Procurement #13854



Title
RFP - BP #15 - Plumbing Complete for Buffalo Wild Wings at Cherokee Springs Plaza - Clarification #1
Status
Active
OpenDate
09/28/2015
CloseDate
10/26/2015
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company is accepting bids on behalf of ESLR, LLC acting as the Construction Manager for the Tahlequah Wings dba Buffalo Wild Wings at the Cherokee Springs Plaza; this bid is for BP #15 - Mechanical, all work is to be done in accordance with the a
Detail
**CLARIFICATION #1 DATED 9/30/15 IS ONLY TO NOTE THE ADDITION OF DRAWINGS FOR ELECTRICAL, MECHANICAL, STRUCTURAL AND FF&E HAVE BEEN UPLOADED TO THE CNE FTP SITE AND ARE NOW AVAILABLE** Cherokee Nation Businesses, LLC is accepting bids on behalf of ESLR, LLC acting as the Construction Manager for the Tahlequah Wings dba Buffalo Wild Wings at the Cherokee Springs Plaza; this bid is for BP #15 - Mechanical, all work is to be done in accordance with the advertised Scope of Work and the drawings and specifications provided by Trinity Group Architects. Drawings and specifications can be downloaded from the CNE ftp site at: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com There will be a MANDATORY pre-bid Friday, October 2, 2015 at 3:00PM CDT at the following location: Cherokee Springs Golf Club Pro Shop located at 700 E. Ballentine Road, Tahlequah, OK 74464. SEALED bids will be due no later than Monday, October 26, 2015 at 2:00PM and are to be delivered in accordance with the Bid Documents. SCOPE OF WORK Division 15 – Mechanical 15400 Plumbing, complete 1. Furnish and install a complete, fully operational and tested plumbing sanitary drainage, vent piping, hot/cold water piping, gas piping and control systems in accordance with the contract documents. All piping will be provided by this contractor to the extent indicated on Mechanical and Plumbing Drawings. 2. Furnish and install all sleeves and piping in concrete foundations as required for this work in coordination with the Construction Manager and concrete contractor and electrical contractor before the foundations are poured. 3. Furnish and install all plumbing fixtures and required piping in accordance with the Contract Documents and install all required miscellaneous metal supports, stands, hangers, trapeze hangers, etc. required to complete the Work of this bid package. 4. Contractor to provide and install sanitary sewer line to main sewer tap, tie in grease interceptor, furnish water line to building from meter and furnish gas service to building from meter. 5. Furnish and install the plumbing systems’ insulation as required by the contract documents. 6. Coordinate, furnish and install all floor drains and floor sinks at proper elevations with adjacent finish flooring products and coordinate with Concrete Contractor before placement of concrete. 7. Furnish and install all natural gas piping supply, regulation and final hook-up within the building to all mechanical equipment as required by the Contract Documents. 8. Furnish and install all fire stopping and sound caulk required to complete the work of this bid package. 9. Furnish and install all final hook-ups required for the Owner furnished equipment, foodservice equipment and appliances. 10. Piping on roof shall be supported on closed-cell polyethylene foam, U.V. resistant “Pipe Pier” PP50H4 pipe blocks manufactured by Pipe Pier Support Systems Inc. or approved equal. 11. Furnish and install grease waste recovery rough in line for Mahoney grease recovery system. 12. Bare and insulated, exposed new piping in Mechanical Rooms and unfinished rooms shall be identified with labels and directional arrows as shown in specifications. 13. Use of pex or pvc allowed, verify with local authority. 14. No trap primers to be installed on this project. 15. All excavation and backfill operations within the building pad area will be performed before the aggregate base rock is placed in order to not contaminate the gravel. Plumber has the option to exclude excavation. 16. Provide temporary water at the building for all trades. 17. The Contractor shall regularly clean their work area of debris to owner provided trash dumpster at a reasonable location. Work and material specifically excluded from this bid package: 1. Painting or priming of piping 2. Electrical power wiring 3. Grease trap 4. Fire line 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. 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 - 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 Entertainment
Awards
Kester Plumbing -- $71,500.00
Comments
Currently Unavailable -- The architectural site plan, A000, does not match the civil site plan, sheet C1.0. - That is correct. It is a close go by but we are waiting on the final Civils.