Procurement #14890



Title
RFP - Master Plan Design Services - REVISION 1
Status
Archive
OpenDate
06/21/2016
CloseDate
07/12/2016
Description
Cherokee Nation Entertainment, LLC (CNE) a wholly owned Tribal company of the Cherokee Nation is seeking proposals from qualified Architectural firms to provide Master Plan Design Services for the Cherokee Hard Rock Hotel and Casino in Catoosa, OK. The design scope and deliverables of this proposal
Detail
**REVISION 1 DTD 6/29/16 IS TO PROVIDE ANSWERS TO THE QUESTIONS THAT WERE ASKED DURING THE RFI PHASE OF THIS BID. QUESTIONS AND ANSWERS PROVIDED ARE AS SHOWN UNDER THE COMMENTS SECTION.** Cherokee Nation Entertainment, LLC (CNE) is seeking proposals from qualified Architectural firms to provide Master Plan Design Services for the Cherokee Hard Rock Hotel and Casino in Catoosa, OK. The design scope and deliverables of this proposal are as shown in the Scope of Work attached under the Documents section of this bid posting. SEALED bid proposals are to be submitted in accordance with the Structure of RFP Submittal no later than 2:00PM CDT on July 12, 2016. Questions for this proposal are to be sent via email to Tina Jones no later than close of business (5:00PM CDT) on June 28, 2016. Design Scope & Deliverables are as follows: 1. Exterior Flow Review all parking, traffic, and vehicular flow needs, including exterior pedestrian flow and staging. ? Provide a 2D drawing deliverable that includes the entire Project Site. 2. Interior Flow Identify a planned pathway for a 2nd floor mezzanine connecting 3 of the 4 hotel towers with efficient wayfinding, desk check-in, and small retail on the perimeter of the expanded corridor. ? Provide a 2D drawing deliverable that includes the 1st and 2nd floor of the entire main building. 3. Casino 4 Design a conceptual plan for a new Casino 4, a new 150 room hotel, including an anchor restaurant and associated support areas located within the trust boundary on the east side of the main building where the Sprung (Casino4), currently stands. The new casino and restaurant are to be approximately 50,000 sq. ft. ? Provide a 2D drawing deliverable that includes the 1st, 2nd, and typical hotel floor plans. 4. Smoke Shop Look at the previous smoke shop master plan and revise to accommodate current site plans and goals. The smoke shop is expected to be expanded or replaced. ? Provide a 2D drawing deliverable that addresses relevant portions of the site plan. Note: Design scope includes one design direction option with up to 2 revisions/iterations. Deliverables are to be provided digitally in PDF format or as requested by CNE. Compensation/Fee This is a lump sum fee which is to include all reimbursables, printing, etc. Design/Delivery Schedule ............................................................................................................ TBD Additional Services In the event that more than one design direction option or 2 revisions/iterations are needed, an hourly charge will be assessed. This fee will be estimated before commencement of work and will be quoted as a “price not to exceed” format. STRUCTURE OF THE RFP SUBMITTAL Three hard copies and one(1) electronic copy on a thumb drive of the responses are due; responses must include signed and notarized copies of each of the included Affidavits and a copy of submitting firms Professional insurance certificate. Each response should contain the following information: Letter of Commitment: Indicate your firm's commitment to the project, familiarity with casino and hospitality facilities, and how your firm will meet or exceed all expectations. Firm History: Submit a brief history of the firm and explain the firm's ownership. If a joint venture for services is proposed, a brief history of both firms is required. Joint Venture: Clearly indicate if services will be provided solely by the firm responding or if there is a joint venture/partnership/subcontractor is providing the services. Explain how the work load will be distributed and if firms have had past experience working together. Provide project information on which firms participated together. The owner will have final approval over proposed joint ventures/partnerships/subcontractors. Firm's Capacity: Provide information indicating the capacity of the office that will provide the service. Provide the number of professional certified engineers and staff members your office employs. Experience: List the 5 projects most similar to the Project. It is preferable that firms have Cherokee Nation experience. List the project name, location, size, cost, duration of project, and a brief description of the work. Provide the contact/reference information of the specific individuals from the Owner who worked with your team through the project. Project Team: Identify the project principal, the project manager, and key staff who will be involved on this project team. Describe how the team's qualifications and experience relate to the specific project. Include resumes of staff to be assigned to the project and a statement regarding availability of staff to support the project. Hourly Rate Sheet: Provide an hourly rate sheet for all project team members. Rate sheet will be evaluated to ensure fair industry standard rates against competing firms. Indian Preference: Cherokee preference and Indian preference will be given to those firms certified as Cherokee-owned and other Indian-owned by the Cherokee Nation Tribal Employment Rights Office (TERO), P.O. Box 948, Tahlequah, Oklahoma, 74464 (918-453-5000). Proof of current certification must accompany all submittals. To receive points during the evaluation process for Indian preference, the firm must demonstrate they will control, direct and perform a minimum of 51% of the Scope of Services outlined in this RFP and the final Contract document. All properly sealed and labeled bid proposals should be sent by express delivery, regular mail or hand delivered to CNE’s Catoosa Corporate office at the following addresses: Express Delivery or RegularMail – Cherokee Nation Entertainment, LLC Attn: Tina Jones Senior Buyer 777 W. Cherokee Street Catoosa, OK 74015 Hand Delivery - Cherokee Nation Entertainment, LLC Attn: Tina Jones Senior Buyer 1109 N. 193rd East Ave. Catoosa, OK 74015 All bid proposals are to be sealed and CLEARLY labeled by describing the project and indicating the RFP number on the envelope as described in this document. It should be noted that if the RFP’s are not submitted in accordance with these requirements that said proposal will be disqualified. 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. 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
TriArch Architecture
Comments
Currently Unavailable -- It was also noted that any potential bidders that would like to make a site walk are free to do so with no escort as everything in regards to this RFP is considered Front of House.
Currently Unavailable -- Questions asked on 6/28/16: 1. For the RFP requirement to review the traffic and vehicular flow on the site is a traffic study required to be conducted by a traffic engineer as part of the project deliverables? 2. Will preliminary construction costing/budget pricing be required as part of the master plan deliverables? 3. Has there been a market study completed as part of this RFP? If so will it be made available for review? Answers provided on 6/29/16: 1. After award 2. Not at this time. If you want to include as part of your proposal please feel free to do so. (Please show this is a separate line) 3. No Questions and answers asked and answered on 6/27/16: • I understand the RFQ states the delivery schedule will be determined. Will a firm be awarded the project based solely on an RFP? Or will a shortlist of firms be chosen followed by an interview? Please explain the process in depth. Award will be based on RFP and short list interviews • Will the awarded firm receive CAD files of the existing site and facility? If we have them • Item 4 references the smoke shop master plan. Will this be provided, post awarding? As part of the proposal, we are looking for each firm to locate and site plan the best location for a new smoke shop.