Procurement #11472



Title
RFP - Building Envelope and MEP 3rd Party Inspections for new WW Hastings Hospital
Status
Active
OpenDate
06/18/2014
CloseDate
07/09/2014
Description
Cherokee Nation Property Management a wholly owned Tribal company of the Cherokee Nation is seeking qualified Building Envelope and MEP firms for 3rd Party Inspections for the new W.W. Hastings East Hospital in Tahlequah, OK. Please click on "View Full Procurement Details" to view the full details
Detail
SEALED bids will be due no later than 3:00PM CST on Wednesday, July 9,2014. All properly sealed and labeled bids should be sent by express delivery, regular mail or hand delivered 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 Bid envelope MUST contain all required documents as listed on the Bid Return Checklist; documents not included with sugject the bid to disqualification. All questions are to be directed to Tina Jones via email at tina.jones@cnent and must be received no later than close of business on July 1, 2014. Cherokee Nation Property Management is seeking qualified Building Envelope and MEP design firms for 3rd party inspections for the new WW Hastings Hospital in Tahlequah, Oklahoma. The new Cherokee Nation WW Hastings East hospital will be a 156,486 square foot, three story facility located east of the current WW Hastings Hospital. • The first floor is 85,478 square feet and will house the lobby, dining, outpatient waiting areas and central plant as well as the imaging, ED, Endoscopy, Surgery and Surgery Clinic Departments. • The second floor is 35,504 square feet and will house the Med Surge and ICU Departments. • The third floor is 35,504 square feet and will house the Women’s/OB Departments. The structure system will consist of a steel frame with a slab on grade on the first floor and a composite floor system on the second and third floor. A mechanical penthouse will reside above the third floor hardened roof assembly and the roof assembly will be 1 ½” steel deck supported by steel beams as defined in the Schematic Design Quality Profile. Initial plans to harden the hospital consist of utilizing 8” thick solid precast concrete wall panels supported from the steel structure and a composite steel and concrete roof structure. All exterior windows will be laminated glass and will be designed to meet increased wind speed ratings. Some interior walls will be hardened and are anticipated to be constructed with 8” to 10” thick site-cast concrete. The generator that serves the hospital will be enclosed in a hardened structure. Refer to Schematic Design Drawings and Narrative for further detail. The work will consist of: • Design Peer Review of the design development and final construction drawings and specifications for the roofing, waterproofing, and building envelope for conformity of all applicable building codes and manufacture recommendations. Services will also include a written report regarding the review • Design Peer Review of the design development and final construction drawings and specifications for the mechanical, electrical and plumbing systems. This review is to also include research and review of the applicable codes, HVAC load calculations, air balance calculations and vapor drive analysis to check for condensation potential in a typical wall and a written report. • Building Envelope construction observation will be required for the roofing, waterproofing, and flashing, installation of the exterior finish systems (including EIFS, masonry, metal panels, etc.), windows and storefront. Following each site visit a field report will be submitted to the Cherokee Nation Property Management project manager. • Construction observation for the Mechanical Electrical and Plumbing will be as necessary to ensure compliance with all applicable building codes as the work progresses. Following each site visit a field report will be submitted to the Cherokee Nation Property Management project manager. • Final report at end on project. Selected firm will work with Project Architect, Construction Manager, and Cherokee Nation Property Management on issues or concerns as necessary. Proposal should be based on 20 site visits and 2 drawing plan review. Bids will be evaluated as base fee for the first 20 visits. A cost per trip fee will also need to be submitted for any additional above the required 20 site visits. The price /trip are to include: trip cost, meals, hotel, site inspection and report, overhead/profit, (i.e.,” value is all inclusive”).Firms are to submit their hourly rate sheets for key personnel. 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. 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 - 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 Entertainment
Documents

Bid Return Check List

RFP 11472 Bid Documents

Insurance Requirements for Professional Services

Scope of Work

Schematic Design Quality Profile

Vendor requirements for payment

Schematic drawings