Procurement #67468



Title
RFP - 3rd Floor Roof Rehabilitation
Status
Archive
OpenDate
11/14/2018
CloseDate
12/12/2018
Description
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking SEALED bids for the 3rd Floor Roof Rehab project located at the Hard Rock Hotel & Casino in Catoosa, OK.
Detail
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking SEALED bids for the 3rd Floor Roof Rehab project located at the Hard Rock Hotel & Casino in Catoosa, OK. 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, materials and equipment to complete the 3rd Floor Roof Rehabilitation at the Hard Rock Hotel & Casino located in Catoosa, OK. There will be a MANDATORY pre-bid on Monday, November 26, 2018 at 11:00AM in the Deer Salon located inside the Hard Rock Hotel & Casino located in Catoosa, OK; all attendees will be required to sign in with Security at the North end of the Casino in order to do the walk through (this process generally takes a few minutes so please allow adequate time before the meeting for this). 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 December 12, 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. An electronic copy on a USB thumb drive of the bid is MUST BE included. 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. Scope of Work 1. Contractor to review existing site conditions for logistics. 2. Contractor to review existing site conditions and be familiar with the requirements of this proposal. 3. Contractor to provide a roofing rehabilitation product in full conformance and compliance with the attached specifications. 4. Contractor shall meet a 4-week schedule of start to completion. Contractor shall not begin any aspect of the work until all material has been procured and received. 5. Contractor is responsible for all waste removal. 6. Contractor shall be responsible for ensuring all deleterious materials are removed from existing roof prior to commencing work. 7. Contractor is responsible for identifying, removing, replacing, and re-reroofing all wet areas of insulation prior to beginning the overlay process. 8. Contractor is responsible for removing all “wrinkles” in the existing single ply roofing prior to beginning the overlay process. 9. Contractor to ensure all roof accessories are secured and installed within recommended guidelines prior to beginning the overlay process. 10. On the attached exhibit, the area noted as “Priority 1” is the work area of this project. The square footage is approximate and shall be verified by the bidder. 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 may 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 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
Awards
TURNER ROOFING
Comments
Tina Jones -- Questions & Answers dated 11/28/18: 1. The current membrane is Sarnafil PVC. Will the repairs to wet areas were membrane needs to be replaced, need to be done with Sarnafil PVC membrane to match existing? Sarnafil would be preferred, however, Bidder may use same gauge PVC from other manufacturer. If bidder elects to use a non-Sarnafil product, Bidder shall submit that information with their proposal. 2. There are places that the lighting protection system adheres to the roof deck membrane. Will that be taken up and reinstalled by a licensed electrician by the casino or included in our bid? Lightning protection removal/reinstallation will be by Owner. 3. Will power washing of the existing membrane be allowed as it will be difficult to scrub under existing mechanical piping? Roof surface needs to be totally clean for proper adhesion. Low pressure power washing will be allowed in those instances where rotary scrubbers cannot access. Overlay roofing manufacturer will be required to accept the roof as ready for overlay.