Procurement #67421



Title
Parking Garage Audio Upgrade
Status
Archive
OpenDate
10/26/2018
CloseDate
11/07/2018
Description
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 labor and materials as specified in the Statement of Work.
Detail
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 labor and materials as specified in the Statement of Work. There will be a NON-Mandatory pre-bid meeting held on October 31, 2018 at 3:30PM CST at the Center Bar inside the Hard Rock Hotel & Casino located in Catoosa, OK. SEALED bids will be due no later than 2:00PM CST on November 7, 2018 and are to be delivered in accordance with the Bid Instructions; bidders are to include an electronic copy of their complete bid on a USB Thumb Drive. 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 November 7, 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 Date 10/25/2018 Client Cherokee Nation Entertainment (CNE) Job Name Hard Rock Hotel & Casino Tulsa – Parking Garage Audio Upgrade Summary The winning bidder will supply all parts and installation of the audio system for the parking garage audio upgrade at Hard Rock Hotel and Casino, Tulsa. This includes, but is not limited to, pulling pertinent cable to designated locations, installing all audio equipment per CNE specifications, labeling, and testing all systems for proper functionality.   Project Scope This SOW covers the following components, activities, deliverables and assumptions. Included in this will be hardware procurement, labor to install new equipment, removal of old equipment, programming, implementation, and testing. Vendors must provide cost breakout for the following: • Equipment • Installation CNE may award all or part of the above breakouts. Components: 1) Contractor Provided: With the exception of “CNE Provided” items in section two below, the procurement of all other parts is the responsibility of the contractor. 1a – Parking Garage Wired Speakers Description Symbol MFR MFR P/N QTY Notes Audio Amplifier QSC CXD8.8Q 1 (Parking Garage 3rd Floor IDF) Dante Interface RDL AV-NL2 1 (Parking Garage 3rd Floor IDF) Speakers w/ weather grill JBL Control 25AV 48 Black Speakers w/ weather grill JBL Control 28-1 10 Black 2) CNE Provided Description Symbol MFR MFR P/N QTY Notes Equipment Rack CNE will provide all equipment racks Conduit Pathway CNE will provide conduit pathway DSP and Control System Programming CNE will provide DSP and control system programming 3) Miscellaneous – Contractor will provide all miscellaneous components to complete the install except the specific items listed in “CNE Provided” section above. This includes, but not limited to, cables, connectors, j-hooks, brackets, custom panels, labels, hardware, tie wraps, etc. a. Lift Rental – Contractor must provide any special lift or scaffolding needed to complete the installation. Tasks: 1) Installation – Contractor will install all necessary components and complete all tasks necessary for this project which include but are not limited to: • Parking Garage Audio – • Install amplifier and I/O Frame Kit in designated IDF per CNE instruction (Rack is owner provided) • Remove (10) existing JBL Control 29AV speakers from elevator shaft walls and replace with vendor provided JBL Control 28-1. Tap @ 30W • Install (12) Control 25AV speakers on each of the first 4 floors (48 total) Tap @ 30W • Relocate (4) of the existing 29AV speakers to the 5th floor to be installed on top of the IDF closet. (Remainder of removed Control 29AV speakers will be turned in to CNE) • Conduit is CNE provided • Conditions • Work schedule will be coordinated with CNE • Contractor is required to produce an integration process plan that must be approved by CNE before beginning work • Contractor is responsible for keeping all work areas clean. • Contractor is responsible for re-dressing cabling in all areas related to audio upgrade • Cabling General - Contractor will install, terminate, and test all cabling needed to complete the project as detailed in the AV plans. Conduit pathway is provided by CNE • AV contractor is responsible for pulling/labeling/terminating cabling for the following equipment: 1. Speakers 2. Dante Interface 3. Amplifier • Equipment – Contractor is responsible for installing all components of the parking garage audio distribution system needed to complete the project. Label all equipment with appropriate names and network information as applicable. • Verify mounting heights of all wall-mounted equipment with CNE prior to installation. 1) Programming – • Programming will be provided by CNE – Winning bidder for procurement and installation will work with CNE programmer to perform final system tests. 2) Testing – Contractor will perform a complete system test to provide CNE verified certificate of compliance. Deliverables 1) All AV systems must be 100% complete. 2) Provide a Warranty Letter to include equipment and installation warranty dates. 3) Provide all equipment manuals, any associated software discs, and any unused components. 4) As built documentation – CAD files to be in AutoCAD DWG format, text files to be in MS Word or MS Excel format, graphic files to be in PNG format. PDF prints of all documentation should be included with for distribution as needed. Key Requirements • Contract personnel doing work on site and/or remotely must have a current CNGC gaming license. • Contractor must have a CNE lift certification to use CNE lifts. (This is a no cost certification that is provided upon demonstration of proper lift use per CNE safety staff.) • Contractor has all necessary software tools to accomplish tasks associated with the project. • Contractor understands and agrees to late night and/or overnight working hours if required. • Specified Parts: • No substitutions allowed unless owner permission is provided in writing. 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. CHEROKEE NATION GAMING COMMISSION (CNGC) - This requirement WILL be subject to CNGC policies and procedures. Licensing requirements may be required of the successful vendor(s) to be coordinated with the CNGC. These requirements may include licensing fees as well 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 918-207-3834. BONDING NOTICE - CNE generally requires payment and performance bonds for all 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
All Media Integration LLC