Procurement #67314



Title
RFB - Newks Eatery – Cherokee Springs Plaza - Change Order #1
Status
Archive
OpenDate
08/28/2018
CloseDate
09/17/2018
Description
Sealed bids are being solicited by Cherokee Nation Businesses, L.L.C. to furnish General Contracting Services to build a Newks Eatery at the Cherokee Springs Plaza located in Tahlequah, OK.
Detail
**CHANGE ORDER #1, DATED 9/12/18, IS TO PROVIDE THE QUESTIONS, WITH ANSWERS, THAT WERE ASKED; QUESTIONS AND ANSWERS CAN BE VIEWED UNDER THE COMMENTS SECTION OF THIS BID** 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 (“Company”) to furnish General Contracting Services to build a Newks Eatery at Cherokee Springs Plaza located in Tahlequah, OK. There will not be a pre-bid meeting as the location is currently under construction. Location will be provided as part of a multi-tenant facility and actual eatery location will be provided as a “warm vanilla shell” which includes roof mounted HVAC, electrical panel, demising wall, floor covering, ceiling, fire suppression, and storefront glass. Construction is planned to start on, or about September 24, 2018 and is planned on a duration of 91 calendar days. Any, and all, questions concerning this RFB are to be directed to Tina Jones via email at tina.jones@cnent.com; the deadline for submission of questions is August 30, 2018 by close of business. No verbal questions will be addressed and bidders are not to reach out to the Architect or anyone from Newks. Answers to all questions will be formulated and posted on the Cherokee Nation bid site at www.cherokee.org/procurements under the Comments section of the bid no later than September 5, 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 September 17, 2018. 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. The bidder must supply all the information required by the Contract Documents. STATEMENT OF WORK You are requested to bid the following project for a Newk’s Eatery. Below you will find the bid scope of work and qualifying information requested, and special requirements you are asked to include in your bid. The bid proposal should include, but should not be limited to, all work indicated in the Drawing Package unless otherwise instructed. The General Contractor will be responsible for the selection and performance of all his subcontractors and suppliers subject to the approval of Owner. The work also includes the installation of items furnished by Owner, as noted in the Drawing Package In addition we would strongly advise you to include any qualifications you may need to make about your bid, and / or your own specialized breakdown of your bid along with the required Newk’s bid breakdown form in excel format. Work Requirements Contract Duration: Contract Duration Period: 91 (ninety-one) Calendar Days. Construction is planned to start on or about 9/24/18. The exact start and completion dates will be authorized by owner notice to proceed and included in the construction contract. Bid Documents: Documents may be downloaded from the following web address with the log-in information below. All subsequent issues and addenda will also be archived via this web area and will be available for the duration of the project. All costs for printing bid documents are the responsibility of the bidding contractor. http://planroom.hplusha.com/public.php?service=files&t=2ff5f886ffea5006899460927aab94d3 password: tal12 Please note that an Addendums and other changes will be issued and maintained on the site but any ‘roll-up’ sets may still not contain all issues noted in change-issue documents. It is the responsibility of the G.C. to incorporate all clarifications and changes listed on change documents not in the bid-set. Related Documents: The Drawings, and general provisions of the Contract, including General and Supplementary Conditions and other Division-01 Specification Sections apply to Work of this Section. THE WORK of the Contract consists of existing construction renovation / tenant fit-up of a single-story “Newk’s Eatery” restaurant building at the Project Site, in accordance with the Construction Documents and can be summarized to include the following: General Building Construction, complete with associated mechanical, plumbing, and electrical systems. Electrical, Mechanical and Plumbing Connections, to food service equipment (FSE) and beverage dispensing equipment. Electrical Power and Conduits, serving the Point-of-Sale (POS) system, Phone system, sound system and security systems. The General Contractor is responsible for providing and submitting all required fire-sprinkler AND any required alarm systems documents. The GC shall hire and a licensed and certified fire-protection vendor / installer that shall contact the local Fire Marshal to confirm required fire-protection features and requirements. The hired vendor shall provide all fire-protection design documents for submittal. The GC shall see any included Work Letter provisions and / or any provided plans from Landlord for coordination and utility appraisal and connections. Schedule: The Contractor (G.C.) shall provide to the owner a detailed schedule within ten (10) days of receiving a notice to proceed. The schedule shall include all major project dates and installation items along with a list of contractor / owner coordination items and dates so that the owner can schedule their provided vendors (see listing below). During the duration of this contract, if the schedule changes the Contractor will be responsible for updating this schedule and list of owner items promptly to ensure proper coordination. 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. Bidders are to include this amount as part of their base bid but must disclose the percentage amount. 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 Businesses
Awards
Maska Builders, LLC -- $0.00
Comments
Tina Jones -- Questions and answers dated 9/12/18: 1. What is the extent/limits of the existing slab in the space? According to the landlord drawings we have there should be a slab already in the space with the exception of a ‘leave-out’ area at the back. They will have to trench and-repour some area for the kitchens and restrooms, however so it’s not as easy as saying that is the only area of infill. I would say the leave-out is around 400sf. 2. Who is handling the patio fence, Landlord or GC? GC 3. Who is handling the roller shades at the patio, Owner or GC? GC 4. Who is handling the standing seam roof and awning structure at the patio, Owner or GC? GC & Owner Rep 5. There is an exterior finishes schedule, but not other information showing us what exterior finishes work may be required. Is there any exterior veneer work required on this project? That is a standard schedule. No exterior work should be preformed off of that schedule unless those finishes are explicitly noted. 6. Who is the landlord’s existing roofer for this building? Robert Brown, President, CPR of Tulsa, PO Box 1210, Bixby OK 74008, 918-369-6245 office, 918-369-6246 fax, 918-809-0650 cell, rbrown@cproftulsa.com -------other questions 1. Is this Project Taxable? Yes 2. Sheet A1.1 Demolition General Notes 6. G.C. To see underground plan, Plumbing, Electrical, and Food services for trenches. Sheet A1.1 Key Notes: 6. Existing Leave-Out Slab Area –Provide New Slab Infill To Match Existing Coord. w/underground Plans and Construction floor plan for utility installation prior to Infill See Infill this sheet. FIELD VERIFY EXTENT OF INFILL. The a. On 8/30/2018 and 9/11/2018 site visit to field verify of infill area there was no concrete work in progress for the Building footing or slab work. My question is to make our Infill price comparable with the other Companies biding this project could you request a Clarification from the Land Lord or Current General Contractor on the square footage or a layout Plan for the Infill or areas we will need to infill? Finding out See above. 3. Request for Land Lord Roofing Contractor Contact Information. Above 4. Request for Land Lord Plumbing Contractor Contact Information. Finding out 5. Request for Land Lord Electrical Contractor Contact Information. Finding out 6. Request for Land Lord Storefront Glass Contractor Contact Information. Finding out 7. Request for Land Lord HVAC Contractor Contact Information. Finding out 8. Request for Land Lord Fire Protection Contractor Contact Information. Finding out