Procurement #16927



Title
RFB - Security Gate & Access Control for CN Park
Status
Cancelled
OpenDate
04/03/2018
CloseDate
04/12/2018
Description
Cherokee Nation Businesses, LLC a wholly owned Tribal company of the Cherokee Nation is soliciting bids from qualified contractors to furnish labor and materials for a Security Gate w/Access Control for the National Cherokee Nation Park located at 457084 E. 1118 Rd., Sallisaw, Oklahoma (exit Dwight
Detail
Sealed bids are being solicited by Cherokee Nation Businesses, L.L.C. or the Cherokee Nation Businesses, L.L.C. wholly-owned entity identified in the attached Statement of Work (“Exhibit A”) to furnish labor and materials for a complete turnkey product as identified in the Statement of Work. There will be a pre-bid meeting at 1:00PM CST on Thursday, April 5, 2018 at the Park. The Park is located south of I-40 on Dwight Mission Road just west of Sallisaw, OK. This is not a mandatory pre-bid but all bidders interested in bidding on this are strongly encouraged to attend so that they can see the project site and ask any questions. All proposals should be sent by express delivery, regular mail or hand delivery to Company’s Catoosa Corporate office at the following address, to be received no later than 10:00AM CST on Thursday, April 12, 2018. Bids must be delivered in accordance with the Instructions to Bidders. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 The bidder must supply all the information required by the RFP Documents, hereinafter defined. It is the intention of CNE to award this project within 30 days of the proposal date. Any proposal received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of proposals, or any proposal so received after the time set for opening of proposals, shall not be considered and shall be returned unopened to the proposing firm submitting same. Project Scope: (The following shall not be considered a definitive narrative of the work nor shall it identify all materials required to complete the project or be limited by the following descriptions; it will be the Contractor’s sole responsibility to layout, implement and complete all work necessary for each facet of the project to ensure proper integration, function and operation.) This project has seven facets: 1) Modification and relocation of existing manual gate; 2) Installation of 1 new double swing gate. 1 new chain-drive through gate all with operator and concrete mounting pads; 3) Installation and termination from point of presence of high and low voltage electrical; 4) Installation and integration of access control equipment, components, and pedestal; 5) Installation of all required gate safety and operational devices, exit loops and power back upsystem; 6) Installation of new 9’ Surface mount exit traffic spike section 7) Testing. Project shall consist of the following: Gate: As needed modification of existing manual drive-through gate frame and hardware; installation of new hardware components and fasteners. Gate Controller and pad: Installation of new double swing Elite gate operator,Model #SL3000UL8S Installation of new chain-driven Elite gate operator,Model #SL3000UL8S. Back-up battery system, and keyed lock option on Controller shroud. Gate Operator shall be placed on and attached to a rebar reinforced poured in place concrete padper manufactures specifications. Loops & Safety Devices: Installation of all gate safety devices e.g. edge contact sensors with transmitters & receiver, infrared photocells, and free exit and safety loops, as required by standards/requirements referenced below. Loops shall meet ODOT specification requirements and standards. Electrical: Installation and termination of all high and low voltage wiring, inclusive of trenching, conduit, connector’s and other hardware necessary for operation and function of gate operator, loops, safety devices and access control equipment. Low and high voltage wiring shall be installed in separate conduits. Access Control & Mounting Pedestal: Installation of one (1) Lenel interface module (LNL-1320), to be located in existing on-site cabinet; Installation of one (1) HID proximity reader model # 5355, to be installed on pedestal outside of gate; Installation of single reader, gooseneck style pedestal installed at a minimum depth of 2.5’ in concrete; Installation of two (2) 4” steel bollards, with rubberized protective covering and reflective coating, set in concrete at a minimum depth of 2.5’, located adjacent to dual reader gooseneck. Access control equipment shall be integrated with gate operator and existing Lenel equipment only by a “Lenel” certified integrator, in cooperation with gate installer and others as necessary. All disturbed areas impacted by project work shall be returned to as good or better condition than found. 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. 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