Cherokee Nation

Housing Services

Request for Bids

Renovation Project

(R. Blevins)

Located In

Nowata

County

November 21, 2011

BIDS MUST BE RECEIVED NO LATER THAN FRIDAY, DECEMBER 02, 2011 AT 5:00 P.M.

REQUEST FOR BIDS

The Cherokee Nation Housing Services will be accepting bids for the completion of one (1) complete renovation project. Work will be completed according to work write-up. This job is located in Nowata County and must be completed in 45 calendar days.

Submit bids on work write-up form (provided). They must be signed and dated by contractor.

Bids will be awarded according to the lowest most responsive bids for each unit.

Payments will be in two (2) phases as follows: 50% upon completion according to work write-up and approved by the Cherokee Nation Housing Project Inspector; 50% upon completion of job (100%). Payments will be paid upon completion and acceptance of work approved by the Inspector and Cherokee Nation.

Contractor shall bid to furnish all labor, equipment, tools, and insurance and to perform the work required thereof within the time specified after receipt of “NOTICE TO PROCEED”.

Contracts must be executed within (10) ten days of award or the bid will become null and void, and the next lowest most responsive bid will be considered.

Specifications together with all necessary form documents are available to all qualified contractors, may be picked up or requested at the office of Pam Jumper located at the Cherokee Nation Purchasing, 17665 S. Muskogee Tahlequah, Oklahoma.

Bids may be mailed to the attention of Pam Jumper, Cherokee Nation Acquisition Management, Cherokee Nation, P.O. Box 948, Tahlequah, Oklahoma 74465, bids may be hand delivered to Pam Jumper, Cherokee Nation Financial Resource Building, 17665 S. Muskogee Ave., Tahlequah, Oklahoma 74464 or faxed to (918)458-7695. ALL BIDS MUST BE RECEIVED NO LATER THAN FRIDAY DECEMBER 02, 2011 5:00 PM Late bids will not be accepted or considered.

Wage rates # OK20100007, are applicable to this project and is included.

Questions concerning this bid should be directed to Pam Jumper by fax at (918) 458-7695, or by e-mail at

Pam-Jumper @cherokee.org

This job requires a mandatory site visit to acquaint bidder with the exact nature of work to be preformed. To schedule a site visit contact David Sevier @ 918-453-7932 or David Linch @ 918-458-1453.

Bids will be accepted from Indian and Non-Indian contractors. Indian preference will be given only to the contractors who are currently certified through the Tribal Employment Rights Office (TERO) at Cherokee Nation, P.O. Box 948, Tahlequah, Oklahoma 74465 (918) 456-0671. HUD has determined this contract is on a project subject to Section 7 (b) of the Indian Self-Determination and Education Assistance Act, which require in part that to the greatest extent feasible; preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian Owned Economic Enterprises.

TERO requirements apply including fee of ½ 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 superseding Cherokee Nation law regarding Labor and the Employment Rights Ordinance and Declaring an Emergency.

The Cherokee Nation Housing Rehab reserves the right to reject any and all bids.

Any state or Tribal law that requires the payment of wage rates that exceed the corresponding Federal rate is inapplicable and shall not be enforced.

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 the 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 indect6ed for, or otherwise criminals or civilly charged by a governmental entity with, commission of any o9f the offenses enumerated in this provision. The responding party certifies they have not, withi8n 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.

The responding party shall provide immediate written notice to the Cherokee Nation if, at any time prior to contract award, the person learns its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

Any bid received after the time stated above will not be considered for award. Cherokee Nation reserves the right to waive any informality 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.

No bidder may withdraw their bid within thirty (30) days after bid opening date.

All warranties will be presented to the Cherokee Nation Housing Inspector at the time of final payment.

FOR BID PACKET INFORMATION CONTACT Pam Jumper AT 918-458-6947.

To view the property please contact Housing Service, (918) 458-6055.

DIRECTIONS TO SITE: Address: 335 S. Joe Street, Nowata, Ok 74048. On Hey 88 to Oolagah, turn right on 169 to Nowata, turn onto W. Seneca Ave, turn right on S. Walnut, 1st left on Ross Ave, 2nd right on S. Joe Street. Unit is on the right.

GENERAL DECISION: OK20100007 03/12/2010 OK7

Date: March 12, 2010

General Decision Number: OK20100007 03/12/2010

Superseded General Decision Number: OK20080007

State: Oklahoma

Construction Type: Residential

Counties: Adair, Cherokee, Craig, Delaware, Mayes, Nowata,

Ottawa, Rogers, Sequoyah, Wagoner and Washington Counties in

Oklahoma.

RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family

homes and apartments up to and including 4 stories)

Modification Number Publication Date

0 03/12/2010

* SUOK1997-001 09/01/1997

Rates Fringes

Air Conditioning Mechanic...... $ 7.25

BRICKLAYER...... $ 7.25

CARPENTER...... $ 7.25

CEMENT MASON/CONCRETE FINISHER...$ 7.25

Drywall Installer &

Sheetrocker...... $ 7.25

ELECTRICIAN...... $ 7.25

FLOOR LAYER: CARPET (SOFT)

FLOOR...... $ 7.25

Insulation Installer...... $ 7.25

Ironworker...... $ 7.25

LABORER

Laborers...... $ 7.25

PAINTER

Brush...... $ 7.25

Tapers and Finishers...... $ 7.25

PLUMBER/PIPEFITTER...... $ 7.25

Power equipment operators:

Backhoe...... $ 7.25

Bulldozers...... $ 7.25

Graders...... $ 7.25

Tractors (small)...... $ 7.25

Trenching machine...... $ 7.25

ROOFER, Including Built Up,

Composition and Single Ply

Roofs...... $ 7.25

Sheet metal worker...... $ 7.25

TILE SETTER...... $ 7.25

TRUCK DRIVER...... $ 7.25

------

WELDERS - Receive rate prescribed for craft performing

operation to which welding is incidental.

======

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

------

In the listing above, the "SU" designation means that rates

listed under the identifier do not reflect collectively

bargained wage and fringe benefit rates. Other designations

indicate unions whose rates have been determined to be

prevailing.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can

be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests

for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted

because those Regional Offices have responsibility for the

Davis-Bacon survey program. If the response from this initial

contact is not satisfactory, then the process described in 2.)

and 3.) should be followed.

With regard to any other matter not yet ripe for the formal

process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an

interested party (those affected by the action) can request

review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the

interested party's position and by any information (wage

payment data, project description, area practice material,

etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an

interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

BID FORM

DATE:

PROJECT: Richard Blevins - Nowata Co.

DESCRIPTION: Renovation

CHEROKEE NATION HOUSING SERVICES

The undersigned hereby proposes and agrees, if this bid be accepted, to furnish all labor, equipment, tools, and insurance and to perform the work required thereof within the time specified after receipt of “NOTICE TO PROCEED”,

DOLLARS ($______)

For the complete project in strict compliance with the Contract Documents, and General Conditions.

The Bidder has examined copies of all the Bidding Documents and understands that payment is to be made upon completion and acceptance of the contract work.

DATE:

BIDDER:

ADDRESS:

CITY, STATE, ZIP:

BY:

(SIGNATURE OF PERSON AUTHORIZED TO SIGN BID)

TITLE:

INSURANCE:

The CONTRACTOR shall provide General Liability Insurance coverage for its employees, agents, and/or representatives in accordance with the Oklahoma Governmental Tort Claims Act, with minimum amounts not less than One Million Dollars ($1,000,000) per occurrence and One Million Dollars ($1,000,000) aggregate. The CONTRACTOR shall be responsible for providing Worker’s Compensation Insurance in accordance with the Oklahoma Workers’ Compensation Act.

Before beginning the work hereunder and/or within thirty (30) days of execution of this MOA, the CONTRACTOR shall provide an original certificate of insurance naming the NATION as an additional insured, showing it has complied with the provisions of the above paragraph. All subcontractors with written approval from the NATION to perform work under this MOA must also comply with said requirements. 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 (10) day cancellation clause.

Required coverage:

1)  Workers' Compensation and Employer's Liability - Limits of Liability:

a)  Bodily injury by accident: $500,000 each accident

b)  Bodily injury by disease: $500,000 policy limit

c)  Bodily injury by disease: $500,000 each employee

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

Hired autos

Non-owned autos

Limits of Liability:

Bodily Injury and Property Damage combined single limit $300,000

NOTE: Oklahoma Statute requires Workers' Compensation coverage for anyone with one (1) or more employees.