Procurement #13878



Title
RFP - BP #16 - Electrical Complete for Buffalo Wild Wings at Cherokee Springs Plaza
Status
Active
OpenDate
10/06/2015
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 #16 - Electrical, Complete, all work is to be done in accordance
Detail
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 #16 - Electrical, Complete 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 9, 2015 at 11:00AM CDT at the job-site trailer located at the Cherokee Springs Plaza development site; 3239 S. Muskogee Ave., Tahlequah, OK. 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. All questions are to be directed to Tina Jones via email at tina.jones@cnent.com and are to be received no later than 3:00PM on 10/14/15; the Architect (if required) will issue an Addenda no later than 3:00PM on 10/19/15. SCOPE OF WORK Division 16 – Electrical, complete 1. Furnish and install a complete, fully operational, and tested electrical system in accordance with the contract documents, City requirements, the National Electric Code, and all Authorities having jurisdiction. It is the intent and meaning of the contract documents that this Contractor provide an electrical system installation that is complete and all items and apparatuses necessary, reasonably incidental, or customarily included, even though each and every item is not specifically called out or shown. 2. Include installation, maintenance and removal of temporary electrical services. 3. Contractor shall furnish and install a complete exterior site and building lighting system, including but not limited to all rough-in, wiring, conduit, trenching, fixtures, and miscellaneous accessories required. Provide material for anchor bolts and templates for light pole standards but exclude installation. Concrete bases for light poles installed by others. Include lighting bollards at front of building. 4. Furnish and install secondary wiring and conduit to the transformer as shown on the Contract Documents. 5. All receptacles for bar equipment and convenience including customer use receptacle, and all receptacles for greeter station and stadium wall shall have circuitry routed underslab to indicated circuits. 6. Furnish two 1” conduits from building to a point beyond curb line for cable and telephone service. 7. Furnish and install all rough-in requirements including conduit, pull wire, raceways and boxes for the low voltage systems including, but not limited to, fire alarm, signage and all low voltage systems as specified in the Contract Documents. 8. Contractor to install all low and high voltage as required for automatic flush valves per the Contract Documents. 9. Furnish and install all electrical connections and final power hook-ups required for the owner furnished equipment and appliances. 10. Include connection to the ansul systems for the kitchen hoods and connect to the fire alarm system to provide the proper shunt trip operation. 11. Furnish and install wood or metal backing as required for items furnished and installed under this bid package. 12. Furnish and install all miscellaneous steel, unistrut, all-thread rod and accessories required for pipe supports, trapeze hangers, wall penetrations, floor penetrations and equipment supports associated with this Contractor’s scope of work. 13. Furnish and install fire stopping, fire sealing, and sound caulking of the work of this bid package. 14. Provide temporary task lighting beyond OSHA minimum requirements as required by the scope of work of this bid package. Work and materials specifically excluded from this bid package: 1. Audio/Visual Equipment 2. Light fixture package, bulbs, and lamps. 3. Power Plus Integrated Electric Panel. 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
Collins Electric -- $152,955.00
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.