Cherokee Nation

www.cherokee.org

REQUEST FOR BID

GAMING COMMISSION PARKING AREA

LOCATION: 200 WATER STREET, TAHLEQUAH, OK

CHEROKEE NATION

P.O. Box 948

Tahlequah , OK 74465


REQUEST FOR BID

GAMING COMMISSION PARKING AREA

LOCATION: 200 WATER STREET, TAHLEQUAH, OK

I ntroduction :

The Cherokee Nation is accepting bids for removing an existing canopy and add a small parking lot at the Gaming Commission Building on Water Street in Tahlequah, OK based on attached specifications and drawing. A MANDATORY SITE VISIT IS REQUIRED. PLEASE CONTACT TRACY BLUEBIRD AT 918-453-5000 EXT. 4136. Bids are due no later than 12 :00 p.m., July 1 2 , 20 1 1.

General Information – Instructions :

Bids must be received no later than 12 :00 p.m. on July 1 2 , 20 1 1. Any and all costs to submit proposals are the responsibility of the offeror. If forwarded by mail, the envelope containing the bid and all other required, completed documents must be received on or before due date listed. Bids may be mailed to Cherokee Nation Acquisition Management, Attn: Michelle Parsons, P.O. Box 948, Tahlequah, OK 74465. Bids may be faxed to the attention of Michelle Parsons at (918) 458-4493 or (918) 458-7695 or e-mailed to .

Cherokee Nation reserves the right to reject any and all proposals. Cherokee Nation reserves the right to determine if a proposal meets stated requirements. Award will be made subject to availability of funds. No offeror may withdraw their proposal within 30 days after proposal due date.

Indian Preference will be applied. Indian Preference will be given to entities certified as an Indian-owned firm by the Tribal Employment Rights Office (TERO) of the Cherokee Nation. Proof of Certification must accompany all proposals.

The Cherokee Nation reserves the right to determine a proposal acceptable in terms of meeting RFP requirements. The Cherokee Nation reserves the right to accept or reject any and all proposals received and to negotiate with bidders regarding the terms of their proposals or parts thereof. The Cherokee Nation reserves the right to award a contract in the best interests of the Cherokee Nation to the most responsive and responsible party.

Modification of Proposal - Any responding party may modify their proposal at any time prior to the scheduled closing time for receipt of proposals, provided such communication is received in writing by the Cherokee Nation prior to the closing time.

Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters – The responding party certifies to the best of its knowledge and belief that the person, the firm, or any of its principals are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency or Indian tribe. The bidder will also certify they have not, within a three-year period preceding this Request for Proposal, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, Local or Tribal) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commissions of embezzlement, theft, forgery, bribery, falsifications or destruction of records, making false statements, and are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in this provision. The responding party certifies they have not, within a three-year period preceding this Request for Proposal, had one or more contracts terminated for default by a Federal, State, Local or Tribal agency.

Any bid received after the time stated above will not be considered for award. Cherokee Nation reserves the right to waive any informalities or to reject any and all bids. Award of contract will be to the lowest most responsible responsive bidder and will be subject to availability of funds. Indian preference will be given to Contractors certified as an Indian-Owned firm by the Cherokee Nation Tribal Employment Rights Office (T.E.R.O.). Proof of certification must accompany all bids. To receive Indian Preference, certified company must control and perform at least 51% of the work in order to receive the Indian preference points.

*TERO requirements apply including fee of ? of 1% of contract award. Successful bidder must complete TERO Labor Agreement and pay all applicable fees, including $25 per non-Indian employee working on this project. Please refer to Legislative Act 38-05 dated 11-14-06 repealing and superceding Cherokee Nation law regarding Labor and the Employment Rights Ordinance and Declaring an Emergency.

Insurance Requirements – before performing contractual services on the behalf of or for the Cherokee Nation, compliance with the following insurance requirements must be verified. Provide an original Certificate of Insurance naming the Cherokee Nation of Oklahoma as a certificate holder.

The certificate should contain the following information:

1) Type of insurance

2) Policy number

3) Effective date

4) Expiration date

5) Limits of Liability (this amount is usually stated in thousands)

6) Ten-day cancellation clause

**Required Coverage:

1) Worker’s Compensation and Employer’s Liability:

Limits of Liability:

Bodily Injury by Accident: $500,000 each accident

Bodily Injury by Disease: $500,000 policy limit

Bodily Injury by Disease: $500,000 each employee

Oklahoma Statute requires Worker’s Compensation coverage for anyone with one (1) or more employees.

2) General Liability:

Coverage:

Comprehensive (including products/completed operations)

Limits of Liability:

Bodily Injury and Property Damage Combined: $1,000,000

(each occurrence)

3) Automobile Coverage:

Vehicles Covered:

All Autos

Bodily Injury and Property Damage Combined: $300,000

Hired Autos

Non-owned Autos

Limits of Liability:

NOTE: The Contractor shall either : (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor’s Public Liability and Property Damage or the type and in the same amounts as specified above, or (2) insure the activities of this subcontractors in his own policy

MANDATORY BID RESPONSE FORM

SUBMIT BIDS ON BID FORM (PROVIDED). THEY MUST BE SIGNED AND DATED BY CONTRACTOR.

BID WILL BE AWARDED ACCORDING TO THE LOWEST MOST RESPONSIVE BID.

CONTRACT MUST BE EXECUTED WITHIN SEVEN (7) DAYS OF AWARD OR THE BID WILL BECOME NULL AND VOID, AND THE NEXT LOWEST MOST RESPONSIVE BID WILL BE CONSIDERED.

GAMING COMMISSION PARKING ARE A

LOCATION: 200 WATER STREET, TAHLEQUAH, OK

GRAND TOTAL $______________________

COMPANY NAME: _______________________________________________

VENDOR SIGNATURE: _________________ ______________________________ (Cherokee Nation cannot accept bids unless signed and dated by vendor) DATE

TERO Certified: _______ Yes ______ No Mark appropriate area

(Copy of Certificate must be included with bid)

Work to be subcontracted to another company: _______ Yes _________ No

If yes, percentage of work to be completed by subcontractor: ____________

Name of subcontractor: _________________________________________

SPECIFICATIONS

Removal of old drive thru canopy

C ap the existing tubular system

E xcavate to sub grade

N ew roof parapet/cap flashing to match existing

R epair plaster, paint entire south wall of building

I nstall a 226 square foot retaining wall for parking lot

I nstall curb and gutter

C oncrete paving for approximately 2500 square foot parking lot

A nd striping of parking lot (work is to provide engineered drawings of design and specifications).

The project must be fully completed by September 30, 2011.