Procurement #118905



Title
Smoke Shop HVAC remodel (Re-Bid) - Change Order #1
Status
Archive
OpenDate
11/18/2020
CloseDate
12/14/2020
Description
Bids are being solicited by Cherokee Nation Businesses, L.L.C. or the Cherokee Nation Businesses, L.L.C. wholly-owned entity identified in the attached Statement of Work (“Company”).
Detail
**CHANGE ORDER #1, DATED 12/2/2020, IS NOTE APPROVAL OF SUBSTITUTION REQUESTS SUBMITTED TO DATE; APPROVAL LANGUAGE IS AS SHOWN IN THE COMMENTS SECTION** Bids are being solicited by Cherokee Nation Businesses, L.L.C. or the Cherokee Nation Businesses, L.L.C. wholly-owned entity identified in the attached Statement of Work. There will be a MANDATORY pre-bid meeting November 23, 2020 at 1:30PM at the outside Smoke Shop located on the campus of the Hard Rock Hotel & Casino located in Catoosa, OK. In conformance with Cherokee Nation Executive Order 2020-02-CTH dated May 27, 2020 (attached as Exhibit xx) all persons entering or conducting business on Cherokee Nation properties shall wear masks. Due to ongoing COVID-19 concerns, all proposals should be sent by email, only, to: Smoke_S.44coqp3kc7x468zg@u.box.com; please notify Buyer, Tina Jones, when bid has been sent so verification of receipt can be confirmed. All proposals are to be submitted no later than 5:00PM CDT on December 14, 2020. SCOPE OF WORK CNE is requesting proposals from qualified general contractors to complete the work herein. The Outside Smoke Shop at Hard Rock Casino and Hotel is an approximate 3,500 square foot metal building structure on post tensioned, slab on grade concrete with an approximate 1,500 square foot gaming floor. The building is positioned on land held in trust by the U.S. federal government. As such, the project is tax exempt and taxes shall not be included in the bidder’s proposal. Contractor will be responsible for the work as identified in drawings and specifications prepared by Starr Design Group of Tulsa, OK. Generally speaking, the bidder is responsible for the following: 1. Internal demolition of existing ceilings, light fixtures, ductwork, flooring, wall base. 2. Install new, Owner provided carpet tile gaming flooring. 3. Furnish and install new wall base. 4. Furnish, install, and startup new mechanical system. (Pre-approval for substitute equipment required a minimum of 5 days before bids are due.) 5. Furnish and install new ceiling system. 6. Lights and lighting circuits by Owner. 7. Owner will move games and game bases such that flooring can be done in two phases. 8. Project duration shall not exceed 45 calendar days once mobilized. 9. Working hours are 7 am – 7 pm Monday thru Friday; or as additionally approved in advance. 10. Successful bidder is required to have a current Cherokee Nation Gaming Commission License for their business. This procurement is subject to the rules and regulations of the Cherokee Nation Tribal Employment Rights Office (“TERO”), as adopted and authorized by the Cherokee Nation Tribal Employment Rights Act (Title 40 of the Cherokee Nation Code Annotated). These rules and regulations provide for the assessment of a fee, where applicable, of ½ of 1% of the total contract award (including any and all subsequent additions and deletions to the contract award due to changes in the scope of the work);, the submission of a properly completed TERO Labor Agreement; and the assessment and payment of applicable labor fees. The complete Act is available by contacting the TERO Office located in Tahlequah, Oklahoma at 918-453-5000. The successful bidder’s award will be published on the Cherokee Nation’s procurement website and their performance will be measured, recorded, and reported to the Cherokee Nation. The TERO rules and regulations that are applicable to the Work to be performed by the successful bidder will be determined and communicated by TERO and such rules and regulations shall be made a material term of the Contract Agreement. TERO bidders are required to provide a copy, front and back, of their TERO certificate with bid(s) and failure to do so will result in such bidders not receiving the TERO preferences afforded TERO bidders under the Company procurement and contracting policies and procedures. This procurement is subject to Cherokee Nation Gaming Commission (“CNGC”) policies and procedures. In the event CNGC licensing is applicable, the successful vendor(s) shall be responsible for obtaining all licenses required by CNGC. CNGC licensing 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 or by contacting the CNGC office at 918-431-4116. If awarded the bid, bidder and any subcontractors of bidder in the performance of the Work shall, to the greatest extent feasible, give preference to Indian organizations, Indian-owned enterprises and individuals as certified by TERO. First preference shall be given to members of the Cherokee Nation and their businesses. Second preference shall be given to members of all other federally recognized tribes. All questions about the meaning or intent of the RFP Documents shall be submitted to the CNE Buyer, Tina Jones, in writing. Replies will be issued by Addenda emailed to all parties recorded by Company as having received the RFP Documents. Questions received less than two days prior to the date for opening of bids will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Company reserves the right to reject any and all bids when such rejection is in the best interest of Company. All bids are received subject to this stipulation and Company reserves the right to decide which bid shall be deemed lowest and best. A violation of any of the following provisions by the bidder shall be sufficient reason for rejecting his bid, or shall make any Contract between Company and the Contractor that is based on his bid; (i) null and void; divulging the information in said sealed bid to any person, other than those having a financial interest with him in said bid, until after bids have been opened; (ii) submission of a bid which is incomplete, unbalanced, obscure, incorrect, or which has conditional clauses, additions, or irregularities of any kind not in the original Bid Schedule, or which is not in compliance with the Instructions to Bidder and Solicitation to Bid, or which is made in collusion with another bidder. The foregoing list is non-exhaustive and Company reserves the right to reject a bid or nullify any Contract between Company and the Contractor that is based on his bid for any other reason it deems is in the best interest of the Company. Company reserves the right to issue one award, multiple awards, or reject all bids. All quotes are subject to negotiation prior to award. Awards may be issued without discussion of quote received, and quotes should initially be submitted on the most favorable terms from a price and technical standpoint. 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
OGDEN HEAT & AIR
Comments
Tina Jones -- Substitution Approval for Greenheck and Samsung with the following language: The GREEN HECK and SAMSUNG equipment appear to meet the general intent of the specification. Contractor is responsible to ensure equipment will fit in the specified locations and maintain all required clearances. Contractor is fully responsible for any changes/impact to other trades due to substituting equipment. Example: if electrical requirements are different from basis of design, contractor is responsible for any cost increase due to increased wire size or other.
Tina Jones -- Substitution request approval for Aaon RTU with the following language: The AAON unit appears to meet the general intent of the specification. Contractor is responsible to ensure unit will fit in the specified location and maintain all required clearances. Contractor is fully responsible for any changes/impact to other trades due to substituting equipment. Example: if electrical requirements are different from basis of design, contractor is responsible for any cost increase due to increased wire size or other.