Procurement #16170



Title
Produce Vendor
Status
Archive
OpenDate
06/09/2017
CloseDate
06/28/2017
Description
Cherokee Nation Entertainment is seeking bids for a Fresh Produce Vendor to provide product for all Casino properties.
Detail
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL (“RFP”) PROJECT NAME: Fresh Produce Vendor RFP NUMBER: DATED: 6/8/17 TABLE OF CONTENTS I. SOLICITATION TO BID II. INSTRUCTIONS TO BIDDER III. STATEMENT OF WORK IV. BUSINESS RELATIONSHIP AFFIDAVIT V. NON-COLLUSION AFFIDAVIT VI. INSURANCE REQUIREMENTS SECTION I SOLICITATION TO BID CHEROKEE NATION ENTERTAINMENT, L.L.C. BID ID: PROJECT NAME: Fresh Produce Vendor Sealed bids are being solicited by Cherokee Nation Entertainment, L.L.C. (“CNE”) for furnishing fresh produce to all Cherokee Nation Entertainment properties that would require such product as defined in Section III of the Contract Documents, Statement of Work and Specifications. There will be pre-bid mandatory meeting on Thursday June 15th at 10:00AM in the South Dock of the Hard Rock Casino warehouse. Please check in at the North side vendor check in first. Contact buyer John.Molinar@cnent.com or (918) 384-7514 All proposals should be sent by express delivery, regular mail or hand delivery to CNE’s Catoosa Corporate office at the following address, to be received no later than 3:00 pm on June 28th 2017. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Entertainment, L.L.C. Attn: John Molinar Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Entertainment, L.L.C. Corp. Building #3 Attn: John Molinar Buyer 1102 N. 193rd East Ave. Catoosa, Ok 74015 It is the intention of CNE that if an acceptable proposal is received, the selected firm will be notified in writing by email within 30 days of bid openings. SECTION II INSTRUCTIONS TO BIDDER 1.00 DEFINITIONS 1.01 The “RFP Documents” shall mean and shall include the Solicitation to Bid; Instructions to Bidder; Bid Schedule; Statement of Work; Drawings and Specifications, and all other attachments, exhibits and other documents attached hereto and/or incorporated by reference herein. 1.02 “Company” refers to Cherokee Nation Businesses, L.L.C. or the Cherokee Nation Businesses, L.L.C. wholly-owned entity soliciting bids and/or proposals for the Work described in the Statement of Work. 1.03 “Company Representative” refers to the Company personnel who has been designated as the Project Manager as identified in Section I, Solicitation to Bid, or other authorized representative of Company as may be designated in writing. 1.04 “Contractor” refers to the party acting directly or through agents, subcontractors, or employees and is currently under contract with the Company or upon the award of the bid will enter into a contract directly with the Company 1.05 “Subcontractor” refers to the party contracting with the Contractor for any part of the Work as defined in the Statement of Work. 1.06 “Work” includes all services to be performed or things to be furnished by the Contractor, or both services and things, as the context reasonably requires, including all supervision, labor, materials, supplies, tools, equipment, light, water, fuel, power, heat, transportation, or other facilities necessary for the discharge of all of Contractor’s obligations as described in the Statement of Work. 2.00 DESCRIPTION OF WORK 2.01 The Work to be performed is described in Section III, Statement of Work and Specifications, of the enclosed RFP Documents. 3.00 FAMILIARITY WITH RFP DOCUMENTS AND PROPOSED WORK 3.01 The bidder has the responsibility for examination of all RFP Documents, inspection of all work sites, and familiarization with all conditions concerning the Work. Failure or neglect of the bidder to discharge this responsibility will not excuse nonperformance. 3.02 The bidder has the responsibility to estimate the time and quantities of work required to complete the Work. Failure or neglect of the bidder to discharge its responsibility will not excuse nonperformance. 3.03 Company may require prospective bidders to complete a Non-Disclosure Agreement prior to providing the Statement of Work to a prospective bidder. 4.00 BIDDING INSTRUCTIONS 4.01 The bidder shall make his bid by inserting the bidder's figure in the applicable blanks of the Bid Sheet attached or provided in the Statement of Work, by initialing those inserted figures, by completing any forms, and by returning the completed Bid Schedule to the Company. 4.02 The bidder must furnish with its bid, a completed, signed and notarized Business Relationship Affidavit, a copy of which is included in the RFP Documents as Section IV. 4.03 The bidder must furnish with its bid, a completed, signed and notarized Non-Collusion Affidavit, a copy of which is included in the RFP Documents as Section V. 4.04 The bidder must provide, with its bid, certificates of insurance on an ACORD 25 or 25S form evidencing that the bidder at the time of the bid is carrying the minimum insurance coverages outlined in Section IX Bond and Insurance Requirements below. 4.05 This procurement is subject to the rules and regulations of the Cherokee Nation Tribal Employment Rights Office (“TERO”) as adopted and authorized by the Cherokee Nation Tribal Employment Rights Act (Title 40 of the Cherokee Nation Code Annotated) and such rules and regulations provide for a fee of ½ of 1% of the total contract award (including any and all subsequent additions and deletions to the contract award due to changes in the scope of the work) to be assessed where applicable; the submission of a properly completed TERO Labor Agreement; and the assessment and payment of applicable labor fees. The complete Act is available by contacting the TERO Office located in Tahlequah, Oklahoma at 918-453-5000. 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 TERO rules and regulations that are applicable to the Work to be performed by the successful bidder will be determined and communicated by TERO and such rules and regulations shall be made a material term of the Contract Agreement. TERO bidders are required to provide a copy, front and back, of their TERO certificate with bid(s) and failure to do so will result in such bidders not receiving the TERO preferences afforded TERO bidders under the Company procurement and contracting policies and procedures. 4.06 This procurement may be subject to Cherokee Nation Gaming Commission (“CNGC”) policies and procedures. In the event CNGC licensing is applicable, the successful vendor(s) shall be responsible for obtaining all licenses required by CNGC. CNGC licensing requirements may include licensing fees as well as 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 918-431-4116. 4.07 The bidder must furnish, with its bid, a subcontractor plan that (1) identifies prospective subcontractors and their respective TERO and Indian-owned statuses and their tribal affiliation; and (2) reflects the amount of the quote, , either in dollar estimate or percentage of work estimate, that will be subcontracted to each subcontractor; 4.08 The Bid Schedule must be completed in ink or by typewriter. The Bid Price on the Bid Schedule must be stated in words and figures, in case of a conflict words will take precedence. No alterations, additions or erasures shall be made on the Bid Schedule. Erroneous entries shall be lined out, initialed by the bidder and the correct entry inserted. 4.09 All names on the Bid Schedule must be typed or printed below the signature. 4.10 The Bid Schedule shall contain an acknowledgment of receipt of all Addenda (the numbers of which shall be filled in on the Bid Schedule). 4.11 The address to which communications regarding the Bid Schedule are to be directed must be shown. 4.12 Bids shall be submitted at the time and place indicated in the Solicitation to Bid and shall be enclosed in a sealed envelope, marked with the Project Title, Bid Number, Name and Address of the bidder, and accompanied by the other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope addressed as noted in the Solicitation to Bid or to Cherokee Nation Businesses, L.L.C., Attn: Purchasing Department, with the notation “SEALED BID - DO NOT OPEN” on the face thereof. 5.00 QUALIFICATION OF BIDDERS 5.01 No bid will be accepted unless the bidder can, if requested, show to the satisfaction of the Company evidence of its experience and familiarity with work of the character specified. This may include, at the Company's option, evidence of similar work by his firm (or principal employees) that has been performed satisfactorily and completed during the past five (5) years. 5.02 No bid will be accepted unless the bidder can show to the satisfaction of the Company evidence of his financial ability to perform the Work successfully and properly, to completion. 5.03 If bidder has a parent company or relies on a parent company to obtain or fulfill any of the Work to be contracted, then Company has the right to required bidder's parent company to provide guarantee of bidder's proposal and the performance of any obligations arising under a Contract Agreement if bidder has been awarded the bid. 5.04 If awarded the bid, bidder and any subcontractors of bidder in the performance of the Work shall, to the greatest extent feasible, give preference to Indian organizations, Indian owned enterprises and individuals as certified by TERO. First preference shall be given to members of the Cherokee Nation and their businesses. Second preference shall be given to members of all other federally recognized tribes. 6.00 INTERPRETATIONS 6.01 All questions about the meaning or intent of the RFP Documents shall be submitted to the Company Representative in writing. Replies will be issued by Addenda mailed to, delivered or sent by facsimile to all parties recorded by Company as having received the RFP Documents. Questions received less than two days prior to the date for opening of bids will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.00 CONTRACT TIME 7.01 If applicable as required in the Statement of Work, the number of days within which the Work is to be completed, or the date by which, the Work is to be completed shall be provided as set forth in the Bid Schedule and will be included in the Contract Agreement. 7.02 If a Project Schedule is required or a Date of Substantial Completion is defined per the Statement of Work, then the Contract Time for the work to be performed shall be considered a material consideration in the award of the bid. 8.00 LIQUIDATED DAMAGES 8.01 Provisions for liquidated damages, if any, are set forth in the Contact Agreement. 9.00 SUBSTITUTE MATERIAL AND EQUIPMENT 9.01 If material and equipment as described in the Statement of Work are a basis for award, then the Contract, if awarded, will be on the basis of material and equipment described in the Statement of Work and Specifications without consideration of possible substitute or “or-equal” items. Whenever it is indicated in the Statement of Work and Specifications that a substitute or “or-equal” item of material or equipment may be furnished or used by a Contractor if acceptable to Company, application for such acceptance will not be considered by Company until after the effective date of the Contract Agreement. 10.00 REJECTION OF BIDS 10.01 Bids received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for opening of bids, as well as bids received after the time set for opening of bids, will not be considered and will be returned unopened. 10.02 Company reserves the right to reject any and all bids when such rejection is in the best interest of Company. All bids are received subject to this stipulation and Company reserves the right to decide which bid shall be deemed lowest and best. A violation of any of the following provisions by the bidder shall be sufficient reason for rejecting his bid, or shall make any Contract between Company and the Contractor that is based on his bid; (i) null and void; divulging the information in said sealed bid to any person, other than those having a financial interest with him in said bid, until after bids have been opened; (ii) submission of a bid which is incomplete, unbalanced, obscure, incorrect, or which has conditional clauses, additions, or irregularities of any kind not in the original Bid Schedule, or which is not in compliance with the Instructions to Bidder and Solicitation to Bid, or which is made in collusion with another bidder. The foregoing list is non-exhaustive and Company reserves the right to reject a bid or nullify any Contract between Company and the Contractor that is based on his bid for any other reason it deems is in the best interest of the Company. 11.00 BIDS TO REMAIN OPEN All bids and pricing submitted under this RFP shall remain valid and open for sixty (60) days after the day of the bid opening, but Company may, in its sole discretion, release any bid prior to that date. 12.00 AWARD OF CONTRACT 12.01 Company reserves the right to reject any and all bids, to waive any and all bid document requirements and to negotiate Contract terms with the successful bidder, and the right to disregard all nonconforming, nonresponsive or conditional bids. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 12.02 Company reserves the right to issue one award, multiple awards, or reject all bids. All quotes are subject to negotiation prior to award. Awards may be issued without discussion of quote received, and quotes should initially be submitted on the most favorable terms from a price and technical standpoint. 12.03 In evaluating bids, Company shall consider the qualifications of the bidders and whether or not the bids comply with the prescribed requirements. 12.04 Company may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the Work as to which the identity of subcontractors and other persons and organizations must be submitted. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by Company. 12.05 Company may conduct such investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the bidders, proposed subcontractors and other persons and organizations to perform the Work in accordance with the terms of a Contract Agreement and to Company’s satisfaction within the prescribed time. 12.06 Company reserves the right to reject the bid of any bidder who does not pass any such evaluation to Company’s satisfaction. 12.07 A Contract Agreement along with the terms and conditions of such agreement will be negotiated upon award. Company may rescind the award of a bid for failure to agree upon the terms of the Contract Agreement within a reasonable period of time or for bidder’s failure to negotiate in good faith or timely respond to requests or inquiries of Company. The bidder shall not perform any services, conduct any business on Company property or acquire or procure any supplies, materials or equipment on behalf of Company to be used in performing the Work as bid, unless specifically requested by an authorized Company Representative in writing. In the performance of the Work awarded, Company, Contractor and its subcontractor(s) shall, to the greatest extent feasible, give preference to Indian organizations, Indian owned enterprises and individuals. First preference shall be given to members of the Cherokee Nation. Second preference shall be given to members of all other federally recognized tribes. 12.08 The successful bidder shall execute and deliver the Contractor’s Payment and Performance Bond (if required per the Statement of Work or Contract Agreement) and the required certificate(s) of insurance evidencing the limits and endorsements as required by the terms and conditions of the Contract Agreement within five (5) calendar days of receipt of the Notice of Award. If the successful bidder fails to execute and deliver Contractor’s Payment and Performance Bond and the required certificates of insurance(s) within five (5) calendar days of the Notice of Award, Company may annul the Notice of Award. 13.00 BEGINNING WORK The Work shall be commenced as agreed upon by the parties. However, Work shall not be commenced until Contractor has provided the requisite bonds and proofs of insurance required by the Contract Agreement. 14.00 CONTRACTOR’S LIABILITY INSURANCE REQUIREMENTS 14.01 No Work is to be commenced and no invoices will be paid until Company is in receipt of Certificates of Insurance covering all the insurance requirements outlined in the Contract Agreement. Please refer to Section IX Bond and Insurance Requirements below for minimum standard insurance requirements, additional insurance policies, coverages and limits may be required per the Contract Agreement. 15.00 RETURNING OF RFP DOCUMENTS 15.01 Whether a bid is submitted or not, this collection of RFP Documents and any accompanying documents are to be returned intact. 15.02 The successful bidder will be furnished necessary copies of this book and documents, conforming to the bid accepted by the Company. 16.00 INVOICING REQUIREMENTS All invoices for the Work submitted by the successful bidder must be coded in accordance with Company policies. The successful bidder will be responsible for meeting with a representative of Company's Accounting Department regarding necessary coding requirements and complying therewith. SECTION III STATEMENT OF WORK CHEROKEE NATION ENTERTAINMENT, LLC Bid – Fresh Produce Vendor Proposals are being solicited by Cherokee Nation Entertainment, L.L.C. to provide Fresh produce based on specifications and quantities located in the bidder’s response sheet. Contact the Buyer, John Molinar to answer any questions regarding the bid, all questions must be submitted via email to john.molinar@cnent.com. A. PHASED DELIVERY: Delivery will be over the course 12 months based on orders provided by Cherokee Nation Entertainment, L.L.C B. MINIMUM GENERAL REQUIREMENTS: It is the intent of “CNE” to enter into a one year contractual agreement with the winning bidder for the procurement of products and quantities as specified on the attached bid sheets. C. REQUIREMENTS: All accepted proposals will include the following items: 1. Completion of the Non-Collusion affidavit, NDA, Business relationship affidavit, Acceptance of insurance requirements and terms and conditions. 2. The Pricing bid tab must be completed. Note - CNE request the presentation of an annualized pricing format. Leave blank any item that cannot be fulfilled. Contract price modification may be agreed upon due to Acts of God or Market Peril but will only be considered with proper written notification in advance of proposed price change. 3. Explanation of all proposed incentives: Manufacture deviations, agreement term incentives, payment incentives, growth incentives, drop size incentives, marketing incentive. All incentives will be clearly defined with examples of terms and calculations. 4. Explanation of Ordering Process 5. Explanation of Service call process 6. Appointment of Customer Service Representation 7. Defined Roll Out Plan D. ADDITIONAL INSTRUCTIONS TO BIDDERS 1. Include a comprehensive list (Bidder’s sheet attached) of products (individual line items) by location (identified by property name – as per the above). Provide estimated freight charges based on the per order quantities. Bidder must be able to replicate specifications or note specifically otherwise and provide samples of those deviated items. 2. Quote shall remain firm 90 days. All prices and bid materials are confidential. 3. At the time of award, the successful bidder will be required to work with CNE Accounting to discuss account coding for invoices. 4. CNE reserves the right to issue one award, multiple awards, or reject all bids. All quotes are subject to negotiation prior to award. Awards may be issued without discussion of quote received, and quotes should initially be submitted on the most favorable terms from a price and technical standpoint. 5. Any award resulting from this RFP will be subject to CNE Terms and Conditions (copy available upon request) 6. Your bid should indicate pricing based on noted quantities keeping in mind that delivery will not be all at once but will be over the course of 24 months, and standard lead time. Any items noted which are not bid should be indicated “NO BID”. 7. Any item(s) with exceptions, substitutions, exclusions, additions, or qualifications must be noted and clearly indicated on bid form 8. 9. One (1) signed copy of the CNE Non-Disclosure Agreement, a fully executed copy of which will be returned to the bidder. Proposals for Fresh Produce Vendor may be mailed or hand delivered to CNE's Catoosa Corporate office to be received no later than 3:00 PM on June 28th 2017 at the following: IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Entertainment, L.L.C. Attn: John Molinar 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Entertainment, L.L.C. Attn: John Molinar Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 SECTION IV BUSINESS RELATIONSHIP AFFIDAVIT STATE OF ) ) ss. COUNTY OF ) ___________________________________________, of lawful age, being first duly sworn, on oath states that the nature of any partnership, joint venture, or other business relationship presently in effect or which existed within one (1) year prior to the date of this statement with Company or other party to the services provided under the Agreement is as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Affiant further states that any such business relationship presently in effect or which existed within one (1) year prior to the date of this statement between any officer or director of Consultant and any officer, director, manager or member of the Board of Directors of Company or other party to the project is as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Affiant further states that the names of all persons having any such business relationships and the positions they hold with their respective companies or firms are as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Affiant further states that any family/relative relationships present between any officer, director or agent of Consultant and any officer, director, manager or member of the Board of Directors of Company other party to the Agreement is as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Affiant further states that the names of all persons having any such family/relative relationships and the positions they hold with their respective companies or firms are as follows: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ (If none of the business relationships hereinabove mentioned exist, affiant should so state.) _______________________________________ Subscribed and sworn to before me this __________ day of ______________________ 20__. _______________________________________ Notary Public My Commission Expires: ____________________ SECTION V NON-COLLUSION AFFIDAVIT STATE OF ) ) ss. COUNTY OF ) , of lawful age, being first duly sworn, on oath says that (s)he is the agent authorized by the bidder to submit the attached bid. Affiant further states that the bidder has not been a party to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding; or with any employee of Cherokee Nation Businesses, L.L.C. or any wholly-owned entity of Cherokee Nation Businesses, L.L.C. as to quantity, quality or price in the prospective Contract, or any other terms of said prospective Contract; or in any discussions between bidders and any official of Cherokee Nation Businesses, L.L.C. or any wholly-owned entity of Cherokee Nation Businesses, L.L.C. concerning exchange of money or other thing of value for special consideration in the letting of a Contract. Signed: __________________________________ TITLE: ___________________________________ Subscribed and sworn to before me this _________ day of _________________________, 20__. ____________________________________ Notary Public My Commission Expires: ____________________ SECTION VI BOND AND INSURANCE REQUIREMENTS Minimum Insurance for Bidding: Bidder shall provide with its bid, certificates of insurance on an ACORD 25 or 25S form evidencing all available coverages, however, to be considered an acceptable bid the following minimum coverages and limits and any additional insurance requirements specified in the Statement of Work must be evidence on the submitted certificates of insurance. The limits set forth below are minimum limits. Additional limits may be required per the terms and conditions of the Contract Agreement. (A) Worker's Compensation insurance complying with the laws of the State or States having jurisdiction over each employee, whether or not Contractor is required by such laws to maintain such insurance, and Employer's Liability with limits of $500,000 each accident, $500,000 disease each employee, and $500,000 disease policy limit. (B) Commercial or Comprehensive General Liability insurance on an occurrence form with a combined single limit of $1,000,000 each occurrence, and annual aggregates of $2,000,000, for bodily injury and property damage, including coverage for blanket contractual liability, broad form property damage, personal injury liability, independent contractors, products/completed operations, and when applicable the explosion, collapse and underground exclusion will be deleted. (C) Automobile Liability insurance with a combined single limit of $1,000,000 each occurrence for bodily injury and property damage to include coverage for all owned, non-owned, and hired vehicles. In each of the above described policies, Contractor agrees to waive and will require its insurers to waive any rights of subrogation or recovery they may have against Company its parent, subsidiary, or affiliated companies. (D) Pollution Liability insurance in the amount of $1,000,000 each incident and annual aggregate of $2,000,000 (only applicable for bidding if required per the Statement of Work). Upon award of the bid Company may require this coverage per the Contract Agreement if such coverage is merited per the scope of the Work to be performed and the minimum limits quoted may be adjusted accordingly. (E) Professional Liability insurance with limits of not less than $2,000,000 for each claim and an annual aggregate of not less than $2,000,000 (only applicable for bidding if required per the Statement of Work). Upon award of the bid Company may require this coverage per the applicable Contract Agreement or Service Agreement if such coverage is merited per the scope of the Work to be performed. The limits for professional liability insurance may be adjusted depending on complexity and size of the project and the scope of services to be provided. Any adjustments to these limits will be identified in the applicable terms and conditions of the Contract Agreement or Service Agreement. Additional Insurance Requirements upon Award of Bid: At a minimum the following will be required for Commercial or Comprehensive General Liability and Automobile Liability policies (Company may identify additional policies that are subject to this requirement and such additional policies and requirements will be made a part of the terms and conditions of the Contract Agreement): • Company its parent, subsidiary and affiliated companies will be named as additional insured. • The policies shall include the following “other insurance” amendment: “This insurance is primary insurance with respect to Company its parent, subsidiary and affiliated companies, and any other insurance maintained by Company its parent, subsidiary or affiliated companies is excess and not contributory with this insurance.” Waiver of Subrogation. In each of the policies required per the Contract Agreement, bidder agrees to waive and will require its insurers to waive any rights of subrogation or recovery they may have against Company, its parent, subsidiary, or affiliated companies. At least five (5) days prior to the commencement of the Work, Contractor shall deliver to Company certificates of insurance on an ACORD 25 or 25S form evidencing the existence of the insurance coverage required per the Contract Agreement. In the event coverage is denied or reimbursement of a properly presented claim is disputed by the carrier for insurance provided in subsections (A) through (E) above, Contractor shall, upon written request, provide Company with a certified copy of the involved insurance policy or policies within ten (10) business days of receipt of such request. Payment and Performance Bonds: If required per the Statement of Work or Contract Agreement, the successful bidder shall obtain and provide to Company a Payment and Performance bond covering discharge of the successful bidder’s obligations. This insurance guarantee shall represent one hundred percent (100%) of the total contract award (including any and all subsequent additions and deletions to the contract award due to changes in the scope of the work). Said bond shall be issued in a form acceptable to Company covering the obligations of the successful bidder under the Contract Agreement. Company may, at its election, terminate the Contract Agreement if the required bond is not obtained within such time as Company will deem reasonable (in no event later than commencement of the Work). This insurance guarantee shall remain in full force until final acceptance of successful bidder’s work. Additional bonding requirements may be identified by Company in the Statement of Work or Contract Agreement.
Name:john molinar
Email:john.molinar@cnent.com
Phone:918-384-7545
Cherokee Nation Entertainment
Awards
Freshpoint produce