Procurement #67700



Title
Four Tornado Shelters for CNB Marshall Property - CHANGE ORDER #1
Status
Active
OpenDate
03/06/2019
CloseDate
03/26/2019
Description
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 and all materials necessary to complete the scope.
Detail
**CHANGE ORDER #1, DATED 3/18/19, IS TO REVISE BID CLOSING DATE FROM 3/20/19 TO 3/26/19; CLOSING STILL AT 3:00PM. CHANGE IS TO ALSO ADD SOME COMMENTS AS SHOWN UNDER THE COMMENTS SECTION OF THIS BID POSTING** 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 and all materials necessary to complete the scope. There will be a MANDATORY pre-bid meeting at 10838 E. Marshall St. North, Tulsa, OK on Monday, March 11, 2019 at 3:00PM; bidders are to enter through Suite 250. 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 Wednesday, March 20, 2019. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Senior Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Senior Buyer 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. Bidders are to include an electronic copy of their bid on a USB Thumb drive. 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. SCOPE Cherokee Nation Businesses is requesting bids for four tornado shelters to be located at 10838 E Marshall St North, Tulsa, OK: 1) 160 person shelter – MUST BE INSTALLED ASAP 2) 80 person shelter 3) 50 person shelter 4) 25 person shelter Owner will provide exact location on property during pre-bid tour. Shelters will be located indoors. Shelters must be FEMA, ICC-500, NSSA compliant to the latest publications of these standards. 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. Shelters must be 6’8” or taller interior. Fold-up bench seating provided Installation of first large shelter must be completed by 4/18/19. Total completion by 5/1/19. All shelters shall be provided with battery operated LED lighting complying with the shelter guidelines above. Special Instructions: Contractor will need to submit shelter plans to City of Tulsa Fire Marshal’s Office for approval. In addition, there may be certain restricted work times for remaining shelters. 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. 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

Bid Documents

Bid Schedule Form

Code of Conduct

Office location for hand delivery of bids

Vendor Requirements for Payment

Bid Return Checklist

Subcontractor Prequalification Questionnaire

Scope of Work

Awards
Tornado Place, LLC
Comments
Tina Jones -- Comments dated 3/18/19: 1) It will not be the responsibility of the installer to take care of the fire sprinkler addition. That will be on the owner. 2) There is no way around after hours work for the last two small shelters. They will need to begin work after 6pm, or work on the weekend to complete the two small shelters within the office areas. The two larger shelters will not have this restriction. 3) The large shelter is to have 4 doors, one each side and one both ends. No interior walls can be removed to place shelters.