Gates only)
Osiyo Metals (Div. 05A only)
Overhead Door Co. of Tulsa (Div. 11A only)
Gobal Overhead Door Co. (Div. 08C only)
Elohi dba Kuruks (Div. 09D only)
R and R Carpet & Tile (Div.'s 09C & 09E only)
Bearwood Native (Div. 06A only)