Procurement #67629



Title
Three Above Ground Tornado Shelters
Status
Archive
OpenDate
02/08/2019
CloseDate
02/18/2019
Description
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is soliciting SEALED bids for three (3) Above Ground Tornado Shelters; 2 for Will Rogers Downs and 1 for Cherokee Casino - Sallisaw.
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 (“Company”) to furnish labor, materials to furnish and install two (2) Above Ground Tornado Shelters at Will Rogers Downs in Claremore, OK and one (1) at the Cherokee Casino located in Sallisaw, OK as outlined in the attached Statement of Work. If bidders need to make a site visit prior to submitting their bid(s), please contact Joe Washum at: 918-384-7937 (Office), 918-729-7044 (Cell), joseph.washum@cnb-ss.com. 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 2:00PM on Monday, February 18, 2019. 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. 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. The bidder must supply all the information required by the Contract Documents. STATEMENT OF WORK Cherokee Nation Businesses is requesting bids for three tornado shelters: 1) 2- Above ground shelters for 200 person occupancy to be located at Will Rogers Downs, 20900 S. 4200 Rd, Claremore, OK. 2) 1-Above ground shelter for 160 person occupancy to be located at Cherokee Casino, 1621 W Ruth Ave, Sallisaw, OK. Shelters will be located outdoors. Concrete pad and foundation by Owner. Bidding firm to supply foundation and pad requirements with proposal. Shelters must be FEMA, ICC-500, NSSA, compliant. Shelter design must have current F-5 impact verification from the Texas Tech University National Wind Institute, for the model provided for installation (documentation required). Shelters must be ADA accessible. Doors must have the ability to disengage the outer door handle from inside of the shelter. Pre-finished coat on shelter that is rust and corrosion resistant. Shelters must be 6’8” or taller interior. Fold-up bench seating provided Owner will provide exact location on property. Installation must be completed by March 22, 2019. Special Instructions for Will Rogers Downs: Shelter plans will need to be submitted to Oklahoma State Fire Marshal’s Office for approval. In addition, there may be certain restricted work times prior to 11am. Workers will be required to obtain an Oklahoma Horse Race Commission license prior to starting work. There is an OHRC licensing office on-site behind the Casino. 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. 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 - 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
Awards
Atlas Safe Rooms