Procurement #16929



Title
RFB - Geotech & Construction Materials Testing for Hard Rock Expansion
Status
Archive
OpenDate
04/03/2018
CloseDate
04/11/2018
Description
Cherokee Nation Entertainment, LLC a wholly owned Tribal company of the Cherokee Nation is seeking qualified Geotechnical and Materials testing firms to conduct sampling and testing of subgrade, base, backfill, concrete and asphaltic concrete, etc. for the demolition and build back of the Casino 4
Detail
Cherokee Nation Entertainment, LLC is seeking qualified Geotechnical and Materials testing firms to conduct sampling and testing of subgrade, base, backfill, concrete and asphaltic concrete, etc. for the demolition and build back of the Casino 4 at the Hard Rock Hotel and Casino in Catoosa, Oklahoma. SEALED bids will be due no later than 10:00AM CST on April 11, 2018 and are to be delivered in accordance with the Bid Instructions. SCOPE OF WORK: The work will consist of: CONSTRUCTION MATERIALS TESTING SERVICES Services: Contractor is to perform sampling, construction materials testing services, including site visits and drawing plan review (design development and final construction), for CNE at the Hard Rock Hotel and Casino. SITE VISIT SERVICES Contractor 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, 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 Contractor 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 concrete masonry unit wall construction. f. Observe and sample hot mix asphalt. g. Provide all reports of testing and note deficiencies of tests. h. 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 International Building Code (IBC) 2009, the geotechnical report and constructability standards. i. Review, at the request of CNE, shop drawings. j. Generate review comments for construction and design team review. k. Participate in construction team progress meetings in person or via conference calls. DRAWING PLAN REVIEW SERVICES a. Review of design development and final plans to develop a list of items to be tested. b. Review approved design plans and specifications to determine all field quality control items that need to be included in scope of work. c. Provide one (1) subsequent review at 100% review for incorporation of previous comments. Selected firm will work with Project Engineer, General Contractor, and Cherokee Nation Businesses Corporate Construction on issues or concerns as necessary. Fees The Construction Materials Testing Services fee is to be a lump sum cost based on an estimated construction cost of $30,000,000. The Lump Sum shall be inclusive of all fees, expenses and costs associated with the trip to and from the site, materials and labor for on-site testing and lab testing and preparation of the test report(s). Contractor shall not be entitled to reimbursable costs in addition to the Lump Sum. Please note that winning bid(s) will be published. Cherokee Nation Entertainment, LLC (“CNE”) reserves the right to issue one award, multiple awards, or reject all bids; any award is subject to the approval of the required funds. Responding bidders are not allowed to withdraw their bid for a period of 90 days after submittal. At the time of award, the successful bidder(s) will be required to work with the Cherokee Nation Entertainment, LLC Accounting department to discuss account coding for invoices. All bids are subject to negotiation prior to award. Awards may be issued without discussion of bid received, and bids should initially be submitted on the most favorable terms from a price and technical standpoint. Any award resulting from this RFP will be subject to CNE Terms and Conditions. Your bid should indicate hourly ($) 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
Awards
Palmerton & Parrish