Procurement #118976



Title
North Warehouse Truck Lane Paving at Hard Rock Hotel & Casino - Change order #1
Status
Cancelled
OpenDate
01/12/2021
CloseDate
01/27/2021
Description
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is requesting proposals from qualified contractors to complete the work as stated in the Scope of Work and as shown in the drawings.
Detail
**PLEASE NOTE: CHANGE ORDER #1, DATED 1/25/2021, IS TO ADD A COUPLE OF ADDITIONAL ITEMS TO THE SCOPE; PLEASE SEE COMMENTS SECTION FOR THESE ADDITIONAL ITEMS** Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is requesting proposals from qualified contractors to complete the work as stated in the Scope of Work and as shown in the drawings included with this bid. There will NOT be a pre-bid meeting for this solicitation however, bidder(s) has the responsibility for inspection of all work sites, and familiarization with all conditions concerning the Work. Failure or neglect of the bidder to discharge this responsibility will not excuse nonperformance. Please reach out and coordinate any site visit with Jesse Gates at 918-352-8916. Any and all questions are to be sent via email direct to Tina Jones at tina.jones@cnent.com. Questions will be addressed and provided to all bidders in either the form of an Addenda or a Clarification. Questions received within three (3) days of the bid closing will not be addressed and are to be noted on return bid as exceptions/exclusions. SCOPE OF WORK CNE is requesting proposals from qualified contractors to complete the work herein. The N. Warehouse Access Paving project is located on the north side of the Hard Rock complex. The work of the project will allow larger trucks to better access the north warehouse and loading dock. The work of the project is outside of land held in trust by the U.S. federal government. As such, the project is subject to normal taxation and is not tax exempt. Taxes will be accounted for and included in all proposals. Contractor will be responsible for the work as identified in the drawing noted as Exhibit A. Generally speaking, the bidder is responsible for the following: 1. Sawcut the area represented by the new concrete extents. 2. Demo and legally dispose of all asphalt, concrete curb, non-conforming aggregate base, and landscape materials in areas to receive new concrete. 3. Furnish and install a minimum of 5” ODOT road base under all areas to receive new concrete. Compact to minimum 98%. 4. Furnish and install new 7” concrete drive lane. Concrete shall be 4,000 psi with #4 rebar placed 18” on center. All rebar shall be grade 60. 5. Any fencing removal or fencing terminations shall be by Owner. 6. For the purposes of bidding, Item 3 shall be bid as follows: a. Remove existing base under present drive areas as necessary to achieve thickness of new concrete. b. Remove base under presently configured parking spaces and replace with new aggregate base per Item 3. c. Remove topsoil and subgrade from all landscape areas to be paved and replace with 10” of ODOT road base compacted to 98%. Please note that winning bid(s) will be published. 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
Comments
Tina Jones -- Change order #1, dated 1/25/2021, includes: 1)Contractors need to provide temporary construction fencing throughout the demolition and paving process. – Include in Base Bid 2)Furnish and install a minimum of 5” ODOT road base under all areas to receive new concrete. Compact to minimum 98%. – Separate Line Item