Procurement #9973



Title
RFP - Redbird Smith Annex Addition BP2 thru 32B - REV 3
Status
Active
OpenDate
07/13/2013
CloseDate
08/08/2013
Description
Cherokee Nation Entertainment, LLC a wholly owned tribal company is seeking SEALED bids on behalf of Cherokee Nation Construction Resources, L.L.C. (“CNCR”) for furnishing all equipment, labor and materials to complete the work described in in the Contract Documents, Statement of Work, Plans, and Sp
Detail
**REVISION 3 DATED 8/5/13 IS TO ADD INFORMATION FROM ADDENDUM'S 1 & 2 ISSUED FOR BID POSTING 9672 TO FTP SITE** **ADDENDUM 3 DATED 8/2/13 ADDED TO CNE FTP SITE ON 8/3/13; RECEIPT OF ADDENDUM MUST BE ACKNOWLEDGED ON RETURN BID FORM** **REVISION 1 DATED 7/26/13 IS TO ADD MANDATORY PRE-BID SIGN-IN SHEETS TO BID WEBSITE (SEE DOCUMENTS TAB) AND TO CNE FTP SITE** There will be a MANDATORY pre-bid conference on Thursday, July 25, 2013 at 3:30PM CST on site at 303 South JT Stites Blvd., Sallisaw, OK 74955; the meeting will be held at the CM's jobsite trailer on the west side of the annex. All proposals are to be delivered in accordance with the bid documents no later than 3:00PM CST on August 8, 2013. 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. 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 - 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 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
Documents

Mandatory pre-bid sign-in sheets

Awards
Advantage Glass (Bid Package 12)
Southwest Garage Door Co. (Bid Pack 8B)
Oklahoma Sign Co. (Bid Pack 10)
Indian Nation Fire (Bid Pack #21)
Indian Interiors (Bid Pack 9D)
Patton & Associates (Bid Pack 32B)
Arkansas Glass & Mirror Co. (Bid Pack 8C)
Builders Supply (Bid pack 08A)
EGR, Inc. (Bid Pack 06)
Wiljo Interiors (Bid Pack 7C)
Hicks Floor Covering
Midwest Crane Services (Bid Pack 05, Metals)
McIntosh Services (Bid pack 22, Plumbing)
CPR of Tulsa, Inc. (Bid Pack 7A & 7B)
Contech, Inc.
Cooper Construction (Bid Pack 9A)
Collins Electric (Bid Pack 26, Electrical)
CO-9 Air Control Systems (Bid Pack 23, Mechanical/HVAC)