Procurement #119022



Title
A/E SERVICES FOR REHABILITATION OF HISTORIC STRUCTURE(S)
Status
Archive
OpenDate
02/15/2021
CloseDate
03/01/2021
Description
Cherokee Nation Businesses (CNB), Cultural Tourism is soliciting submissions of AIA DOCUMENT B305 - 1993, ARCHITECT’S QUALIFICATION STATEMENT, and completion of its supplemental questionnaire (Exhibit A) for purposes of selecting an architect to provide architectural and engineering services.
Detail
Cherokee Nation Businesses (CNB), Cultural Tourism is soliciting submissions of AIA DOCUMENT B305 - 1993, ARCHITECT’S QUALIFICATION STATEMENT, and completion of its supplemental questionnaire (Exhibit A) for purposes of selecting an architect to provide architectural and engineering services for the rehabilitation, restoration, and preservation of a historic two-story residential structure (Building 1) and the repair of four non-historic structures and replacement of one structure on the same property (Buildings 2-5). The two-story residential structure is the only structure that is on the National Register of Historic Places. The additional four structures will be renovated in keeping with the style and materials of the period but not specifically to the same standards as at the historically registered buildings. CNB Cultural Tourism will assist in determining the standards for the renovation process. Due to the two-story residential structure’s National Register of Historic Places designation, the renovation efforts will be guided by the rules, regulations, and requirements of the Secretary of Interior Standards for Historic Preservation. In the selection process, the supplemental qualifications questionnaire will be utilized to identify those architectural firms with experience in historical rehabilitation and coordination through the Secretary of Interior Standards for Historic Preservation. There will be construction standards applicable to this type of work. The architectural firm will be responsible for identifying and overseeing the Secretary of Interior Standards for Historic Preservation renovation guidelines for this type of work and may be asked to coordinate details with the project team and representatives of CNB Cultural Tourism. Each phase of the project will require planning sessions to develop written programs to include an overview of the future intended use of the buildings or building elements; to address public access and facilities or provisions necessary for staffing purposes; cultural plans for usage; cost estimates and timeframes needed to implement and complete the work; and identification of specialty trades required to complete the renovations per the Secretary of Interior Standards for Historic Preservation guidelines. For purposes of maintaining confidentiality during the architect selection process, we are not identifying the properties by name. However, for your information and use the basic descriptions of the structures are included on a separate excel spreadsheet (Exhibit B) showing current condition assessments, sizes, and preliminary requirements for rehabilitation. The architect must provide an hourly rate sheet to be submitted with the AIA B305 - 1993. As noted, the supplemental questionnaire will address qualifications and experience that may not be incorporated into the AIA DOCUMENT B305 - 1993. CONSIDERATIONS DURING SELECTION PROCESS WILL INCLUDE: 1. Completion of the AIA DOCUMENT B305 - 1993 2. Experience with historical preservation with a focus on all historic residential preservation experience. 3. Experience with Secretary of Interior Standards for Historic Preservation. 4. The Architect’s list of consultants: structural engineers, civil engineers, electrical and mechanical engineers, and others required to complete the scope of work. 5. The architect’s programming experience and proposed method/approach for developing the project program. 6. The architect’s hourly rate sheet. 7. Provide a fee structure based on an example budget of $1M. 8. Provide bond rate and any claims information on E&O Please note that winning bid(s) will be published. Cherokee Nation Businesses, LLC (“CNB”) reserves the right to issue one award, multiple awards, or reject all bids; any award is subject to the approval of the required funds. Responding bidders are not allowed to withdraw their bid for a period of 90 days after submittal. At the time of award, the successful bidder(s) will be required to work with the Cherokee Nation Businesses, LLC Accounting department to discuss account coding for invoices. All bids are subject to negotiation prior to award. Awards may be issued without discussion of bid received, and bids should initially be submitted on the most favorable terms from a price and technical standpoint. Any award resulting from this RFP will be subject to CNB Terms and Conditions. Your bid should indicate hourly ($) 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. 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. 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 Businesses
Awards
Barrett L. Williamson Architects -- $0.00