Procurement #16872



Title
BP #1 - Division 31.01 Mass Earthwork and Storm Drain for new Tahlequah Casino - CM CLARIFICATION #1
Status
Archive
OpenDate
03/13/2018
CloseDate
03/27/2018
Description
Cherokee Nation Entertainment, LLC (herein referred to as "Owner") a wholly owned Tribal company of the Cherokee Nation on behalf of Foreman Manhattan Construction Team (herein referred to as Construction Manager or "CM") is soliciting bids from qualified contractors for Division 31.01 Mass Earthwor
Detail
**FOREMAN MANHATTAN CONSTRUCTION TEAM ("CM") CLARIFICATION #1, DATED 3/23/18, IS BEING ISSUED FOR THE CNE TAHLEQUAH CASINO PROJECT AND RELATED DOCUMENTS ARE AS POSTED UNDER THE DOCUMENTS SECTION OF THIS BID POSTING. THE REVISED DOCUMENTS CONSIST OF THE FOLLOWING: 1. SCOPE BID PACKAGE 31.01 - MASS EARTHWORK AND STORM DRAIN *REV 001 MARCH 23, 2018* 2. EXHIBIT F - PROJECT SCHEDULE - MASS EARTHWORK PHASE SKETCH WITH SCHEDULE CONSTRAINTS  **CNE CHANGE ORDER #1, DATED 3/16/18, IS TO ADD THE SIGN-IN SHEETS AND THE SCOPE DOCUMENT THAT WAS COVERED DURING THE 3/16/18 PRE-BID** Cherokee Nation Entertainment, LLC (herein referred to as "Owner") on behalf of Foreman Manhattan Construction Team (herein referred to as Construction Manager or "CM") is soliciting bids from qualified contractors for Division 31.01 Mass Earthwork and Storm Drain for the new Cherokee Casino located in Tahlequah, OK. There will be a pre-bid meeting held at 9:00AM CST on Friday, March 16th at 3307 South Seven Clans Avenue, Tahlequah, OK 74464. All questions in regards to this bid posting are to be submitted in writing via email to Tina Jones at tina.jones@cnent.com and are to be received no later than 12:00PM CST on Wednesday, March 21st. SEALED bids will be due no later than 2:00PM CST on Tuesday, March 27th and are to be delivered in accordance with the attached Construction Manager Bid Book. Foreman Manhattan will privately open bids with the Client. The Owner and/or the Construction Manager expressly reserve the right to waive all formalities or minor irregularities and to reject any or all bids. Combination of bid packages, incomplete bid packages and/or qualified bids may be subject to rejection. The bidder must plan for a post bid meeting/interview to review bidder’s proposal and scope of work associated with the project. This post bid de-scope meeting/interview will be scheduled at the close of business day a minimum of 48-hours after the initial Bid Day. It is the intention of CNB to award this project within 30 days of the proposal date. Any proposal received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of proposals, or any proposal so received after the time set for opening of proposals, shall not be considered and shall be returned unopened to the proposing firm submitting same. SCOPE OF WORK: Includes, but is not limited to, providing all the necessary labor, materials, tools, supplies, supervision, insurance, equipment, scaffolding, hoisting, fees, etc. necessary to provide Earthwork and Storm Sewer work at the CNE Tahlequah Casino Project, Tahlequah, Arrow, Oklahoma in accordance with the Contract Documents. It is further understood and agreed that this Subcontract also includes the furnishing and installation of the below listed items regardless of whether or not they are in the listed specification section(s) or any other specification section(s), or shown on the plans. This scope listing is to be used as a guideline and should not be considered as an all-inclusive list of items required to provide a complete scope of work under this proposal. Drawing and detail references are provided for reference only and are not to be considered as all-inclusive of Contract Documents for the particular items referenced. (Please note: The word “provide” when used herein shall mean furnish and install completely, including all costs for labor, materials, equipment, hoisting, layout, scaffolding, ladders, staging, tools, rigging and any other appurtenances necessary to complete the Work”.) Subcontractor has familiarized himself with the documents and has included those items of work shown and noted on the documents and all other equipment, devices and components that are not shown or noted, but required to provide a complete, functional and working system that is in compliance with all Federal, state and local codes. 1. If any directive in this scope package conflicts with directives found in plans or specifications (E.G. “by GC” notes) or similar scope direction on plans or specifications, this scope shall govern. 2. This bid package is intended to be all inclusive of labor, material, and equipment required for the site demolition, mass excavation / earthwork, and stone base course as required by the contract documents for a complete project. SCOPE OF WORK EXCLUSIONS: The following items are excluded from this Subcontract: 1. Owner supplied testing. 2. Building floor slabs shall be supported by six (6) inches compacted layer of free-draining, granular materials, ASTM No. 57 stone. (Six (6) inches of free-draining, granular materials, ASTM No. 57 stone provided by Building Concrete Bid Package.) 3. Asphaltic Concrete pavement. 4. Concrete Paving. 5. Concrete Curb & Gutter. 6. Concrete Sidewalks. 7. Sand Cushion for Concrete sidewalks. 8. All exterior downspout collector underground piping as per the contract documents. Cherokee Nation Entertainment, LLC (“CNE”) 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 Entertainment, 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 CNE 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. BONDING NOTICE - CNE 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 CNE or its entities, CNE 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
Awards
Contech