Procurement #16932



Title
RFB - Saline Courthouse Renovations - Addenda #1
Status
Active
OpenDate
04/04/2018
CloseDate
04/30/2018
Description
Cherokee Nation Cultural Tourism, LLC a wholly owned Tribal company of the Cherokee Nation is soliciting bids from Qualified General Contractors for the Saline Courthouse Renovations. Work is to be done in accordance with drawings and specifications as provided by 1Architecture, LLC. Work to include
Detail
**ADDENDA #1, DATED 4/20/18, ADDRESSES QUESTIONS ASKED AND CHANGES TO THE DRAWINGS. INFO WAS POSTED TO BID SITE ON 4/20/18** Sealed 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. Work is to be done in accordance with drawings and specifications as provided by 1Architecture, LLC. Work to include, but not be limited to, supervision, labor, supplies, tools equipment, light, water, fuel, power, heat, transportation or other facilities necessary for the complete interior renovation and limited exterior and site construction as defined in the attached Contract Documents, dated February 23, 2018. There will be a pre-bid meeting at 1:00PM CST on April 17th at the Saline Courthouse located ¼ mile south on Road 4490 in Rose, OK. This is a non-mandatory pre-bid however, interested bidders are strongly encouraged to attend in order to view site conditions, review bid documents and ask questions. Any questions not asked and answered during the pre-bid are to be sent via email to Tina Jones at tina.jones@cnent.com to be received no later than COB on April 19, 2018. Should an Addenda be required, the Architect will issue by COB on April 20, 2018. All proposals should be sent by express delivery, regular mail or hand delivery to Company’s Catoosa Corporate office at the following address, to be received no later than 2:00PM CST on April 30, 2018. Bidders must include one(1) hard copy and one(1) electronic copy on a USB Thumb Drive. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 The bidder must supply all the information required by the RFP Documents, hereinafter defined. 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. STATEMENT OF WORK Work is to be done in accordance with drawings and specifications as provided by 1Architecture, LLC. Unless specifically excluded below, the scope of the project shall consist of: • All work, supervision, labor, supplies, tools equipment, light, water, fuel, power, heat, transportation or other facilities necessary for the complete interior renovation and limited exterior and site construction as defined in the attached Contract Documents, dated February 23, 2018. • Complete interior renovations and limited exterior and site construction include, but are not limited to: o Interior Demolition o Site Utilities and Conduit o Site Erosion Control and Grading o Exterior ADA Parking Space and Ramp o Exterior Hand and Guardrails o Exterior Siding, Deck, and Trim Repair o Electrical and Lighting o Mechanical Systems o Plumbing Systems o Dry Chemical Fire Suppression o Fire Alarm o Structural Bracing o Concrete Slab and Concrete Stair Repairs o New Wall Partitions and Ceiling Layouts o New Restrooms – First Floor o Wood Wall and Wood Ceiling Restoration o Wood Flooring Restoration and Tiling o Trim Carpentry o Door and Window Restoration and Replacement o Exterior/ Interior Painting o Restroom Accessories and Window Treatments • All other work associated with the drawings and specifications. Exclusions from the scope of the project: • Water Well, Pump House, Waterline, and Electrical Line to be provided by Owner; Electrical Conduit by Contractor. • Septic Tank, Lateral Field, and Sanitary Line outside of building to be provided by Owner. • Security Surveillance cabling and equipment to be provided by Owner. This is a lump sum bid for all work, however, bid form provided must be completely filled out. The General Contractor will have to adhere to the Code of Conduct established by Cherokee Nation Businesses along with all insurance and bonding requirements as set forth in the bidding documents. The General Contractor shall have experience with construction on historic buildings listed on the National Register of Historic Places and construction done per National Park Service Historic Preservation Guidelines. The General Contractor shall provide examples of historic preservation work completed within the last 10 years along with owner references. This project is not a Historic Preservation project, but similar guidelines are included in the project specifications to be followed during restoration activities. The General Contractor shall provide a list of all proposed subcontractors to be used on the project with the bidding documents. 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. 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
Documents

Bid Return Checklist

Bid Schedule Form

Scope of Work

Drawings

Specifications

Code of Conduct

Subcontractor Prequalificaition Questionnaire

Contractor Insurance Requirements

Vendor Requirements for Payment

Construction Category Codes

Office location for hand delivery of bids

Bid Documents

Pre-bid sign-in sheet

Addenda #1 info

Awards
Builders Unlimited, Inc.