Procurement #67485



Title
Exterior Renovations to Corp. Offices - Revision #1
Status
Archive
OpenDate
11/28/2018
CloseDate
12/19/2018
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, equipment and materials to perform exterior renovations to the Corp. Office building complex.
Detail
**REVISION #1 DATED 12/12/18 IS TO PROVIDE ANSWERS TO QUESTIONS ASKED, THE QUESTIONS AND ANSWERS CAN BE FOUND AS SHOWN 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 labor, equipment and materials to perform exterior renovations to the Corp. Office building complex located at 1421 Wildcat Lane, Tahlequah, OK. This is a TERO set-aside project. There will be a MANDATORY pre-bid meeting on Tuesday, December 4, 2018 at 1:30PM CST at 1421 Wildcat Lane, Bldg. D, Tahlequah, OK. Bidders will be required to sign in at the front desk so please make sure to arrive at least 30 minutes before the meeting to get through this process. 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 Wednesday, December 19, 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. An electronic version of complete bid MUST BE provided on a USB thumb drive. Scope of work Installation of stone Veneer scope: Install a Slip sheet and attach metal Lath to the existing metal panels at the exterior of the building 3ft high from ground level. At the top of the stone veneer wainscot install an 4x4 EIFS Trim band to follow the contour of the metal building. (Building A: Demolition of existing brick before work starts) Painting Scope: Power wash, scrape any peeling loose or failing paint. Spot prime any raw areas of metal and rusted metal. Apply two coats of exterior latex paint as specified. 1. Building A: Prep and paint...________ Install stone veneer..._______ ADD To demo existing Brick..._______ 2. Building B: Prep and paint..._______ Install stone Veneer..._______ 3. Building C: Prep and paint..._______ Install stone veneer..._______ 4. Building D: Prep and paint..._______ Install stone veneer..._______ 5. Building E: Prep and paint..._______ Install stone veneer..._______ 6. Add top install an EIFS Trim band at the top off all wainscot..._______ Bidders are to furnish all labor & materials for a lump sum bid broken down into buildings A-E and the EIFS trim Band cap, ((SEE ABOVE)) All material is guaranteed to be as specified. All work to be completed in a workman like manner according to standard practices. Any alteration or deviation from above specifications involving extras or deducts will be executed only upon written orders and will become an extra or deductive cost to the original estimate. Please note that winning bidder(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
Awards
Foreman Construction Management and Consulting
Comments
Tina Jones -- Questions and answers dated 12/12/18: • The buildings A, B & C appear to be wood framed and cutting in the new flashing over the stone/EIFS wainscot will require a horizontal run of wood blocking for panel attachment. Please advise if this is to be treated or not? Treated • Buildings D & E appear to be PEMB. Cutting the same flashing over the stone/EIFS will require a mid span horizontal support. I cant find in the documents what this material is to be and if there are any requirements on building connections, engineering, etc. Please advise on this. Install a flashing fastened to the existing metal wall with screws, spray foam the voids or low spots behind the metal flashing, Aqua-flash and seal the flashing to the wall and then install a EIFS trim band. This system will work very well for this application for multiple reasons. One is we do not cut into the existing building that is already water tight, and second the stone will need some type of finished cap or seal to terminate it and make it look proper. • All buildings are noted to have a new 3' wainscot of stone. Building A is currently a brick veneer 2'-8" wainscot and the other buildings have window sills at less than 3' above FF. Is the 3' dimension a hard number or are we to match the existing and what about the windows? Match height of existing wainscot. • Buildings E & D currently have downspouts vertically connected to underground drainage that will have to be modified for the stone veneer. Are we to include any concrete demo, drainage modifications and replacement in the bid? The other buildings will just require new downspout modifications only as they drain open. Will tie into existing underground drainage. Will need to modify to match. • Please advise on the term "slip sheet"? I am not familiar with this. House wrap or weather barrier. • If awarded all buildings, can they run simultaneously? All can run simultaneously. • Is the project ODPI, or will taxes need to be inclusive of the bid? No ODPI and sales tax will need to be included. • Will the exterior painting of the metal be in two colors? Field and trim, or just one color? Also, are store fronts, window and doors/frames to paint? 2 colors is preferred, field and trim. Storefronts, windows, and doors do not paint. • In review of the attached sample details of the new veneer, I am assuming that the PEMB is to receive a densglass sheathing with lath. This type of detail is not shown. PEMB is to receive sheathing and lath