Procurement #78118



Title
General Contractor for Hard Rock Tower Interior Remodel - Addenda #2
Status
Archive
OpenDate
09/10/2019
CloseDate
10/01/2019
Description
Sealed bids are being solicited for General Contractor services for the Interior Remodel/Renovation of the 19-story Hard Rock Tower 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”).
Detail
**PLEASE NOTE: ADDENDA #2, DATED 9/24/19, DOCUMENTS CAN BE FOUND UNDER THE DOCUMENTS SECTION OF THIS BID POSTING** PLEASE NOTE: ADDENDA #1, DATED 9/13/19, IS AS FOLLOWS: Drawings and Specifications for the above noted project and the work covered thereby are herein modified as follows, and except as set forth herein, otherwise remain unchanged and in full force and effect. This addendum is part of the bidding documents for the above referenced project and modifies the original bidding documents dated 09/10/2019. Acknowledgement of receipt of this addendum is required as part of the Bid. ADDENDUM ITEMS: Sheet/Detail Description SPECIFICATIONS: No changes. ARCHITECTURAL & INTERIOR DESIGN: A2.0, A3.0, A4.0, A5.0, A6.0 - Additional demo notes, general notes, and hatch regions for demo extents provided. A2.1, A2.3, A2.4, A2.5, A2.6 - Additional finish notes and extents provided A3.1, A3.3, A3.4, A3.5, A3.6, A3.7 - Additional finish notes and extents provided A4.1, A4.3, A4.4, A4.5, A4.6 - Additional finish notes and extents provided A5.1 - Additional finish notes and extents provided A6.1, A6.3, A6.4, A6.5, A6.6, A6.7, A6.8 - Additional finish notes and extents provided A7.3 - Sheet added A8.0 - T-8 has been eliminated from drawings - PLAM-6 has been added ELECTRICAL ITEMS: No changes. ADDENDUM #1 Edmondson Reed and Assoc. Hard Rock Center Bar 9/13/2019 Page | 2 ATTACHMENTS: Architectural and interior sheets with updates. Sealed bids are being solicited for General Contractor services for the Interior Remodel/Renovation of the 19-story Hard Rock Tower 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”). There will be a MANDATORY pre-bid meeting on Tuesday, September 17th at 11:00AM CST; the purpose of the meeting is to tour the project site and to ask questions of the Architect/Interior Designer. 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 of October 1, 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. 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. BIDDERS MUST INCLUDE AN ELECTRONIC COPY OF THEIR BID ON A USB THUMB DRIVE. TWO HARD COPIES OF BID ARE REQUIRED. Scope of Work for Construction Phase Services • Public Spaces – Demolish existing elements as noted on the attached Construction Documents and install new carpets (carpet by Owner), wall coverings, hard/soft-surface flooring, lighting, and ceiling panels / refinements for each elevator landing, elevator lobby and corridor. • Hotel rooms – Demolish and dispose of existing headboards, bathroom vanities and bathroom shower floor tile, along with any other specifically called-out items as noted on the construction documents. Modify existing millwork and other items as noted, and re-install. Install all new products, materials and finishes, again as noted on ERA’s Construction Documents. 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
Cooper Flintco
Comments
Tina Jones -- Questions sent via email by BUI; answers provided below: • There will be areas that will require sprinkler head modification, fire alarm device modifications and potential areas of security re locations. Are these costs by the Owner? Yes, fire suppression will be by owner. • In section 06 20 00, Bearwood Native is not an approved vendor. Will they be allowed to participate as a TERO vendor? All vendors are able to participate. • The original construction documents issued with the solicitation, sheet COV was marked "100% Construction Documents". Addenda #1 plan sheet COV is marked"Not for Construction". Will there be a new set of construction documents issued prior to bid? There will be an addendum issued prior to the bid deadline with all questions addressed. Please use the "Not for Construction" documents for bidding purposes. A final construction document set will be issued after the bid process. • Specification book has several divisions that we are having trouble finding where applicable. Please advise on section 07 14 00 Fluid Applied Waterproofing. Section 07 71 00 Roof Specialties. Section 08 14 16 Flush Wood Doors and Section 08 71 00 Door Hardware. Please omit all of these sections from the specifications. • Numerous corridor and rooms have textured "popcorn" ceilings. Demo note makes no reference to scraping and skimming but finish notes calls for new paint. Verify this as the intent and advise on what to do at areas where wood molding is removed. Yes, popcorn ceilings will remain with new paint applied. Notify architect of conditions where this appears. Patch and repair as needed. • Advise if all non attached FF&E is to be removed from areas of work by Owner or Contractor? All FF&E to be removed by selected contractor. • Existing corridor doors are wood stained, hollow metal jambs painted and applied wood trim stained. Verify these are to all paint the same color at public view and remain unchanged in the rooms per the clouded note on sheet A2.3. Advise of the PT- Color? Guest room entry doors and trim will be painted on corridor side, as well as guest room side. This information will be reflected in the addendum #2 documents. Paint colors will be determined upon mock-up prior to construction. • Advise what if any demoed items are to be salvaged for Owners use. Owner will coordinate with selected contractor prior to demoing. • Verify no HVAC is required for this project. All grills, diffusers, and access panels will be painted to match ceiling and wall paint colors they are located. Contractor will be responsible for cleaning site and HVAC construction related debris and dust prior to reopening. • Timelines for Floors 16-17 is set at 12/1 to 12/20. These floors require the linear lights, korogard wall coverings, upholstery, etc. Has these specialty items been verified as shelf ready and easily obtainable? If not will alternate like products be considered? As of right now, these products are available but alternates will be considered with architects approval. • Are the OF items on order to meet the projected schedule? Yes • How are the current shower pans constructed? Shower pans will need to be field verified. Per enlarged plan sheets in the 'finishes general notes', number 8 states 'contractor to provide architect with detail to replace shower pans and floor tile while preserving and protecting wall tile at all shower locations'.