Procurement #78018



Title
Resinous Flooring for Center Bar
Status
Archive
OpenDate
08/07/2019
CloseDate
08/16/2019
Description
Cherokee Nation Business is seeking proposals from qualified resinous flooring contractors for application of the specified resinous floor system. The work is located at Hard Rock Hotel and Casino (Center Bar) Catoosa,OK.
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 Resinous Flooring per scope, drawing and specifications. There will be a MANDATORY pre-bid on Friday, August 16, 2019 at 11:00; the meeting will take place in the Center Bar area of the Hard Rock Hotel & Casino located in Catoosa, OK. The purpose of the pre-bid will be to go over the scope and drawing of the different areas and to answer any questions. 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 on August 16, 2019. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Senior Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Senior Buyer 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 version of the bid is to be provided on a USB Thumb Drive along with one(1) hard copy. 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 or bid may be subject to disqualification. SCOPE OF WORK – Center Bar Resinous Flooring (Hard Rock) Resinous flooring scope to include the following: 1. Cleaning and prep of all existing floors and new flooring areas. 2. Provide pricing for the following options: a) Application of new resinous flooring behind bar area, stair landing and treads leading to kitchen. (Area shaded in yellow) Provide 6” poly-crete cove base along all walls and millwork. Flooring product specified is: Poly-Crete Dur-A-Flex; Dark Grey b) Clean/prepare existing flooring including cove base and re-apply rubberized coating product similar to existing. (Area shaded in blue) Please submit proposed product information with your bid. c) Final option is to apply poly-crete product to all areas noted on the drawing (yellow and blue shaded areas). This will require removal of the existing rubberized coating at the kitchen area, janitorial areas, and stairways shaded on the drawing. Provide cleaning and prep of existing flooring before poly-crete is applied. Flooring product specified is: Poly-Crete Dur-A-Flex; Dark Grey 3. Include transition strips as noted on the drawing (install to be coordinated with other flooring contractors). 4. Submittals will need to be provided upon contract award. 5. Protect flooring from damage and wear during the remainder of the construction period. 6. Please review the attached flooring layout. This work is scheduled to start around the 2nd week of September and must be completed within two(2) weeks to meet a 10/1/19 opening date. Selected firm will work with CNB Corporate Construction to coordinate schedules, work areas, and any issues or concerns. Fees Lump sum fee for the above scope is to include all labor and material necessary to complete the job. Contractor is to provide warranty for work and materials. Changes or additional work is not to commence without prior approval. 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
CPF of Oklahoma