Procurement #88716



Title
Test Barn Sewer Line Installation @ Will Rogers Downs
Status
Archive
OpenDate
06/22/2020
CloseDate
06/25/2020
Description
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 a turn-key sewer line installation at the Test Barn located at Will Rogers Downs in Claremore, OK.
Detail
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 a turn-key sewer line installation at the Test Barn located at Will Rogers Downs in Claremore, OK. There will not be a pre-bid meeting for this bid. If a site visit is necessary to complete an accurate bid please contact Stephen Goodell at 918-402-5522. All questions in regards to this bid posting are to be sent via email to Tina Jones at tina.jones@cnent.com. Due to COVID-19 restrictions; all proposals should be sent by email as a single attachment to Test_Ba.olwq3bsc9mue1x73@u.box.com to be received no later than 2:00PM CST on June 25, 2020. The bidder must supply all the information required by the RFP Documents, hereinafter defined and as shown on the Bid Checklist. 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. STATEMENT OF WORK: Description: CNE requires the existing aerobic system located at the Test Barn be removed (Item D) and be backfilled to 85% compaction. Test Barn sink, restroom, and lavatory will connect to the new sewer service. Contractor to provide waste piping to all noted fixtures. Contractor shall provide all trenching from Point A to Point B to Point C and provide connection to existing manhole at Point C. When crossing road, Point E, follow detail below. The new sewer main shall be 6” schedule 40 PVC pipe installed with a 1/8” per foot slope to drain. Sewer line shall be bedded with 4” sand above the pipe and 4” below the invert elevation. Contractor is responsible for grouting and making leak tight any connection to the existing manhole. The line shall have 2-way clean out tees every 100’. Contractor installation shall be in compliance with the 2015 International Plumbing Code, or as adopted by the local jurisdiction. Contractor will include excavating along with trench boxes as required. All parts supplied by contractor. Pipe distance is estimated to be 561’. Contractor is encouraged to conduct a site visit to determine actual quantities. Contractor will be required to have a current Oklahoma Horse Racing Commission (OHRC) license. If Contractor does not currently possess an OHRC license, Owner will reimburse the Contractor for the direct fee of the license. Any and all permits will be the responsibility of the Contractor. 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. OKLAHOMA HORSE RACING COMMISSION (OHRC) - This requirement will be subject to OHRC policies and procedures. Licensing requirements will be required of the successful vendor(s) to be coordinated with the OHRC. These requirements may include licensing fees as well security and background checks of vendor(s) employees. 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
King Excavating, Inc.