Procurement #78091



Title
BP #6_Multiple Divisions for Cherokee Nation Osteopathic Medicine Project - Addenda #4
Status
Active
OpenDate
09/03/2019
CloseDate
09/24/2019
Description
Cherokee Nation, hereinafter referred to as Owner and Cooper Flintco, LLC hereinafter called the Construction Manager, will receive SEALED bids to provide the work included in the Cherokee Nation Osteopathic Medicine Project Construction Manager Bid Book.
Detail
**ADDENDA #4, DATED 9/20/19, DOCUMENTS ARE AS LISTED UNDER THE DOCUMENTS SECTION OF THIS BID** **CM Clarification #3, dated 9/19/19, is for the following: The following clarifications are to be included in the scope of work affected: Item #1 DELETE Bid Package 22A – Plumbing Item #2 DELETE Bid Package 23A – HVAC Item #3 REVISED Bid Package 6A – Millwork with CM#3 in the footer – Revised note 44. Contractor will not furnish and install items 1422 or 1422c from the revised equipment list. Removed alternate #1. Furnish and install of head walls and bed locators to be part of the base bid as noted in item 44. Item #4 New Bid Package 12C – Fixed Seminar Tables Item #5 New Bid Package 22/23A – Plumbing / HVAC / Combined Plumbing & HVAC – Revised Plumbing item 50 per equipment schedule changes. Item #6 Add Spec CNIT Network Construction Standards and Requirements - This spec is part of division 27 and is labeled on the Table of Contents. However it does not have a specification Number. This is being referred to as spec 27000.** **Addenda #3, dated 9/18/19, is to revise drawings and specifications as noted** **CM Clarification #2, dated 9/17/19, is as follows: This clarification forms a part of the contract documents and modifies the original Construction Manager’s Bid Book. Acknowledge receipt of this clarification in the space provided on the Form of Proposal. Failure to do so may subject bidder to disqualification. The following clarifications are to be included in the scope of work affected: ITEM #1 Reference attached Document 003113 – Preliminary Bid Schedule to be used for bidding purposes. a. Notice to all bidders, clarification of phasing as out lined below. Material and resources will need to be planned to work around an operational building during phase 2. i. Phase 1: Complete construction of levels one and two, Interior core of levels three and four of the facility. The MEP Systems must be complete and operational. Exterior shell shall be complete. The substantial completion date for Phase I of the Project is June 1, 2020 (“Phase I Substantial Completion Date”). ii. Phase 2: Complete construction of levels three and four of the facility. The substantial completion date for Phase II of the Project shall be November 1, 2020 (“Phase II Substantial Completion Date”). ITEM #2 REVISED Bid Package 6A – Millwork – Revised OFCI/CFCI items. Reference latest equipment schedule. ITEM #3 REVISED Bid Package 26A – Electrical – Updated package to include division 27.** **Addenda #2, dated 9/16/19, is to revise drawings and specifications as noted** **CM Clarification #1, dated 9/13/19, is for: This clarification forms a part of the contract documents and modifies the original Construction Manager’s Bid Book. Acknowledge receipt of this clarification in the space provided on the Form of Proposal. Failure to do so may subject bidder to disqualification. The following clarifications are to be included in the scope of work affected: Item #1 REVISED Bid Package 03B – Site Concrete and Final Grading – Updated package to include section 321700. Item #2 REVISED Bid Package 05B – Ornamental Stairs and Railings – Updated package to include all handrails. Item #3 REVISED Bid Package 06A – Millwork – Updated OFCI items. Reference latest equipment schedule. Item #4 REVISED Bid Package 09B – Flooring – Updated package to include floor protection. Item #5 REVISED Bid Package 09D – Terrazzo – Updated package to include floor protection. Item #6 REVISED Bid Package 10A – Toilet Acc. & Fire Ext – Updated OFCI/CFCI items. Reference latest equipment schedule. Item #7 REVISED Bid Package 21A – Fire Protection – Updated package to include section 212200. Item #8 REVISED Bid Package 22A – Plumbing – Updated package to include division 25. Item #9 REVISED Bid Package 23A – HVAC – Updated package to include division 25 and baseboard heaters. Clarified temporary conditioned air requirements. Item #10 REVISED Bid Package 26A – Electrical – Clarified baseboard heater scope. Item #11 Remove Bid Package 10I – Flagpoles from bid book.** **This addendum forms part of the Contract Documents, and modifies the documents as noted below. Acknowledge receipt of this addendum in the space provided on the bid form. Failure to do so may subject the bidder to disqualification. Item 01 Please refer to revised drawings Item 02 Please refer to revised specifications Item 03 Please refer to revised equipment cut list & DAS drawings Item 04 Please refer to attached narrative** Cherokee Nation, hereinafter referred to as Owner and Cooper Flintco, LLC hereinafter called the Construction Manager, will receive SEALED bids to provide the work included in the Cherokee Nation Osteopathic Medicine Project Construction Manager Bid Book. The Owner and Construction Manager will conduct a pre-bid conference at the Cooper Flintco Job Trailer located in Tahlequah, OK (19500 E. Ross Street.) for the purpose of review of the bidding documents, bidding procedures and to receive Bidders' questions. The pre-bid conference is scheduled for 11:30am (CST) Thursday, September 5th , 2019. PLEASE NOTE: IT IS STRONGLY SUGGESTED THAT THE MEP BIDDERS ATTEND THIS PRE-BID MEETING. The following bid packages are part of this first phase of bidding:  3B: Site Concrete and Final Grading  5B: Ornamental Railings  6A: Millwork  7G: Joint Sealants  8A: HM Doors and Frames  8B: Wood Doors  8C: Door Hardware  8D: Install Doors and Hardware  9B: Flooring  9C: Painting  9D: Terrazzo  9E: Sports Flooring  10A: Toilet Accessories and Fire Extinguishers  10B: Toilet Compartments 10C: Signage  10D: Lockers  10E: Visual Display Boards  10G: Operable Partitions  10I: Flagpoles  11E: Lab Casework  12A – Window Treatments and Cubicle Curtains  21A – Fire Protection  22A – Plumbing  23A – HVAC  26A – Electrical  32B – Fences and Gates All properly sealed and labeled bids should be sent by express delivery, regular mail or hand delivered to CNE’s Catoosa Corporate office at the following addresses. Please include a USB Drive with electronic copies of all bid documents: Express Delivery or Regular Mail Cherokee Nation Entertainment, LLC Attn: Tina Jones (Senior Buyer) 777 Cherokee Street Catoosa, OK 74015  Hand Delivery Cherokee Nation Entertainment, LLC Corp. Building #3 Attn: Tina Jones (Senior Buyer) 1102 N. 193rd E. Ave. Catoosa, OK 74015 All bids are to be sealed and CLEARLY labeled by describing the project and indicating the package being bid, on the envelope as described in the Instructions to Bidders. A Bid Security, as stipulated in the bid documents, in the amount of 5% of the bid may be required to accompany the sealed proposal of each bidder if the amount of the bid exceeds $100,000. Please contact Matt Croll with Flintco at (918) 710-3256 if you would like to set up a job walk prior to bid. All questions in regards to the bid, or documents, are to be submitted in writing via email to Tina Jones at tina.jones@cnent.com; no verbal questions will be addressed. Copies of the bidding documents may be reviewed at Cherokee Nation One Stop Bid Center at the Cherokee Nation Tribal Headquarters in Tahlequah, OK. They will also be available for review at the Dodge Plan Room, Southwest Construction News and Bid News Construction Reports. All Bidders for this project are required to meet all qualification requirements as established in these bid documents. The Owner reserves the right to reject any or all bids or to waive any informalities or irregularities in the bidding. Bidders shall submit the following documents in a large, manila envelope with a label including all of the information listed below. Also, please include a USB Drive with electronic copies of all bid documents: Label Information: Cherokee Nation Osteopathic Medicine Project Submitted By: (Company Name) Bid Package(s) # 3. Proposal Form, complete with every blank filled in 4. Bid Package General Requirements, initialed and signed 5. Bid Package, complete with every blank filled in 6. Non-Collusion Affidavit, notarized 7. Business Relationship Affidavit, notarized 8. Bid security. 9. TERO Certificate if applicable 10. AIA A305 Qualification Statement B. The Bidder, by his failure to include every listed Items 2 through 10 above within the sealed envelope and label information as required in item 1, may forfeit his right to have his bid considered. A USB THUMB DRIVE WITH AN ELECTRONIC VERSION OF BID MUST BE INCLUDED. 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. 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
Documents

CM Bid Book_BP #6

Specifications

100% Architectural Drawings

100% Civil Drawings

100% Electrical Drawings

100% Equipment drawings

100% Fire Protection drawings

100% Mechanical Drawings

100% Plumbing Drawings

100% Structural drawings

100% General

100% Equipment Cut sheets

100% Equipment list

Equip. Responsibility Group Report

AS.01 Site Plan Details

CNB Code of Conduct

Addenda #1 Narrative

Addenda #1 Drawings

Addenda #1 Specifications

Addenda #1 Specifications Vol. 2

Addenda #1 Equipment List

Addenda #2 Narrative

Addenda #2 Drawing

Addenda #2 Specifications

Addenda #2 Equip. List & Cut Sheets

CM Clarification #2

Addenda #3 Narrative

Addenda #3 Drawings

Addenda #3 Equipment & Cut Sheets

CM Clarification #3

Addenda #4 Narrative

Addenda #4 Drawings

Addenda #4 Specifications

Addenda #4 Supplemental Info

Awards
Cheyenne MEP (Div. 26A only) -- $0.00
Gold Mechanical (Div. 22A & 23A Only) -- $0.00
Johnson Controls Fire Protection (Div. 21A Only) -- $0.00
Talon CS (Div. 9B only) -- $0.00
R&R Tile & Carpet (Div. 9E only) -- $0.00
Best Companies (10D Lockers only) -- $0.00
Burns Boys Co. (Div. 10G only) -- $0.00
United Interiors (Div. 8A & 8B only) -- $0.00
Felix Thomson (Div. 8C only) -- $0.00
Haldeman Homme (Div. 6A & 11E only) -- $0.00
Viva Railings (Div. 5B only) -- $0.00
Oklahoma Waterproofing (Div. 7G only) -- $0.00
Contract Drapery (Div. 12A only) -- $0.00
Acura Neon (Div. 10C only) -- $0.00
Southwest Terrazzo (Div. 9D only) -- $0.00
Contech (Div. 3B Only) -- $0.00
Reiss Painting (Painting only) -- $0.00
Springwater Fence (Fence & Gates only) -- $0.00