Procurement #14262
- Title
- RFP - Construction Management for the new Tahlequah Outpatient Health Facility - Owner's Clarification #1
- Status
- Active
- OpenDate
- 01/11/2016
- CloseDate
- 02/01/2016
- Description
- Proposals are being solicited by Cherokee Nation Property Management (CNPM), on behalf of the Cherokee Nation (CN), for the construction of a new 470,000 square foot (approximate gross square footage (GSF)) outpatient health facility in accordance with the DHHS/IHS/DES A/E Design Guide 2013 requirem
- Detail
- **OWNER'S CLARIFICATION #1 DATED 1/13/16 - QUESTIONS AND ANSWERS ARE AS LISTED UNDER THE COMMENTS SECTION OF THIS BID POSTING** Proposals are being solicited by Cherokee Nation Property Management (CNPM), on behalf of the Cherokee Nation (CN), for the construction of a new 470,000 square foot (approximate gross square footage (GSF)) outpatient health facility in accordance with the DHHS/IHS/DES A/E Design Guide 2013 requirements and adjacent approximate 1,400 stall parking garage (jointly called the Project) to be constructed in Tahlequah, Oklahoma per the following General Scope of Work. The Construction Manager system will be used in which the Construction Manager performs professional management services, but generally does not perform with his own force any of the construction work with the exception of those items defined as General Conditions (reference EXHIBIT A). The Construction Manager shall provide consultation as a member of a CNPM/Architect-Engineer/Construction Manager Team involving the design, budget control, construction and closeout of the Tahlequah Health Center project. The Construction Manager will need to provide a complete and functional health center that is 100% compliant with the requirements defined in the DHHS/IHS/DES A/E Design Guide 2013 as reflected in the construction documents certified by the architect. The Construction Manager shall be responsible for cost estimates and recommendations on cost control, review of design during the process with a view towards value analysis, construction coordination and scheduling, and direction of all construction activities needed to provide a complete code compliant health center that will house (at a minimum) the departments/programs listed on the “List of Potential Programs/Departments” (Attachment 1). Construction Manager will also be responsible for providing to the Owner, throughout and at completion of construction, progress and final photographs in color taken by an experienced photographer w/option of job site video of duration of construction. Contact the Buyer, TINA JONES to answer any questions regarding the bid. GENERAL SCOPE OF WORK: The successful proposing firm will be “at Risk”. Proposing firms are to provide all information as requested in SECTION V: PROPOSAL REQUIREMENTS. Evaluation of Proposals will be done by committee and a points system. Points will be awarded based on the criteria listed in Section V: Proposal Requirements and the proposed lump sums, fees, and rates provided in Section V item 20: Form of Proposal. Procurement of the Construction Management services will be awarded in two parts hereinafter called PART A (Pre-Construction Services) and PART B (Construction Manager Fixed General Conditions) w/option to convert to Guaranteed Maximum Price (GMP). I. Scope of work for PART A (Pre-Construction Services) will include: a) Consultation with design team to determine the most cost effective and efficient manner to construct the project. b) Six (6) pre-construction estimating phases of the Project. i. Pre-design/Concepts Estimate. ii. Schematic Design Estimate. iii. Design Development Estimate. iv. 65% Construction Document Estimate. v. 95% Construction Document Estimate. vi. Final Construction Documents Estimate. c) Consultation related to value engineering, breakdown of bid packages, and scheduling of the advertisements for bids. d) Preparation of cost estimates and cost comparisons, including long-term cost effects of various alternatives. e) Preparation of early bid packages as required. f) Pre-qualification of prospective subcontractors. g) Development of an acceptable Guaranteed Maximum Price (GMP). h) Proposed cost for Part A shall be inclusive of the following: a. Overhead and Profit. b. All home office expenses. c. All field expenses. d. All reimbursable expenses. e. Development and issuance of the first Bid Package. f. Travel as required. CM to expect two (2) major design review meetings per month in Tahlequah, Oklahoma during the design phase. g. Part A term shall be for 12 months. CM invoicing will be submitted in conjunction with the six (6) pre-construction estimating phases of the Project as identified in Section IV Item I(b) on a monthly basis of completion agreed upon by CM, Architect and Owner. II. Scope of work for PART B (Construction Manager Fixed General Conditions). a) It is anticipated a GMP shall be reached during PART A (Pre-Construction Services) between CNPM and the CM. b) Fixed General Conditions shall be the General Conditions component of the GMP. c) Proposed Fee shall be the fee component of the GMP. d) Fixed General Conditions shall be calculated for a thirty-six (36) month construction period beginning from the award of the first Bid Package. e) Project shall include the following: i. Overall construction shall be conducted on the property adjacent to W.W. Hastings Hospital. Construction operations shall not, or minimally with Owner approval, interfere with same. ii. Property shall be designed and constructed for future addition of a connecting access corridor to existing W.W. Hastings Hospital. iii. Site development including grading, drainage, surfacing and landscape. iv. Site utilities and infrastructure. v. An approximate 470,000 SF multi-story, outpatient healthcare facility. vi. An approximate 1,400 stall parking garage. vii. Helipad. viii. Successful proposing firm will comply with all subcontractor bidding requirements of Owner. ix. Successful proposing firm will assist Owner in maintaining the budget by making available its preconstruction resources, building evaluation, competitive bidding, providing design consultation on the project to monitor project cost and endeavor to keep cost within established limitations; to schedule the project efficiently for the construction phases so that the project will be ready for occupancy at the earliest possible date; and to review the design of the project with the intent that the most efficient use of materials and methods will be employed to provide quality construction at the least cost. Owner reserves the right of final determination of the preceding. 1. BONDING NOTICE: CNPM may require payment and performance bonds, however, qualified firms are encouraged to propose, regardless of bonding capability. SEALED proposals should be sent by express delivery, regular mail or hand delivery to CNPM’s Catoosa Corporate office at the following address, to be received no later than 2:00 pm, February 1, 2016. IF BY EXPRESS DELIVER OR REGULAR MAIL CHEROKEE NATION PROPERTY MANAGEMENT Attn: Tina Jones Senior Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY CHEROKEE NATION PROPERTY MANAGEMENT Corp. Building #3 Attn: Tina Jones Senior Buyer 1102 N. 193rd East Ave. Catoosa, Ok 74015 It is the intention of CNPM to conduct interviews, within 2 weeks of the proposal date, of the four (4) most responsive, qualified proposing firms. CNPMmay elect to interview all proposing firms, or to narrow the field. The proposing firm shall provide its proposal in a tabbed submission with each tab representing the following delineation. If the proposing firm is a joint venture or partnership, include a separate tabbed submission for the joint venture or partner firm. 1. List 5 projects with similar scope, size, and dollar amount. Provide for each: a. Project: b. Description, including constructed areas: c. Contract amount at award: d. Final contract amount at completion: e. Schedule duration at award: f. Schedule duration at completion: g. Owner, contact name, address, and telephone number: h. Architect, contact name, address, and telephone number: 2. List 5 Design Assist/Construction Manager Projects with similar scope, size, and dollar amount. Provide for each: a. Project: b. Description including constructed areas: c. Contract amount at award: d. Contract amount at completion: e. Schedule duration at award: f. Schedule duration at completion: g. Owner, contact name, address, and telephone number: h. Architect, contact name, address, and telephone number: 3. List all projects completed within the past 10 years for the Cherokee Nation, Cherokee Nation Entertainment, or Cherokee Nation Businesses. For each provide the following: a. Project and location: b. Contract amount: c. TERO contract compliance officer (if known), telephone number, state or federal agency: 4. List all projects completed with Indian Health Services. Provide for each: a. Project: b. Joint Venture project or not: c. Was the DHHS/IHS/DES A/E Design Guide used for basis of design and if so what version: d. Description including constructed areas: e. Contract amount at award: f. Contract amount at completion: g. Schedule: h. Owner, contact name, address, and telephone number: i. Architect, contact name, address, and telephone number: 5. Provide a copy of your firm’s TERO/Affirmative Action/EEO Plan. 6. Provide TERO certification (front and back), if a TERO certified firm. 7. Provide a copy of your firm’s alcohol, drug, and controlled substance screening policy. 8. Provide a copy of your firm’s safety manual (as a PDF on a CD). Include your vendor questionnaire (hard copy). 9. Provide your firm’s safety record; include statement from insurance provider clearly identifying your Experience Modification Rate (EMR). 10. List any OSHA violations received in the past 3 years and the disposition. 11. Provide AIA – A305 Contractor’s Qualification Statement. Ensure all questions are answered. 12. Provide cost for Performance and Payment Bond as a percentage. 13. Name of Surety (not insurance agent): Is Surety Treasury listed and A rated? 14. Regarding your bonding line. a. Single project amount: b. Aggregate amount: c. Bonding agent contact and telephone number: 15. Provide proof of bonding ability from your surety addressed to Cherokee Nation Property Management. 16. Provide sample Certificate of Liability Insurance evidencing proof your firm can meet the insurance requirement of Cherokee Nation Property Management. (refer to Section XI for a definition of coverage). 17. Provide your proposed staffing matrix for the Project duration. Provide resumes for the key Project personnel. 18. Provide schedule of time for beginning and turnover of Closeout Documents to Owner. 19. Will the proposing firm be self-performing any of the work? If so, provide a list of any trades you would self-perform. The following constraints apply to self-performance: a. Proposing firm shall request in writing approval to self-perform a trade thirty (30) days prior to posting the bid package for said trade. b. The Owner has the right to approve or not approve any request to self-perform a trade. c. Any trade the Owner elects to approve for self-performance shall be competitively bid. d. Self-perform bids shall be due to the Owner a minimum of twenty-four (24) hours prior to the bid package bid opening. 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. 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 JonesEmail:tina.jones@cnent.comPhone:918-384-7802
- Cherokee Nation Entertainment
- Comments
- Currently Unavailable -- QUESTIONS AND ANSWERS AS OF 1/13/16: 1. How many hard copies of the written RFP response do you require? 3 hard copies Do you also wish to have the response in .pdf electronic format? No pdf but please submit 2 or 3 flash drives 2. In Section V, Items #1 & #2: what is the spirit of the difference between these two? Item #2 specifies Design Assist/CM projects, whereas #1 makes no mention of project delivery method. Is #1 meant to include any projects regardless of delivery method (i.e., lump sum competitively bid vs Design Build vs. Design Assist/CM)? #1 – list 5 projects of similar scope and size, delivery method not specified. #2 – list 5 projects that were Design Assist/CM of similar size and scope. If the 5 projects are all of similar size and scope and were Design Assist/CM then that is all you need to provide. 3. In Section V, Item #8: is a flash drive acceptable for the safety manual? Yes 4. In Section V, Item #17: please clarify your expectations in regards to a staffing “matrix”. We envision providing an organizational chart describing each person’s project responsibilities along with resumes. Is this what you intend? Yes, for project duration Or is there a specific matrix you wish for us to compile? 5. In Section V, Item #18: is this requesting a schedule of time for closeout documentation only? Is there a timeframe for you submitting closeout documents, we would like those as close to project end as possible due to the warranties, etc. included in those documents? What is your “normal” process for submitting those? Or is this requesting an overall anticipated construction schedule from the beginning of the project through closeout?
