Procurement #12232



Title
RFB - Geotechnical and Materials Testing firm for new Casino Project
Status
Archive
OpenDate
11/07/2014
CloseDate
11/21/2014
Description
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking qualified Geotechnical and Materials testing firms to conduct a soils investigation and report of subsurface exploration and geotechnical evaluation and provide material testing services for a new Casi
Detail
Cherokee Nation Entertainment, LLC is seeking qualified Geotechnical and Materials testing firms to conduct a soils investigation and report of subsurface exploration and geotechnical evaluation and provide material testing services for a new Casino project in Grove, OK. Testing will include all on site work and ODOT work for roadway improvements. All proposed bidders for this bid will be required to submit a signed Non-Disclosure Agreement (included under Documents section)to receive addtional information. Signed NDA's are to be submitted to Kevin Ogle via email at kevin.ogle@cnent.com. All properly sealed and labeled bids should be sent by express delivery, regular mail or hand delivered to be received no later than 2:00PM CST on 11/21/14 to CNE’s Catoosa Corporate office at the following addresses: · Express Delivery or Regular Mail - Cherokee Nation Entertainment, LLC Attn: Tina Jones Senior Buyer 777 W. Cherokee Street Catoosa, OK 74015 · Hand Delivery - Cherokee Nation Entertainment, LLC Corp. Building #3 Attn: Tina Jones Senior Buyer 1102 N. 193rd East Ave. Catoosa, OK 74015 The work will consist of: INITIAL SOILS INVESTIGATION OF SITE Geotechnical Firm is to visit site and develop a report of subsurface exploration and geotechnical evaluation. a. The purpose of the geotechnical exploration is to determine general subsurface conditions at specific boring locations and to gather data on which to base a geotechnical evaluation with respect to the proposed construction. b. The information gathered during the exploration is evaluated to determine if any special site development issues should be addressed during the site grading phase of the project. c. The work includes soil test borings, laboratory analysis, and geotechnical evaluation appropriate to address the geotechnical aspects of the proposed construction. The results of the report are to address: a. General site geology. b. Summary of existing surface conditions. c. Description of subsurface conditions encountered at the soil test boring location. d. Description of the groundwater conditions observed in the boreholes during drilling. Long-term monitoring is not to be included. e. Presentation of laboratory test results. f. Site preparation considerations including material types to be expected at the site, treatment of any encountered unsuitable soils, excavation considerations, and surface drainage. g. Recommendations to be used for foundation design, including appropriate foundation types, bearing pressures and depths. h. Presentation of expected total and differential settlements, and recommendations to reduce the expected movements, if appropriate. i. Recommendations to be used for design of slab-on-grade, including modulus of subgrade reaction. j. Seismic site classification, according to 2009 International Building Code. k. Compaction requirements and recommended criteria to establish suitable material for structural backfill. l. Pavement recommendations for both rigid and flexible pavement design for assumed traffic volumes and design criteria. CONSTRUCTION MATERIALS TESTING SERVICES Generally, Geotechnical Firm shall, at each site visit, perform the following services and prepare and provide the following deliverables: a. Conduct site visits and material testing of construction materials related to subgrade, paving, concrete, pipe installation and backfill, welding inspections and components, etc. during construction. b. Prepare and provide written reports of site progress after each site inspection and test results. c. Prepare and provide a final report at the end of the project. Specifically, the services and deliverables Geotechnical Firm shall perform, prepare and/or provide include, but are not limited to, the following: a. Evaluate subgrade compaction and sampling for laboratory testing. b. Evaluate aggregate base compaction and sampling for laboratory testing. c. Evaluate and observe bearing material for conformance with geotechnical report and plans. d. Observe and perform field and laboratory testing during placement of fresh concrete. e. Observe and perform field and laboratory testing during placement of mortar and grout as part of the structural CMU wall construction. f. Observe reinforcing steel placement. g. Observe field welding and bolted structural steel connections. h. Observe and sample hot mix asphalt. i. Provide all reports of testing and note deficiencies of tests. j. Structural 3rd Party Inspectors will conduct peer review of the current set of structural construction documents (plans and specifications). Review to consist of general structural compliance with IBC 2009, the geotechnical report and constructability standards. k. Review, at the request of CNE, shop drawings, including structural steel, foundations, rebar, exterior LT gauge stud walls. l. Generate review comments for owner, construction and design team review. m. Participate in construction team progress meetings in person or via conference calls. n. Provide site inspections during foundation pour structural steel erection and exterior light gauge wall construction. Selected firm will work with Project Architect, General Contractor, and Cherokee Nation Entertainment on issues or concerns as necessary. Fees Proposals are to be separated in to the scopes of work identified above, Initial Soils investigation and Construction Materials Testing. The Initial Soils Investigation fee is to be a lump sum number based on the scope of services listed above. The Construction Materials Testing Services fee is to be a total cost per site visit and 2 drawing plan reviews. The cost/ site visit is to be all inclusive, which includes the cost for the trip to and from the site, materials and labor for on-site testing and any lab testing that is required plus test report and all reimbursable costs. 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
GFAC Engineering