Procurement #78120



Title
Pylon Sign for CN Outpatient Health Center - Change order #2
Status
Active
OpenDate
09/11/2019
CloseDate
10/16/2019
Description
Cherokee Nation Property Management is requesting proposals for the design, fabrication, and installation services for a Pylon sign located in Tahlequah, OK.
Detail
**PLEASE NOTE: CHANGE ORDER #2, DATED 10/1/19, IS TO PROVIDE ADDITIONAL INFORMATION, SEE DOCUMENTS ATTACHED** **PLEASE NOTE: CHANGE ORDER #1, DATED 9/23/19, IS TO MOVE BID CLOSING DATE FROM 10/2/19 TO 10/16/19 AT 2:00PM CST** 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 provide all Design, Fabrication and Installation of a Pylon Sign to be located in Tahlequah, OK at the new Outpatient Health Center. There will be a MANDATORY pre-bid on Wednesday, September 18th, at 11:00AM on site at at the corner of Highway 62 and E. Ross St. in Tahlequah, OK. 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 CST on Wednesday, October 2, 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. BIDDERS MUST INCLUDE AN ELECTRONIC VERSION OF BID ON A USB THUMB DRIVE. Cherokee Nation Property Management is requesting proposals for the design, fabrication, and installation services for a Pylon sign located in Tahlequah, OK. There will be a mandatory prebid that will take place at 11:00AM on September 18th on-site at the corner of Hwy. 62 and E. Ross St. in Tahlequah, OK 74464. RFP submissions will be due two weeks (10/2/19 @ 2:00PM CST) after the mandatory prebid meeting. The proposing design firms are required to provide qualifications and pricing for the design, fabrication, and installation of the pylon sign. Items required with the bid submittal are as follows: • Statement of qualifications with applicable licenses and certifications. • A list of completed projects with similar scopes of work completed within the past five years. The list should include the original project budget and final project costs for each project. • Portfolio or photos of completed work if available. • List of recommendations. • Organizational chart with each team member’s responsibility and experience. • Based bid. • Preliminary schedule that includes: design, submittals, shop drawings, fabrication, and installation The project will reside off Cherokee Nation so applicable state and local permits, fees, and approvals will apply. An approved design concept, approximate location map, and scope of work narrative are included in this RFP as “Exhibits A, B, & C”. The intent is for firms to utilize the exhibits to assist in preparing their RFP submittals. A selection committee will open each RFP submittal and evaluate. The selection committee will determine the successful qualified design firm based on RFP submission criteria. All qualified firms are encouraged to bid. TERO law will apply. The Owner’s expectation is for this project to be turnkey for this RFP. If there are exclusions, please provide a detailed list with your bid submittal. The firm will be responsible for the design, and installation coordination with Cherokee Nation Health IT, ODOT, City of Tahlequah/TPWA, and utility and services providers. 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. BONDING NOTICE - CNB 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 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 Businesses
Documents

Bid Documents

Bid Schedule Form

Bid Return Checklist

Subcontractor Prequalification Questionnaire

Code of Conduct

Scope of Work

Contractor Insurance Requirements

Sample Insurance Cert

Exhibit A - Approved Concept

Exhibit B - Pylon Sign location

Exhibit C - SOW Narrative

Office location for hand delivery of bids

Vendor Requirements for Payment

Change order #2 - Cherokee Seal

Change order #2 - OSU Logo

Change order #2 - Stone

Change order #2 - Composite Wood panels