Procurement #88516



Title
Wilma P Mankiller Expansion Project BP#5- Flooring, Painting, Millwork, Glass/Glazing, Doors/Frames/Hardware
Status
Cancelled
OpenDate
02/03/2020
CloseDate
02/26/2020
Description
M. Ross, Inc. (herein called Construction Manager) acting as Construction Manager for Cherokee Nation Property Management L.L.C. (herein called the “Owner”), invites bids on the form attached hereto, all blanks of which must be appropriately filled in.
Detail
2/20/2020 BP#2 Addendum 4 2/7/2020 Added Questions and Answers M. Ross, Inc. (herein called Construction Manager) acting as Construction Manager for Cherokee Nation Property Management L.L.C. (herein called the “Owner”), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. A non-mandatory pre-bid conference will be held for this bid package on February 11th, 2020 11am. This conference will be held at the Job site: Wilma P. Mankiller Health Center 840 RR6 Stilwell, OK 74960 All bids shall be sealed, closed and delivered to Cherokee Nation Businesses at the following address: Mail: Cherokee Nation Businesses ATT: Amy Eubanks 777 W. Cherokee St. Catoosa, OK 74015 Hand Delivery: Cherokee Nation Businesses Attn: Amy Eubanks 1102 S. 193rd E. Ave. Catoosa, OK 74015 And designated as: Cherokee Nation- Wilma P. Mankiller Health Center Expansion BP#5- Doors/Frames/Hardware, Millwork, Counter & Overhead Coiling Doors, Glass/Glazing/Storefront, Flooring, Painting. Cherokee Nation Property Management or the Construction Manager expressly reserves the right to waive any formalities or minor irregularities and to reject any or all bids. Combination of Bid Packages may be subject to rejection. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within ninety (90) days after the actual date of the opening thereof. SEALED bids submitted must be received no later than 2:00 P.M. CST on February 26th , 2020. BIDDERS MUST INCLUDE AN ELECTRONIC COPY OF COMPLETE BID ON A USB THUMB DRIVE. 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:amy eubanks
Email:amy.eubanks@cnent.com
Phone:918-422-6593
Cherokee Nation Businesses