Procurement #78031



Title
3rd Party Bldg. Envelope Consultant for new Wilma P. Mankiller Clinic Addition Project
Status
Archive
OpenDate
08/12/2019
CloseDate
08/26/2019
Description
Sealed bids are being solicited by Cherokee Nation Businesses, L.L.C. (“CNB”) for third party design peer review and inspection services related to the design and construction of the new Wilma P. Mankiller Clinic Addition in Stilwell, OK. The complete scope of work is included in section IV.
Detail
Sealed bids are being solicited by Cherokee Nation Businesses, L.L.C. (“CNB”) for third party design peer review and inspection services related to the design and construction of the new Wilma P. Mankiller Clinic Addition in Stilwell, OK. The complete scope of work is included in section IV. All proposals should be sent by express delivery, regular mail or hand delivery to CNB’s Catoosa Corporate office at the following address, to be received no later than 2:00 pm on August 26, 2019. IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones Senior Buyer 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Corporate Building #3 Attn: Tina Jones Senior Buyer 1102 N. 193rd E. Ave. Catoosa, OK 74015 It is the intention of CNB that if an acceptable proposal is received, the selected firm will be notified in writing by email within 30 days of bid opening and any follow-up meetings. Any bid received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of bids, or any bid so received after the time set for opening of Bids, shall not be considered and shall be returned unopened to the bidder submitting same. The bidder must supply all the information required by the Contract Documents. One hard copy and one electronic copy on a USB Thumb Drive are required. CNB is requesting a proposal to secure an independent third-party peer review consultant for the building envelope of the New Wilma P. Mankiller Addition Project in Stilwell, Oklahoma. The reviewer will serve in a capacity for CNB (Owner) free of conflict from the design and construction activities of the project. The Owner is committed to having a third-party review for its facility to systematically optimize the building envelope and related systems so that they operate efficiently and effectively in accordance with all applicable, codes, laws, and regulations. It is the intent of the Owner to contract with a third-party building envelope professional to ensure that the fundamental envelope and related systems are installed as designed to deliver functional and efficient performance. The third-party reviewer will review, inspect, and report on the design and construction activities related to all components of the building envelope of the new clinic. The third-party reviewer will submit deliverable reports to Owner according to a project schedule set by the construction and consulting team and agreed upon by the Owner. The third-party reviewer will contract with and perform services directly on behalf of the Owner. RESPONSIBILITIES OF THE THIRD PARTY REVIEWER 1) Develop, coordinate, and execute a review plan for the design and construction phases of the project. 2) Review design documents and specifications and provide design review comments for the 65%, 95%, and 100% design submissions by the architect and engineering team. 3) Perform on-site reviews work during the construction phase and provide observation reports with recommendations to ensure the work in being completed in accordance with the Contract Documents and applicable codes, laws, and regulations. 4) Perform required testing to ensure construction manager and subcontractors provide a complete and operational system to ensure the building continues to operate as intended. 5) To be available for problem solving and/or the resolution of non-conformance issues of deficiencies.  The third-party reviewer is not responsible for design concept, design criteria, general construction scheduling, cost estimating, or construction management. 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. 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
Building Engineering - Consultants, Inc. -- $0.00