Procurement #78241



Title
BP #7 - Divisions 10A, 10B, 10E, 12C & 27A for CN Osteopathic Medicine Project - ASI #2
Status
Active
OpenDate
10/25/2019
CloseDate
11/19/2019
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 located at Tahlequah, OK, on November 12th , 2019 at 2:00 PM CST.
Detail
**PLEASE NOTE: ASI NUMBER 2, DATED 11/18/19, HAS BEEN ISSUED AND IS TO ADDRESS CHANGES TO ELECTRICAL DESIGN ITEMS AS NOTED ON DOCUMENT ATTACHED** **PLEASE NOTE: CM CLARIFICATION #1, DATED 11/11/19, IS FOR THE FOLLOWING REVISIONS: Item #1 INSTRUCTIONS TO BIDDERS: Bid Closing date is being pushed to Tuesday November 19th, 2019 at 2PM for all bid packages in Bid Phase 7. Item #2 REVISED Bid Package 27A – Structured Cabling – Updated package to exclude Distribution Antenna System being furnished and installed by owner. Item #3 REVISED Bid Package 10A – Fire Extinguishers, Cabinets, Hat And Coat Racks, & Accessories– Updated scope item #3, to exclude cubicle curtains equipment item number 9993. Added Scope Item 17 for clarification.** 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 located at Tahlequah, OK, on November 12th , 2019 at 2:00 PM CST. A pre-bid will not be provided for this bid phase, if you have any questions please submit them to Tina Jones @ tina.jones@cnent.com. No verbal questions will be addressed; PLEASE DO NOT CONTACT COOPER FLINTCO DIRECT. The following bid packages are part of this Bid Package of bidding:  10A: Toilet Accessories and Fire Extinguishers  10B: Toilet Compartments  10E: Visual Display Boards  12C – Fixed Seminar Tables  27A – Structured Cabling, DAS, Security, and Access Control 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. AN ELECTRONIC VERSION OF COMPLETE BID MUST BE SUBMITTED ON A USB THUMB DRIVE AS PART OF SEALED BID DOCUMENTS.  Express Delivery or Regular Mail Cherokee Nation Entertainment, LLC Attn: Tina Jones (Buyer IV) 777 Cherokee Street Catoosa, OK 74015  Hand Delivery Cherokee Nation Entertainment, LLC Corp. Building #3 Attn: Tina Jones (Buyer IV) 1102 N. 193rd East Ave. Catoosa, OK 74015 All bids are to be sealed and CLEARLY labeled by describing the project and indicating the Division 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 $100,000. Please contact Matt Croll with Flintco at (918) 710-3256 if you would like to set up a job walk prior to bid. All questions in regards to the bid, or documents, are to be submitted in writing via email to Tina Jones at tina.jones@cnent.com; no verbal questions will be addressed. Copies of the bidding documents may be reviewed at Cherokee Nation One Stop Bid Center at the Cherokee Nation Tribal Headquarters in Tahlequah, OK. They will also be available for review at the Dodge Plan Room, Southwest Construction News and Bid News Construction Reports. All Bidders for this project are required to meet all qualification requirements as established in these bid documents. The Owner reserves the right to reject any or all bids or to waive any informalities or irregularities in the bidding. Please note that only the winning bidder will be published; CNE/CNB does not share bid tab information nor does it post the winning bid amount as part of the award information. Cherokee Nation Businesses, LLC (“CNB”) reserves the right to issue one award, multiple awards, or reject all bids; any award is subject to the approval of the required funds. Responding bidders are not allowed to withdraw their bid for a period of 90 days after submittal. At the time of award, the successful bidder(s) will be required to work with the Cherokee Nation Businesses, LLC Accounting department to discuss account coding for invoices. All bids are subject to negotiation prior to award. Awards may be issued without discussion of bid received, and bids should initially be submitted on the most favorable terms from a price and technical standpoint. Any award resulting from this RFP will be subject to CNB Terms and Conditions. Your bid should indicate hourly ($) 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 Businesses
Documents

BP #7 Bid Book

Current Specifications 100%

100% Architectural Drawings

100% Civil Drawings

100% Electrical Drawings

100% Equipment drawings

100% Fire Protection drawings

100% General

100% Mechanical Drawings

100% Plumbing Drawings

100% Structural drawings

Addenda #1 Drawings

Addenda #1 Specifications

Addenda #1 Specifications Vol. 2

Addenda #1 Equipment List

Addenda #1 DAS Equipment List

Addenda #1 DAS Design Const. Docs

Addenda #1 Narrative

Addenda #2 Narrative

Addenda #2 Drawing

Addenda #2 Specifications

Addenda #2 Equip. List & Cut Sheets

Addenda #3 Drawings

Addenda #3 Equipment & Cut Sheets

Addenda #3 Narrative

Addenda #4 Drawings

Addenda #4 Specifications

Addenda #4 Supplemental Info

ASI 1

CM Clarification #1

ASI #2

Awards
Fadco (Div. 10A & 10B only) -- $0.00
Interior Logistics (Div. 10E Only) -- $0.00
LynxSys (Low Voltage only) -- $0.00
John A. Marshall Co. (Div. 12C Only) -- $0.00