Procurement #13677



Title
RFB - HARD ROCK MAIN KITCHEN PLUMBING & FLOORING REPAIRS - ADDENDA 2
Status
Archive
OpenDate
08/28/2015
CloseDate
09/08/2015
Description
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking qualified bids for the Hard Rock Main Kitchen Plumbing repairs per Drawings and Specifications prepared by HP Engineering and for Epoxy floor repairs to area outlined on drawing sheet A10 created by La
Detail
**ADDENDA #2 ISSUED 9/4/15 IS AS ATTACHED UNDER THE DOCUMENTS TAB OF THIS BID POSTING** **ADDENDA #1 ISSUED 9/3/15 IS AS ATTACHED UNDER THE DOCUMENTS TAB OF THIS BID POSTING** Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking qualified bids for the Hard Rock Main Kitchen Plumbing repairs per Drawings and Specifications prepared by HP Engineering and for Epoxy floor repairs to area outlined on drawing sheet A10 created by Larry Edmondson & Associates. There will be a MANDATORY pre-bid meeting at 3:00PM in the Buffet at the Hard Rock Hotel & Casino located in Catoosa, OK on Tuesday, September 1, 2015. SEALED bids will be due no later than 3:00PM on Tuesday, September 8, 2015 and are to be delivered in accordance with bid instructions. SCOPE OF WORK – HARD ROCK MAIN KITCHEN PLUMBING & FLOORING REPAIRS 1. SCOPE OF WORK A. THE CONTRACTOR IS RESPONSIBLE FOR ALL WORK, MATERIALS, AND LABOR TO SATISFY A COMPLETE WORKING SYSTEM WHETHER SPECIFIED OR IMPLIED. B. ALL WORK IS TO BE PERFORMED IN STRICT COMPLIANCE WITH THE INTERNATIONAL PLUMBING CODE (LATEST EDITION), ALL LOCAL CODES, AND ALL OTHER REGULATIONS GOVERNING WORK OF THIS NATURE. C. THE CONTRACTOR SHALL, BEFORE SUBMITTING ANY PROPOSAL, EXAMINE THE PROPOSED SITE AND SHALL DETERMINE FOR HIMSELF THE CONDITIONS THAT MAY EFFECT THE WORK. NO ALLOWANCE SHALL BE MADE IF THE CONTRACTOR FAILS TO MAKE SUCH EXAMINATIONS. D. ALL EQUIPMENT AND MATERIALS SHALL BE AS SPECIFIED OR "APPROVED EQUAL" BY ENGINEER OR ARCHITECT. E. EPOXY FLOOR WORK AS OUTLINED ON ATTACHED DRAWING PROVIDED BY LARRY EDMONDSON & ASSOCIATES PER POLY-CRETE MD SPECIFICATION; COLOR TO BE AS SPECIFIED. 2. PERMITS THE CONTRACTOR SHALL SECURE ALL PERMITS OR APPLICATIONS AND PAY ANY AND ALL FEES. 3. SHOP DRAWINGS SUBMIT MATERIAL LIST AND SHOP DRAWINGS FOR MAJOR EQUIPMENT/FIXTURES TO THE ARCHITECT OR ENGINEER FOR APPROVAL. THE CONTRACTOR SHALL SUBMIT THREE SETS OF SHOP DRAWINGS AND THEY SHALL BE CLEARLY LABELED. 4. SANITARY/STORM DRAINAGE AND VENT PIPING A. DRAINAGE PIPING SHALL BE RUN AS STRAIGHT AS POSSIBLE AND SHALL HAVE LONG TURN FITTINGS. B. DRAINAGE PIPING 3" SIZE AND SMALLER SHALL RUN AT A UNIFORM GRADE OF AT LEAST 1/4" PER FOOT, AND PIPING LARGER THAN 3" SHALL BE RUN AT A GRADE OF NO LESS THAN 1/8" PER FOOT. C. ALL VENT PIPING SHALL BE SLOPED TO DRAIN BACK TO FIXTURES. D. CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROPER FLASHING OF THE VENT PIPING RUN THROUGH THE ROOF. 5. STUB-INS AND/OR SLAB OR WALL PENETRATIONS A. ALL STUB-INS AND/OR SLAB OR WALL PENETRATION TO BE PER NATIONAL STANDARD PLUMBING CODE. ALL PIPING PENETRATIONS OF BUILDING FOUNDATIONS OR FOOTINGS SHALL BE SLEEVED. 6. PIPE SUPPORTS A. ABOVE GRADE: ALL PIPE SHALL BE SUPPORTED FROM THE BUILDING STRUCTURE IN A NEAT AND WORKMANLIKE MANNER. THE USE OF WIRE AND PERFORMED METAL TO SUPPORT PIPES WILL NOT BE PERMITTED. SPACING OF PIPE SUPPORTS SHALL BE AS SPECIFIED IN CHAPTER 8 OF THE INTERNATIONAL PLUMBING CODE. B. BELOW GRADE: EARTH SHALL BE EXCAVATED TO A MINIMUM DEPTH WITH AN EVEN SURFACE TO INSURE SOLID BEARING OF PIPE FOR ITS ENTIRE LENGTH. 1. INTERIOR: THE PIPE SHALL BE INSTALLED (UNLESS OTHER- WISE SPECIFIED) A MINIMUM OF 4 INCHES BELOW THE BOTTOM OF THE SLAB AND SHALL NOT BE IN ANY DIRECT CONTACT WITH THE CONCRETE AT ANY POINT. 2. EXTERIOR: THE WATER PIPE SHALL HAVE A MINIMUM OF 24" OF COVER AND THE SANITARY WASTE PIPE SHALL HAVE A MINIMUM OF 24" OF COVER. 7. MISCELLANEOUS A. COORDINATE INSTALLATION OF ALL ROOF FLASHING AT ROOF PENETRATION. B. DO NOT SCALE THIS DRAWING FOR EXACT DIMENSIONS. VERIFY ALL FIGURES, CONDITIONS, AND DIMENSIONS AT THE JOB SITE. C. THE PLUMBING PLANS ARE INTENDED TO BE DIAGRAMATIC AND ARE BASED ON ONE MANUFACTURE'S EQUIPMENT. THEY ARE NOT INTENDED TO SHOW EVERY ITEM IN ITS EXACT LOCATION, THE EXACT DIMENSIONS, OR ALL THE DETAILS OF THE EQUIPMENT. THE CONTRACTOR SHALL VERIFY THE ACTUAL DIMENSIONS OF THE EQUIPMENT PROPOSED TO ENSURE THAT THE EQUIPMENT WILL FIT IN THE AVAILABLE SPACE. 8. TESTING A. PLUMBING SYSTEMS SHALL BE FLOW AND PRESSURE TESTED IN ACCORDANCE WITH STANDARD PRACTICE AND THE INTERNATIONAL PLUMBING CODE. 9. GUARANTEE A. MATERIALS, EQUIPMENT AND INSTALLATION SHALL BE GUARANTEED FOR A PERIOD OF ONE (1) YEAR FROM DATE OF ACCEPTANCE. DEFECTS WHICH APPEAR DURING THAT PERIOD SHALL BE CORRECTED AT THIS CONTRACTOR'S EXPENSE. B. FOR THE SAME PERIOD, THE PLUMBING CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO PREMISES CAUSED BY DEFECTS IN WORKMANSHIP OR IN THE WORK OR EQUIPMENT FURNISHED AND/OR INSTALLED BY HIM. 10. NOTICE IF BIDDER(S) DECIDE TO BID ON JUST THE EPOXY FLOORING OR THE DRAIN LINE WORK THEN THEY WILL NEED TO COORDINATE THEIR WORK WITH THE OTHER DISCIPLINE. 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 - CNE requires Worker’s Compensation, Commercial and/or Comprehensive General Liability, and Automobile insurance for all awarded bids. Please refer to the Contractor Insurance Requirements 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
Creek Painting & Flooring (Epoxy Flooring Only)
York Plumbing (Plumbing only)
Comments
Currently Unavailable -- 9/2/15 - Questions asked and Answers provided: Will this project include demo of the existing cove base and installation of new urethane concrete cove base in all areas noted? YES Need to know whether or not to include the floor outside of the buffet in Route 66 Diner as part of this quote. NO