Procurement #67704



Title
Three Concrete Slabs for Above Ground Tornado Shelters
Status
Active
OpenDate
03/08/2019
CloseDate
03/18/2019
Description
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking bids from qualified concrete contracts to provide labor, equipment and materials for a total of 3 concrete slabs for above ground Tornado Shelters.
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, equipment and materials required to complete the attached Scope of Work. This is a TERO set-aside bid, if bidding this as a TERO GC, then the subcontractor must be TERO as well. 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 on Monday, March 18, 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. 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 three concrete slabs: 1) 2- Located at Will Rogers Downs, 20900 S. 4200 Rd, Claremore, OK. 2) 1- Located at Cherokee Casino, 1621 W Ruth Ave, Sallisaw, OK. Will Rogers Downs Specifications (each slab): 22’x 67’, 30” turn down with 16”pad 10” o.c with #6 double matted re-bar reinforcement. Min 3500 psi mix. Cherokee Casino-Sallisaw: 21’x57’, 30”turn down 16”slab 10” o.c with #6 double matted re-bar reinforcement. Min 3500 psi mix. All slabs and foundations will require 12” of overexcavation. Replace removed soil with 12” compacted road base. All spoils to be removed from site and disposed of legally. All concrete waste must be disposed of off property; there is to be no concrete wash-out done on property. Special Instructions for Will Rogers Downs: Must obtain a license from the Oklahoma Horse Racing Commission (www.ohrc.org/license.html). If proposing firm is not current or does not have an Oklahoma Horse Racing Commission License, Owner will reimburse Contractor for the actual license fees. All concrete waste must be disposed of off property; there is to be no concrete wash-out done on property. Other: The attached concrete and foundation sheet shall be used as the design basis for: 1. Concrete details. 2. Material details. 3. Reinforcement details. 4. Foundation details. 5. Slab details. Plan view dimensions for the slabs shall be as noted above. 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

Google Map of locations

Scope of Work

Bid Return Checklist

Subcontractor Prequalification Questionnaire

Code of Conduct

Contractor Insurance Requirements

Sample Insurance Cert

Office location for hand delivery of bids

Vendor Requirements for Payment

Slab Details

Awards
Contech, Inc.