Procurement #67260



Title
RFB - BP 6A for Tahlequah Casino Project - Addenda #18
Status
Active
OpenDate
08/10/2018
CloseDate
08/30/2018
Description
Cherokee Nation Entertainment (“Owner”) on behalf of Foreman Manhattan Construction Team (herein called “Construction Manager”, “CM”, “Foreman Manhattan Team”, “FMC”, or “Foreman Manhattan”) acting as Construction Manager is accepting SEALED bids on Thursday August 30, 2018, at 2:00PM CST.
Detail
**ADDENDA #18, DATED 8/24, REVISES ARCHITECTURE SPECIFICATIONS FOR DRYVIT TEXTURED ACRYLIC FINISHES AND BSD-AWNINGS AS WELL AS SEVERAL PAGES OF ARCHITECTURAL DRAWINGS. THIS ADDENDA CAN BE VIEWED BY FOLLOWING THIS LINK: https://cn-bus.box.com/s/jl2k0gi8j10ffl45tzo80qsbjfdyutt1 **CM CLARIFICATION #14, DATED 8/24/18, ADDRESSES ALL QUESTIONS ASKED AND IS ATTACHED** Cherokee Nation Entertainment (“Owner”) on behalf of Foreman Manhattan Construction Team (herein called “Construction Manager”, “CM”, “Foreman Manhattan Team”, “FMC”, or “Foreman Manhattan”) acting as Construction Manager is accepting SEALED bids on Thursday August 30, 2018, at 2:00PM CST. All proposals should be sent by express delivery, regular mail or hand delivery to Cherokee Nation Businesses Catoosa Corporate office at the following address: 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 Proposals shall be designated as: CNE Tahlequah Casino – Scope Package # _______________ And properly marked with project name, name of bidder and bid package number. Any Proposal may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Email delivery of Proposals shall NOT be accepted. Content to be included at Foreman Manhattan Construction Team request: Each bid proposal must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, ink or typewritten. Bidder shall submit proposals using the prescribed forms included herein. a. Complete Scope Package Document b. Completed Affidavits c. Pre-qualification Documents (Section 00 45 00) d. TERO bidders must supply a copy of TERO Certificate, front and back. e. One (1ea) soft/digital copy of all the above (*.pdf format) on a USB Thumb Drive Performance and Payment Bond Requirements: (Subcontractor contracts Only) Costs for performance and payment bonds shall be included in your base bid and any applicable alternates or unit prices. All exterior envelope Bid Packages (Trades) will be required to bond. In addition, all base bids, combination base Bid and including all alternates of $100,000 or above will require Performance and Payment Bond equal to one hundred percent (100%) of the contract amount. Reference Section 00 60 04 – Exhibit B of the C.M. Bid Manual. Tribal Employment Rights Office. SUBCONTRACTOR IS TO COMPLY WITH ALL CHEROKEE NATION, TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO), NATIONAL INDIAN GAMING ASSOCIATION (NIGA), AND ALL BUREAU OF INDIAN AFFAIR'S (BIA) RULES, REGULATIONS, AND LICENSING REQUIREMENTS, INCLUDING ALL FEES AND ASSESSMENTS, APPLICABLE TO THIS PROJECT. Subcontractors are to EXCLUDE the 1/2 of 1% TERO fee; this cost will be paid by the Construction Manager. Schedule Time is of the essence of the Contract. Bidders are to review the work of their particular Bid Package and all other Bid Packages in relation to the Project Schedule. The Subcontractor is committing to the Master Schedule of the project by submitting a Bid. Subcontractor should include all remobilization charges required per the Project schedule. Examination of bid documents: Bid Documents can be obtained electronically from the Cherokee Nation Commerce website: http://www.cherokeebids.org and by using this link: https://cn-bus.box.com/s/jl2k0gi8j10ffl45tzo80qsbjfdyutt1 to obtain access to Box where files are stored. Hard copy of Bid Documents can be viewed at: Small Business Assistance Center Tahlequah Oklahoma 74464 (918) 453-5536 sbac@cheokee.org 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 the completion of a TERO Labor Agreement and payment of associated fees ($25 per work day per non-Native worker). 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. 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
Documents

CM Clarification #14

Awards
All Media Integration LLC
LynxSystems
Hollman, Inc.
Express Lawn Services of Tulsa, LLC
Access Elevator Inc.