The Cherokee Nation Plans To Select As Many As Three Proposals For The .

Transcription

Cherokee Nationwww.cherokee.orgREQUEST FOR SEALED BIDSCOMMERCIAL FENCINGStilwell Child Development CenterAdair CountyOn behalf ofCherokee Nation Stilwell Child Development CenterCHEROKEE NATIONP.O. Box 948Tahlequah, OK 74465(918) 453-5000-1–

Cherokee NationBID PACKAGEPage2Index3Summary Bid Announcement4Detailed Bid Announcement6Information for Bidders18 Bid Proposal Form19 Base Bid Form20 Non Collusive Form21 Bonding Requirements22 Directions for Preparing & Executing Bonds23 Insurance Requirements25 Cherokee Nation Indian Preference in Contracting26 Attachment A:Preparation Outline28 Attachment B:Previous Work History30 Attachment C:Providing Indian Preference in Employment & Training32 Attachment D:Providing Indian Preference in Subcontracting34 Attachment E:Required Documents for Successful Bidder Only36 Attachment F:Cherokee Nation Contract – SAMPLE ONLY46 Attachment G:Request for Acceptance of Subcontractor48 Attachment H:Specifications, Scope of Work-2–

CHEROKEE NATIONREQUEST FOR BIDSUMMARY ANNOUNCEMENTCommercial FencingLocation: Stilwell, OklahomaAdair County, OklahomaThe Cherokee Nation is seeking sealed bids from qualified contractors for the completeinstallation of an estimated 1910 lf of commercial fencing for Stilwell Child DevelopmentCenter, 398 N. 8th St., Stilwell, Oklahoma 74960 in Adair County, Oklahoma. Gates toinclude one (1) entry with a side entrance for loading and color must match with intercomand card reader. Interested parties are to provide a bid to furnish all labor, quality control,materials, supplies, and supervision to complete the entire project. The project must befully completed as stipulated: within one hundred (100) consecutive calendar days. Thescope of work, specifications, and construction plans are available in the bid packet. Thebid packet contains all information and all necessary form documents and is posted on theNation’s free public bid website www.cherokeebids.org. Interested parties may contactCherokee Nation Purchasing Department for a bid packet; Janice Vaughan at janicevaughan@cherokee.org or Michelle Parsons at michelle-parsons@cherokee.org.Mandatory site visits will be on the following dates: Friday, April 22, 2022 between7:00 a.m. to 1:00 p.m. or Monday, April 25, 2022 between 7:00 a.m. to 4:00 p.m. Visitsmay be scheduled by contacting: Sandy Edgemon at (918) 822-2652 between the hours of6:30am – 3:30pm or Michelle Gonzales at (918) 718-5995 between the hours of 8:30am –4:30pm. NOTE: THE MANDATORY SITE VISIT MUST BE ATTENDED. Bids willbe accepted from Indian and Non-Indian bidders who have received the bid packet andattended the mandatory pre-bid meeting. Indian preference will be given only to bidderswho provide proof of current certification from the Cherokee Nation Tribal EmploymentsOffice (TERO) located in Tahlequah, Oklahoma, telephone number (918) 453-5000. Proofof TERO certification must accompany and be included in sealed bid submittal. Detailedannouncement and deadline information are available at www.cherokeebids.org or bycontacting Cherokee Nation Acquisition Management at (918) 453-5593.-3–

CHEROKEE NATIONREQUEST FOR BIDCommercial Fencing for Stilwell Child Development CenterLocation: Stilwell, OklahomaAdair County, OklahomaThe Cherokee Nation is seeking sealed bids from qualified contractors for the completeinstallation of an estimated 1910 lf of commercial fencing for Stilwell Child DevelopmentCenter, 398 N. 8th St., Stilwell, Oklahoma 74960 in Adair County, Oklahoma. Gates toinclude one (1) entry with a side entrance for loading and color must match with intercomand card reader. Interested parties are to provide a bid to furnish all labor, quality control,materials, supplies, and supervision to complete the entire project. The project must befully completed as stipulated: within one hundred (100) consecutive calendar days. Thescope of work, specifications, and construction plans are available in the bid packet. Thebid packet contains all information and all necessary form documents and is posted on theNation’s free public bid website www.cherokeebids.org. Interested parties may contactCherokee Nation Purchasing Department for a bid packet; Janice Vaughan at janicevaughan@cherokee.org or Michelle Parsons at michelle-parsons@cherokee.org.Mandatory site visits will be on the following dates: Friday, April 22, 2022 between7:00 a.m. to 1:00 p.m. or Monday, April 25, 2022 between 7:00 a.m. to 4:00 p.m. Visitsmay be scheduled by contacting: Sandy Edgemon at (918) 822-2652 between the hours of6:30am – 3:30pm or Michelle Gonzales at (918) 718-5995 between the hours of 8:30am –4:30pm. NOTE: THE MANDATORY SITE VISIT MUST BE ATTENDED. For thisproject Wage Rates OK20220067 are applicable and included; any state or Tribal lawrequiring the payment of wage rates that exceed the corresponding Federal rate isinapplicable and shall not be enforced. Bids will be accepted from Indian and Non-Indianbidders who have received the bid packet and attended the mandatory pre-bid meeting.Indian preference will be given only to bidders who provide proof of current certificationfrom the Cherokee Nation Tribal Employments Office (TERO) located in Tahlequah,Oklahoma, telephone number (918) 453-5000. Proof of TERO certification mustaccompany and be included in sealed bid submittal. All contracting pursuant to thisAgreement shall comply with procedures for selection of contractors and sub-contractorsset forth within § 5307 of the Indian Self-Determination and Education Assistance Act (25U.S.C. § 5301 et seq.), as well as the Cherokee Nation Acquisition Management Policiesand Procedures. To that end, the parties to this Agreement shall, to the greatest extentfeasible, give preference and opportunities for training and employment to Indian andAlaska Natives, and preference in the award of contracts to Indian organizations andIndian-owned economic enterprises. This clause shall be included in every subcontract inconnection with the Project, and Contractor shall, at the direction of Cherokee Nation, takeappropriate corrective action in the event of a finding by Cherokee Nation of a violationhereof by a contractor or subcontractor. Bid will be awarded to the lowest, mostresponsive/responsible bid. The subsequent contract must be fully executed within ten (10)-4–

days of award or the bid will become null and void, and the next lowest mostresponsive/responsible bid will be considered. Award of contract will be subject toavailability of funds. Cherokee Nation TERO Office requirements apply including fee of½ of 1% of contract award. Successful bidder must complete TERO Labor Agreement andpay all applicable fees, including 25.00 per day for every non-Indian employee workingon this project in accordance with the current Cherokee Nation Legislative Act for thisproject. The successful bidder must have fees and all paperwork submitted to TERO forcontract to be considered fully executed. Sealed bid may be mailed to the Cherokee NationAcquisition Management, Attn: Janice Vaughan or Michelle Parsons, P.O. Box 948,Tahlequah, Oklahoma 74465; or bid may be hand delivered to Cherokee NationAcquisition Management, Attn: Janice Vaughan or Michelle Parsons, 17665 S. MuskogeeAvenue, Tahlequah, Oklahoma 74464. Bids must be received on or before Friday, May13, 2022 by 10:00 a.m. CT by the Cherokee Nation Purchasing Department. Bid mustbe sealed and clearly marked “SEALED BID, DO NOT OPEN, SOLICITATION:Commercial Fencing-Stilwell CDC”. A Public Bid Opening will be held Friday,May 13, 2022 at 10:00 a.m. in the Financial Resources Large Conference Room(directly behind the Main Complex), 17665 S. Muskogee, Tahlequah, Oklahoma.Cherokee Nation reserves the right to reject any and all proposals. Cherokee Nationreserves the right to determine if a proposal meets stated requirements, and to award acontract for bid that is in the best interest of the Cherokee Nation including but not limitedto the total cost and capability of the bidder. Bidders are responsible for any and all costsassociated with the preparation and submission of bids. No bidder may withdraw their bidwithin 30 days after proposal due date.-5–

Information for Bidders(1) Receipt and Opening of Bida) The Cherokee Nation (hereinafter "NATION"), invites bids on the form attachedhereto, all blanks of which must be appropriately filled in. Bids will be receivedby the NATION at the Purchasing Department until Friday, May 13, 2022at 10:00 a.m. CT. “The envelopes containing the bids must be sealed, addressed toCherokee Nation, Attn: Michelle Parsons or Janice Vaughan, PurchasingDepartment, P.O. Box 948, Tahlequah, Oklahoma, 74465. Bids may also be handdelivered to Cherokee Nation Acquisition Management, Attn: Janice Vaughan orMichelle Parsons, 17665 S. Muskogee Avenue, Tahlequah, Oklahoma 74464.BIDS MUST BE RECEIVED ON OR BEFORE FRIDAY, MAY 13, 2022AT 10:00 A.M. TO BE CONSIDERED. BIDS MUST BE SEALED ANDCLEARLY MARKED “SEALED BID, DO NOT OPEN, SOLICATION:COMMERCIAL FENCING STILWELL CDC”. BIDS MUST BEDELIVERED ON OR BEFORE THE DESIGNATED DATE AND TIME TOTHE ACQUISITION MANAGEMENT DEPARTMENT AT THE STATEDMAILING ADDRESS OR PHYSICAL LOCATION 17665 SOUTHMUSKOGEE AVENUE, TAHLEQUAH, OKLAHOMA. A PUBLIC BIDOPENING WILL BE HELD ON FRIDAY, MAY 13, 2022 AT 10:00 A.M. INTHE FINANCIAL RESOURCES LARGE CONFERENCE ROOM, 17665 S.MUSKOGEE, TAHLEQUAH, OKLAHOMA.b) Bids will be accepted from Indian and Non-Indian bidders who have received thebid packet and attended the mandatory pre-bid meeting.c) Interested bidders must submit, at a minimum, the following completed bid sheetsand attachments, in the sealed bid packed to be consider fullyresponsive/responsible bidders: Preparation Outline, Attachment A, bid packetmust be completed and all sections returned; Bid Proposal Form, page 18 ofbid packet; Base Bid Form, page 19 of bid packet; Non Collusive Affidavit,page 20 of bid packet; Previous Work History Form, Attachment B; TEROCertification (if applicable, to be provided by bidder); Statement on ProvidingIndian Preference in Employment & Training Opportunities, Attachment C;Statement on Providing Indian Preference in Subcontracting, Attachment D;bid bond or cashier’s check per page 9 of bid packet.d) The NATION may consider informal a bid not prepared and submitted inaccordance with the provisions hereof and may waive any informalities or rejectany and all bids. Any bid may be withdrawn prior to the above scheduled time forthe opening of bids or authorized postponement thereof. Any sealed bid receivedfrom a bidder who does not meet mandatory bid requirements (receipt of bid packet,and pre-bid meeting attendance) will be returned, unopened. Any bid received after-6–

the time and date specified shall not be considered and will be returned, unopened.No bidder may withdraw a bid within 30 days after the actual date of the openingthereof.(2) Method of BiddingEach bid must be submitted on the prescribed form. Each bid must be submitted ina sealed envelope bearing on the outside the name of the bidder, his address, andthe name of the project for which the bid is submitted. If forwarded by mail, thesealed envelope containing the bid and all other required, completed documents asoutlined in Section 1, Part C must be enclosed in another envelope addressed asspecified in the bid form.(3) SubcontractsThe successful bidder is specifically advised that any person, firm, or other party towhom it is proposed to award a subcontract under this contract must also beacceptable to NATION. Any proposed subcontracts must be approved by theNATION, and the TERO office must be consulted prior to subcontractor being onsite to ensure all appropriate forms, paperwork, and approvals are in place.Successful bidder will be required to complete the Request for Acceptance ofSubcontractor at time of contract signing; Sample Contract, Attachment F; Requestfor Acceptance of Subcontractor, Attachment G.(4) Modification of BidAny bidder may modify his bid at any time prior to the scheduled closing time forreceipt of bids, provided such communication is received in writing by NATIONprior to the closing time. The written communication should not reveal the bid pricebut should provide the addition or subtraction or other modification so thatNATION will not know the final prices or terms until the sealed bid is opened.(5) Qualifications of Biddera) The NATION may make such investigations as deemed necessary to determine theability of the bidder to perform the work, and the bidder shall furnish to theNATION all such information and data for this purpose as the NATION mayrequest. The NATION reserves the right to reject any bid if the evidence submittedby, or investigation of, such bidder fails to satisfy the NATION such bidder isproperly qualified to carry out the obligations of the contract and to complete thework contemplated therein. Conditional bids will not be accepted.b) Bidders are requested to list prior experiences on last projects similar in scope andsize. Complete: Previous Work History Form, Attachment B.c) TERO Certification: Indian preference will be given only to bidders who provideproof of current certification from the Cherokee Nation Tribal Employments Office-7–

(TERO) located in Tahlequah, Oklahoma, telephone number (918) 453-5000.Proof of TERO certification must accompany and be included in sealed bidsubmittal.(6) Time of Completion and Liquidated Damagesa) Bidder must agree to commence work on or before a date to be specified in a written“Notice to Proceed” of the NATION and to fully complete project within onehundred (100) calendar days thereafter. Bidder must agree also to pay as liquidateddamages, the sum of 1,000.00 for each consecutive calendar day in which theproject is incomplete over the presented construction end date or previouslyapproved time extension. Upon fifth (5th) calendar day, contract will be fullyrevoked and action to invoke bonds will be started by the NATION.b) Notwithstanding any other provisions of this contract, it is mutually understood thattime extensions for changes in the work will depend upon the extent, if any, bywhich the changes cause delay in the completion of the various elements ofconstruction. A change order granting the time extension may provide that thecontract completion date will be extended only for those specific elements sodelayed and the remaining contract completion dates for all other portions of thework will not be altered.(7) Conditions of Worka) Each bidder has the responsibility to be fully informed of the conditions relating tothe project and the employment of labor thereon.b) Failure to do so will not relieve a successful bidder of his obligation to furnish allmaterial and labor necessary to carry out the provisions of his contract.(8) Interpretation of the Bid Documentsa) Every request for interpretation of the meaning of the plans, specifications, or otherpre-bid documents must be submitted in written format to Cherokee NationAcquisition Management.Requests may be e-mailed to janicevaughan@cherokee.org. or michelle-parsons@cherokee.org. Requests may also befaxed to (918) 458-7695, Attention: Janice Vaughan or Michelle Parsons.b) To be given consideration, interpretation requests must be received stated date andtime. Due date for all interpretation requests for this bid shall be Thursday,April 28, 2022 by 5:00 p.m. CT.c) Any and all such interpretations and any supplemental instructions will be in theform of written addenda to the specifications which, if issued, will becommunicated in written format to all prospective bidders (at the respective faxnumbers or e-mail addresses furnished for such purposes if provided), and will beposted on the NATION’S website, www.cherokeebids.org under Cherokee Nation-8–

Procurements with bid announcement. Due date for the addendum for this bidshall be Wednesday, May 4, 2022 by 5:00 p.m. CT.d) No interpretation of the meaning of the plans, specifications, or other pre-biddocuments will be made to any bidder orally.e) Failure of any bidder to receive any such addendum or interpretation shall notrelieve such bidder from any obligation under his bid as submitted. All addenda soissued shall become part of the contract documents.(9) Security for Faithful PerformanceSimultaneously with his delivery of the signed contract, the Contractor shall furnisha surety bond or bonds as specified. Corporate sureties offered for bonds furnishedwith contracts performed for the Cherokee Nation must appear on the list containedin the Department of the Treasury Circular 570, “Companies Holding Certificatesof Authority as Acceptable Sureties on Federal Bonds and Acceptable ReinsuringCompanies.” Before any work is commenced, the Contractor shall obtain aperformance bond and payment bond to guarantee the faithful performance of thiscontract and payment for all labor and materials used in the work each in the fullamount of the Contract price in a form and with sureties satisfactory to the NATION.The NATION will accept an irrevocable letter of credit from an established institutionin lieu of the above bonds. This shall remain in effect until final acceptance by theNATION.(10)Warranty PeriodThe Contractor warrants that work performed under awarded contract conforms to allrequirements and is free of any defect in equipment, material, design, or workmanshipperformed by the Contractor or any Subcontractor. This warranty shall continue fora period of two years from the date of final acceptance of the work. The Contractorshall remedy at the Contractor’s expense any failure or defect within the two yearwarranty period.(11)Power of AttorneyAttorneys-in-fact who sign bid bonds or contract bonds must file with each bond acertified and effectively dated copy of their power of attorney.(12)Notice of Special ConditionsAttention is particularly called to those parts of the bid and contract documents,specifications, and attachments that deal with the following:a) Manufacturer’s material and installation recommendations and requirements.b) Insurance Requirements-9–

c) Warranty Requirementsd) Wage Ratese) Indian Preference in Employment & Training Opportunitiesf) Indian Preference in Subcontracting Opportunities(13)Laws and RegulationsThe bidder's attention is directed to the fact that all applicable State Laws,municipal ordinances, and the rules and regulations of all authorities havingjurisdiction over construction of the project shall apply to the contract throughout,and they will be deemed to be included in the contract the same as though writtenout in full. For this project Wage Rates OK20220067 are applicable and included.(14)Method of Award – Lowest Bid That ContainsResponsive/Reasonable Offer From Qualified BidderLowestMostAfter consideration of price and other factors, the contract will be awarded to thebidder whose bid is determined to be the lowest most responsive/reasonable offerand in the best interest of the NATION to accept. Award shall be made underunrestricted solicitations to the lowest, most responsive/reasonable bid from aqualified economic enterprise or organization within the maximum total contractprice established for the specific project or activity being solicited. To beconsidered as responsive all required documents as specified in Section 1, Part C.TERO Preference will be given in accordance with Cherokee Nation AcquisitionManagement’s Policy and Procedures and only to bidders who provide proof ofcurrent TERO certification from the Cherokee Nation Tribal Employments Office(TERO). Proof of TERO certification must accompany and be included in sealedbid submittal.(15)ProtestsThere will be a 10 day period for protests to be submitted to the Cherokee NationTribal Employment Rights Office (TERO) with a copy to be submitted to theCherokee Nation Acquisition Management Department.(16)Site Inspectionsa) At the time of the opening of bids each bidder must have attended the mandatorysite visits on Friday, April 22, 2022 or Monday, April 25, 2022 and to have readand to be thoroughly familiar with the plans and contract documents (including alladdenda).b) The failure or omission of any bidder to examine any form, instrument or documentshall in no way relieve any bidder from any obligation in respect of his bid.- 10 –

c) Additional site Inspections may be scheduled by contacting: Sandra Edgemon at(918) 822-2652 or Michelle Gonzales at (918) 718-5995. NOTE: THEMANDATORY SITE VISITS ON FRIDAY, APRIL 22, 2022 OR MONDAY,APRIL 25, 2022 MUST BE ATTENDED FOR INTERESTED PARTIES TO BEELIGIBLE FOR AWARD. This is for additional site visits after the mandatoryone.(17)Construction Inspectionsa) The Contractor shall maintain an adequate inspection system and perform suchinspections as will ensure that the work performed under the contract conforms tocontract requirements.b) The Contractor shall maintain complete inspection records and make themavailable to the NATION.c) All work is subject to the NATION’s inspection and testing at all places and at allreasonable times before acceptance to ensure strict compliance with the terms ofthe contract.d) NATION inspections are for the sole benefit of the NATION and do noti)Relieve the Contractor of responsibility for providing adequate qualitycontrol measures;ii)Relieve the Contractor of responsibility for damages to or loss of thematerial before acceptance;iii)Constitute or imply acceptance; oriv)Affect the continuing rights of the NATION after acceptance of thecompleted work.e) The presence or absence of the NATION’s inspector does not relieve the Contractorfrom any contract requirement, nor is the inspector authorized to change any termor condition of the specification without the NATION’s written authorization.f) Contractor Cooperationi)The Contractor shall promptly furnish, without additional charge, allfacilities, labor, and material reasonably needed for performing such safeand convenient inspections and tests as may be required by the NATION.ii)The NATION may charge to the Contractor any additional cost ofinspection or test when work is not ready at the time specified by theContractor for inspection or test, or when prior rejection makes reinspectionor retest necessary.iii)The NATION shall perform all inspections and tests in a manner that willnot unnecessarily delay the work. Special, full size, and performance testsshall be performed as described in the contract.- 11 –

(18)Non-conforming Worka) The Contractor shall, without charge, replace or correct work found by theNATION not to conform to contract requirements, unless in the public interest theNATION consents to accept the work with an appropriate adjustment in contractprice. The Contractor shall promptly segregate and remove rejected material fromthe premises.If the Contractor does not promptly replace or correct rejected work, the NATIONmayi)By contract or otherwise, replace or correct the work and charge the cost tothe Contractor, orii)Terminate for default the Contractor’s right to proceed.(19)Destructive Inspectiona) If, before acceptance of the entire work the NATION decides to examine alreadycompleted work by removing it or tearing it out, the Contractor, on request, shallpromptly furnish all necessary facilities, labor, and material.b) If the work is found to be defective or nonconforming in any material respect dueto the fault of the Contractor or its subcontractors, the Contractor shall beresponsible for the expenses of the examination and of satisfactory reconstruction.c) If the work is found to meet contract requirements, the NATION shall make anequitable adjustment for the additional services involved in the examination andreconstruction, including, if completion of the work was thereby delayed, anextension of time.(20)Acceptancea) Unless otherwise specified in the contract, the NATION shall accept, as promptlyas practicable after completion and inspection, all work required by the contract orthat portion of the work the NATION determines can be accepted separately.b) Acceptance shall be final and conclusive except for latent defects, gross mistakesamounting to fraud, or the NATION’s rights under any warranty or guarantee.(21)Safety Standards and Accident PreventionWith respect to all work performed under the contract, the contractor shall:i)Comply with the safety standards provision of applicable laws, building andconstruction codes and the "Manual of Accident Prevention inConstruction" published by the Associated General Contractors of America,the requirements of the Occupational Safety and Health Act of l970 (PublicLaw 91-596) and the requirements of Title 29 of the Code of FederalRegulations, Section 1518 as published in the "Federal Register", Volume36, No. 75, Saturday, April l7, l971.- 12 –

ii)iii)(22)Exercise every precaution at all times for the prevention of accidents andthe protection of persons (including employees) and property.Maintain at his office or other well known place at the job site, all articlesnecessary for giving first aid to the injured, and shall make standingarrangements for the immediate removal to a hospital or a doctor's care forpersons (including employees) who may be injured on the job site.Employees shall not be permitted to work at a job site before the employerhas made a standing arrangement for removal of injured persons to ahospital or doctor.Invoice Submissiona) The Contractor shall submit an original invoice on the schedule described in thisbid package upon completion of work and after inspection to: Cherokee Nation,Attention: Sandy Edgemon, P.O. Box 948, Tahlequah, Oklahoma, 74465 Paymentswill be made for this project every 30 days. Invoices will be approved and submittedfor payment upon completion and acceptance of work approved by the CherokeeNation Inspector; it is the responsibility of the Contractor to submit invoice perinstructions.b) The Contractor agrees to include the following information on each invoice:i)Contractor’s name and invoice date;ii)Contract number;iii)Description, cost or price, and quantity of services actually rendered;iv)Payment terms as agreed to in the contract;v)Other substantiating documentation or information as required by thecontract; andvi)Name, title, phone number, and complete mailing address of responsibleofficial to whom payment is to be sent.c) The NATION may, at any time, request information necessary to determine theappropriateness of partial payment amounts.(23)Work RequirementsThe Contractor shall notify the Project Inspector two work days prior to performingany work before 7 am, after 7 pm, or any Saturday, Sunday or Holiday in order thatNATION may inspect any work should they choose.(24)Drug Free Workplace and Tobacco Free Workplacea) Any Contractor performing work for the Cherokee Nation agrees to publish astatement notifying all employees, subcontractors, and other workers that theunlawful manufacture, distribution, dispensing, possession or use of a controlledsubstance is prohibited in the Contractor’s workplace and specifying the actionsthat will be taken against violators of such prohibition.- 13 –

b) NATION will consider lack of enforcement or lax enforcement of the statement byContractor a default of the contract.c) The Contractor further agrees to provide all persons engaged in performance of thecontract with a copy of the statement.d) A copy of bidder’s Drug Free Workplace statement shall be included with the bidor else the successful bidder will be deemed to accept and agree to use the statementprovided by NATION.e) The Contractor understands and recognizes that all Cherokee Nation buildings,whether leased or owned, and the grounds surrounding those facilities areconsidered by the Nation to be a tobacco free workplace. The Contractor willensure all employees, subcontractors, and other workers will abide by this policy.(25)Debarment, Suspension, Proposed Debarment, and Other ResponsibilityMattersa) The Contractor shall certify, to the best of its knowledge and belief, that theContractor or any of its Principals:i) Are not presently debarred, suspended, proposed for debarment, or declaredineligible for the award of contracts by any Federal agency or Indian tribe;ii) Have not, within a three-year period preceding this offer, been convicted of orhad a civil judgment rendered against them for: commission of fraud or acriminal offense in connection with obtaining, attempting to obtain, orperforming a public (Federal, state, local or tribal) contract or subcontract;violation of Federal or state antitrust statutes relating to the submission ofoffers; or commission of embezzlement, theft, forgery, bribery, falsifications ordestruction or records, making false statements, or receiving stolen property andare not presently indicted for, or otherwise criminally or civilly charged by agovernmental entity with, commission of any of the offenses enumerated in thisprovision.b) The Contractor certifies they have not, within a three-year period preceding thisoffer, had one or more contracts terminated for default by a Federal, state, local ortribal agency.c) The Contractor shall provide immediate written notice to the NATION if, at anytime prior to contract award, the Contractor learns that its certification waserroneous when submitted or has become erroneous by reason of changedcircumstances.d) This certification is a material representation of fact upon which reliance wasplaced when making award. If it is later determined the Contractor knowinglyrendered an erroneous certification, in addition to other remedies available to theNATION, the NATION may terminate the contract resulting from this solicitationfor default.- 14 –

(26)Environmental Protectiona) If extraordinary or exceptional circumstances involving the NationalEnvironmental Policy Act (NEPA) and related environmental considerations areencountered in the project, or if there is any change in the project, which couldchange the project environmental

Nation's free public bid website www.cherokeebids.org. Interested parties may contact Cherokee Nation Purchasing Department for a bid packet; Janice Vaughan at janice-vaughan@cherokee.org or Michelle Parsons at michelle-parsons@cherokee.org. Mandatory site visits will be on the following dates: Friday, April 22, 2022 between