Procurement #149761



Title
A/E Services for Landscaping at the Capitol Square in Tahlequah,OK
Status
Active
OpenDate
02/18/2022
CloseDate
03/03/2022
Description
Cherokee Nation Businesses (CNB), a wholly owned tribal company of the Cherokee Nation, is seeking qualified bids for Architectural and Engineering Services to create a final design, construction plans with specifications based off the Master Design Plan for the Capitol Square.
Detail
Cherokee Nation Businesses (CNB), a wholly owned tribal company of the Cherokee Nation, is seeking qualified bids for Architectural and Engineering Services to create a final design, construction plans with specifications based off the Master Design Plan for the Capitol Square. Due to COVID-19 all proposals shall be submitted by email using the following email address Capitol.6h6sp1rjcuxvfgtp@u.box.com. We are not accepting bids in person or by mail. All proposals shall be submitted to this email address only, please do not copy the buyer on submittal. Proposals will be due March 3rd, 2022 by 5PM. Scope of Work Request for Proposal (RFP) for landscape Architectural and Engineering Services to create a final design, construction plans with specifications based off the Master Design Plan for the Capitol Square completed on 12/2020. The Architectural Team will also assist with bidding and construction phases of the project. Each phase of the project will require planning sessions to include cost estimates and timeframes needed to implement and complete the work; and identification of specialty trades required to complete the project. Design Phase Tasks include: The Architectural Design Team will work with Cultural Tourism to discuss project objectives and schedule goals biased on the Master Plan Design. The Architectural Design Team (ADT) will prepare an updated cost estimate based off of initial design for budgetary funding approval. (Include 1 site visit to review and document current site conditions.) The ADT will have design drawing review meetings with Cultural Tourism along with a revised cost estimate at the Drawings 50% complete and 95% complete status. The Architectural Drawings will include the following: Demolition, Landscaping & Hardscaping layout & Details, Electrical, written specifications for all site elements, Site Lighting, Site Amenities and Furnishings, New Signage throughout to include Wayfinding to connect to all the adjacent properties (Peace Pavilion, Art Pathway, Supreme Court Museum, Art Pathway, History Museum Entrance, Parking Areas), Irrigation, A New Gazebo previously designed needs to be incorporated into the final design, Parking Lot improvements, New Sidewalks with Pedestrian lighting with power outlets to accommodate Programing and Events, And a Key element of the Master Plan a Trail of Tears Plaza which includes a large circular plaza that includes a round reflective pool with stacked stone ledges for seating. Bidding Phase Tasks include: The ADT will assist with the Pre-Bid documentation, coordination with Bidders on questions, and assistance with review of Bids. Construction Phase Tasks include: Review of shop drawings, submittals, responses to contractor’s RFI’s, General Construction Coordination, Inspections (include 3-4 onsite), and assistance with Punch list. The property is located at 101 Muskogee Ave. Tahlequah, OK. 74464 To qualify, firms must have similar project and services experience of the property listed above. The minimum scope of professional services shall include onsite analysis and review of current conditions and amenities. The architect must provide an hourly rate sheet to be submitted with the AIA B305 – 1993 CONSIDERATIONS DURING SELECTION PROCESS WILL INCLUDE: 1. Completion of the AIA DOCUMENT B305 - 1993 2. The Architect’s list of consultants: structural engineers, civil engineers, electrical and mechanical engineers, and others required to complete the scope of work. 3. The architect’s hourly rate sheet. 4. Provide a fee structure based on an example budget of $2,500,000. 5. Provide bond rate and any claims information on E&O Please note that winning bid(s) will be published. Cherokee Nation Businesses, LLC (“CNB”) reserves the right to issue one award, multiple awards, or reject all bids; any award is subject to the approval of the required funds. Responding bidders are not allowed to withdraw their bid for a period of 90 days after submittal. At the time of award, the successful bidder(s) will be required to work with the Cherokee Nation Businesses, LLC Accounting department to discuss account coding for invoices. All bids are subject to negotiation prior to award. Awards may be issued without discussion of bid received, and bids should initially be submitted on the most favorable terms from a price and technical standpoint. Any award resulting from this RFP will be subject to CNB Terms and Conditions. Your bid should indicate hourly ($) 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. 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:amy eubanks
Email:amy.eubanks@cnent.com
Phone:918-422-6593
Cherokee Nation Businesses
Documents

Bid Documents

SOW

COI

AIA

Drawings