Procurement #14072



Title
RFB - Div. 9 - Drywall, Cold Formed Metal Framing, Building Insulation & Interior Wood Backing for BWW at CSP
Status
Cancelled
OpenDate
11/17/2015
CloseDate
12/14/2015
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids on behalf of ELSR for Division 9 - Drywall, Cold Formed Metal Framing, Building Insulation & Interior Wood Backing for the Buffalo Wild Wings to be located at the Cherokee Springs Plaza in Tahlequah,
Detail
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids on behalf of ELSR for Division 9 - Drywall, Cold Formed Metal Framing, Building Insulation & Interior Wood Backing for the Buffalo Wild Wings to be located at the Cherokee Springs Plaza in Tahlequah, OK per the drawings and specifications created by Trinity Group Architects. There will NOT be a pre-bid meeting for this bid posting. Contractors will be required to submit all questions direct to Tina Jones via email no later than 12/1/15; Architect will issue an Addenda no later than 12/5/15. SEALED bids will be due no later than 12/14/15 and are to be delivered in accordance with bid documents posted on the CNE ftp site at: ftp://ftp.PurchBids:CNEbids!@vendorftp.cnent.com SCOPE OF WORK DRYWALL, COLD FORMED METAL FRAMING, BUILDING INSULATION, INTERIOR WOOD BACKING 1. Provide all material and perform all work required to complete the cold-formed metal wall framing, light gauge framing, roof parapet framing, bulkhead framing, ceiling access panel framing, hard lid soffit framing, and furnish supplementary items necessary for a complete installation. 2. Furnish and install all deflection track, hat channel, light gauge stud headers, and track as detailed in the Contract Documents. 3. Install structural steel tubing in low walls as required by the contract documents, material provided by owner. 4. Furnish and install the building insulation and sound insulation as shown on the Contract Documents. 5. Furnish and install exterior sheathing as shown on the Contract Documents. 6. Furnish and install sheathing and weather resistant barriers on the inside and outside of all parapet walls as shown on the Contract Documents. Exclude the metal panels. 7. Furnish material and labor to hang, tape, bed, and finish all gypsum board products as required by the contract documents. 8. Furnish and install L-molding and snap-in reveal at all locations that the sheetrock butts up to a finished product. 9. Furnish and install tile backer board (cement board) at restroom walls behind ceramic tile, walls with tile cove base, and walls at vent hoods as required by the contract documents. 10. Furnish and install fire caulking as required to meet applicable codes for fire rated gypsum board wall assemblies except at penetrations created by others. 11. Furnish and install the acoustical ceiling system and gypsum board ceilings as required by the Contract Documents. 12. Furnish and install all FRP panels and trim as shown on the contract documents. 13. Furnish and install Fire treated plywood per wall partition schedule, wood blocking, and bracing in walls as required by the contract documents for millwork, toilet accessories, fire extinguishers, TV brackets, metal ladders, exterior signage, etc. This list is not meant to be all inclusive but to illustrate some of the items that will require blocking/backing for items installed in the drywall systems. 14. Provide labor to install all hollow metal door frames. 15. Install stainless steel panels at vent hood walls as required by the construction documents, material provided by owner. 16. Provide all lifts, scaffolding and hoisting equipment required to perform work in this bid package. 17. Provide labor to rough clean job area, dumpster provided by owner at a reasonable location. Work and material excluded from this bid package: 1. Roof system insulation. 2. Structural steel framing in roof parapets. 3. Cloud systems. 4. Nichiha Fiber Cement Panels 5. Access panels provided by owner. 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