Procurement #78119



Title
Architectural Services for CNOHC Pathway Request for Qualifications - Change Order #1
Status
Active
OpenDate
09/11/2019
CloseDate
10/02/2019
Description
Cherokee Nation Property Management is requesting proposals for the architectural services of a proposed walking trail with recreation area(s) located on the campus of the new Outpatient Clinic at 19600 E. Ross St., Tahlequah, OK
Detail
**Change order #1, dated 9/19/19, is to correct the bid documents. Revised bid documents are attached.** Sealed bids are being solicited by Cherokee Nation Businesses, L.L.C. or the Cherokee Nation Businesses, L.L.C. wholly-owned entity identified in the attached Statement of Work (“Company”) to provide Qualifications for Architectural Services for a proposed Walking Trail and Recreation area to be located in Tahlequah, OK at the new Outpatient Health Center. There will be a MANDATORY pre-bid on Wednesday, September 18th, at 1:00PM on site at 19600 E. Ross St., Tahlequah, OK. All proposals should be sent by express delivery, regular mail or hand delivery to Company’s Catoosa Corporate office at the following address, to be received no later than 2:00PM CST on Wednesday, October 2, 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. Attn: Tina Jones, Senior Buyer Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 The bidder must supply all the information required by the RFP Documents, hereinafter defined. Any proposal received more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of proposals, or any proposal so received after the time set for opening of proposals, shall not be considered and shall be returned unopened to the proposing firm submitting same. The bidder must supply all the information required by the Contract Documents. BIDDERS MUST INCLUDE AN ELECTRONIC VERSION OF SUBMITTAL OF QUALIFICATIONS ON A USB THUMB DRIVE. RFQ for Architectural Service for Pathway and Recreational Areas The proposing design firms are required to provide a preliminary concept for review with their qualifications submittal. Items required with the submittal are as follows: • Statement of qualifications with applicable licenses and certifications. • A list of completed projects with similar scopes of work completed within the past ten years. The list should include the original project budget and final project costs for each project. • Photos of completed work if available. • List of recommendations. • Organizational chart with each member’s responsibility and experience. • Preliminary design concept. The project will reside on Cherokee Nation trust land that is a part of the W.W. Hastings medical campus. Existing civil design drawings are available and include a preliminary pathway layout provided as attachments to this RFQ as “Exhibit A” and “Exhibit B.” The intent is for firms to utilize the drawing to assist in preparing their RFQ responses and preliminary concept(s) only. A selection committee will open each RFQ submittal and evaluate. The selection committee will determine the successful qualified design firm based on RFQ submission criteria. All qualified firms are encouraged to bid. TERO law will apply. Anticipated Scope of Services for successful design firm: The project will include multiple design and planning meetings with the Owner to determine criteria for a master plan. The master plan should allow the Owner to develop the project in multiple phases for a multi-year project. The concept should include the path with access over existing waterways, sitting areas, shaded areas, a park-like setting with play areas for children and picnic areas. The path design will incorporate elements that include Cherokee Nation tribal and cultural relevance. Development of Cultural aspects will happen in conceptual planning once a design firm is selected. Cherokee Nation is committed to promoting healthy living. The design should include interactive elements along the pathway. The successful design firm’s scope of work will include a turnkey design. The firm will be responsible for design coordination with the owner, concepts, landscape design, structural, civil, mechanical, electrical, plumbing and wayfinding/signage to be included in the construction documents. RFQ for Architectural Service for Pathway and Recreational Areas Cherokee Nation Property Management is requesting proposals for the architectural services of a proposed walking trail with recreation area(s) located in Tahlequah, OK. There will be a mandatory prebid that will take place (DATE - TBD) on-site at 19600 E. Ross St. Tahlequah, OK 74464. RFQ submissions will be due two weeks after the mandatory prebid meeting. The proposing design firms are required to provide a preliminary concept for review with their qualifications submittal. Items required with the submittal are as follows: • Statement of qualifications with applicable licenses and certifications. • A list of completed projects with similar scopes of work completed within the past ten years. The list should include the original project budget and final project costs for each project. • Photos of completed work if available. • List of recommendations. • Organizational chart with each member’s responsibility and experience. • Preliminary design concept. The project will reside on Cherokee Nation trust land that is a part of the W.W. Hastings medical campus. Existing civil design drawings are available and include a preliminary pathway layout provided as attachments to this RFQ as “Exhibit A” and “Exhibit B.” The intent is for firms to utilize the drawing to assist in preparing their RFQ responses and preliminary concept(s) only. A selection committee will open each RFQ submittal and evaluate. The selection committee will determine the successful qualified design firm based on RFQ submission criteria. All qualified firms are encouraged to bid. TERO law will apply. Anticipated Scope of Services for successful design firm: The project will include multiple design and planning meetings with the Owner to determine criteria for a master plan. The master plan should allow the Owner to develop the project in multiple phases for a multi-year project. The concept should include the path with access over existing waterways, sitting areas, shaded areas, a park-like setting with play areas for children and picnic areas. The path design will incorporate elements that include Cherokee Nation tribal and cultural relevance. Development of Cultural aspects will happen in conceptual planning once a design firm is selected. Cherokee Nation is committed to promoting healthy living. The design should include interactive elements along the pathway. The successful design firm’s scope of work will include a turnkey design. The firm will be responsible for design coordination with the owner, concepts, landscape design, structural, civil, mechanical, electrical, plumbing and wayfinding/signage to be included in the construction documents. 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. n 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
Documents

Exhibit A Site Plan

Exhibit B Future Walking Path Layout

Bid Return Checklist

AIA 305 Professional Services Questionnaire

RFQ Scope

Professional Services Insurance Requirements

Code of Conduct

Office location for hand delivery of bids

Bid Documents Revised