request for qualification

39
STATE OF ARKANSAS Department of Transformation and Shared Services OFFICE OF STATE PROCUREMENT 501 Woodlane St., Ste.220 Little Rock, Arkansas 72201-1023 REQUEST FOR QUALIFICATION BID SOLICITATION DOCUMENT SOLICITATION INFORMATION Solicitation Number: SP-21-0021 Solicitation Issued: January 11, 2021 Description: Radio Communication Site Inspections Agency: Arkansas Division of Emergency Management SUBMISSION DEADLINE FOR RESPONSE Response Opening Date: February 10, 2021 Response Opening Time: 3:00 p.m., Central Time Deliver response for this Request for Qualification to the Office of State Procurement on or before the designated response opening date and time. In accordance with Arkansas Procurement Law and Rules, it is the responsibility of Prospective Contractors to submit responses at the designated location on or before the response opening date and time. Responses received after the designated opening date and time may be considered late and may be returned to the Prospective Contractor without further review. It is not necessary to return "no bids" to OSP. DELIVERY OF RESPONSE DOCUMENTS Delivery Address: Department of Transformation and Shared Services Office of State Procurement 501 Woodlane St., Ste 220 Little Rock, AR 72201-1023 Delivery providers, USPS, UPS, and FedEx deliver mail to OSP’s street address on a schedule determined by each individual provider. These providers will deliver to OSP based solely on the street address. Prospective Contractors assume all risk for timely, properly submitted deliveries. Response’s Outer Packaging: Seal outer packaging and properly mark with the following information. If outer packaging of response submission is not properly marked, the package may be opened for response identification purposes. Solicitation number Date and time of response opening Prospective Contractor's name and return address OFFICE OF STATE PROCUREMENT CONTACT INFORMATION OSP Buyer: Julia Shackelford Buyer’s Direct Phone Number: 501-371.6079 Email Address: [email protected] OSP’s Main Number: 501-324-9316 OSP Website: https://www.transform.ar.gov/procurement/

Upload: others

Post on 23-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR QUALIFICATION

STATE OF ARKANSAS Department of Transformation and Shared Services

OFFICE OF STATE PROCUREMENT 501 Woodlane St., Ste.220

Little Rock, Arkansas 72201-1023

REQUEST FOR QUALIFICATION BID SOLICITATION DOCUMENT

SOLICITATION INFORMATION

Solicitation Number: SP-21-0021 Solicitation Issued: January 11, 2021

Description: Radio Communication Site Inspections

Agency: Arkansas Division of Emergency Management

SUBMISSION DEADLINE FOR RESPONSE

Response Opening Date:

February 10, 2021 Response Opening Time:

3:00 p.m., Central Time

Deliver response for this Request for Qualification to the Office of State Procurement on or before the designated response opening date and time. In accordance with Arkansas Procurement Law and Rules, it is the responsibility of Prospective Contractors to submit responses at the designated location on or before the response opening date and time. Responses received after the designated opening date and time may be considered late and may be returned to the Prospective Contractor without further review. It is not necessary to return "no bids" to OSP.

DELIVERY OF RESPONSE DOCUMENTS

Delivery Address: Department of Transformation and Shared Services

Office of State Procurement 501 Woodlane St., Ste 220 Little Rock, AR 72201-1023

Delivery providers, USPS, UPS, and FedEx deliver mail to OSP’s street address on a schedule determined by each individual provider. These providers will deliver to OSP based solely on the street address. Prospective Contractors assume all risk for timely, properly submitted deliveries.

Response’s Outer Packaging:

Seal outer packaging and properly mark with the following information. If outer packaging of response submission is not properly marked, the package may be opened for response identification purposes.

• Solicitation number

• Date and time of response opening

• Prospective Contractor's name and return address

OFFICE OF STATE PROCUREMENT CONTACT INFORMATION

OSP Buyer: Julia Shackelford Buyer’s Direct Phone Number: 501-371.6079

Email Address: [email protected] OSP’s Main Number: 501-324-9316

OSP Website: https://www.transform.ar.gov/procurement/

Page 2: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 2 of 26

SECTION 1 - GENERAL INSTRUCTIONS AND INFORMATION • Do not provide responses to items in this section unless specifically and expressly required. 1.1 PURPOSE

The Office of State Procurement (OSP) issues this Request for Qualifications (RFQ) on behalf of the Arkansas Division of Emergency Management (ADEM) for the purpose of contracting with a qualified engineering firm to provide inspections of the State’s radio communication sites.

1.2 TYPE OF CONTRACT

A. As a result of this RFQ, OSP intends to award a contract to a single Contractor.

B. The anticipated starting date for any resulting contract is April 19, 2021 except that the actual contract start date may be adjusted forward unilaterally by the State for up to three calendar months. By submitting a signed response to the RFQ, the Prospective Contractor represents and warrants that it will honor its response as being held open as irrevocable for this period.

C. The initial term of a resulting contract will be for one (1) year. Upon mutual agreement by the Contractor and agency, the contract may be renewed by OSP for up to six (6) additional one-year terms or portions thereof, not to exceed a total aggregate contract term of seven (7) consecutive years.

1.3 ISSUING AGENCY

OSP, as the issuing office, is the sole point of contact throughout this solicitation process. 1.4 RESPONSE OPENING LOCATION

Responses will be opened at the following location: Department of Transformation and Shared Services Office of State Procurement 501 Woodlane St., Ste 220 Little Rock, AR 72201-1023

The response opening may be viewed online as follows: Zoom Meeting Link: https://arkansasgov.zoom.us/j/85689395361?pwd=YUtjb0gvaU9razc0UHE2U3FFYVZFUT09 Meeting ID: 856 8939 5361 Meeting Password: 630100 Dial-In Information: 877 853 5257 US Toll-free

888 475 4499 US Toll-free 1.5 ACCEPTANCE OF REQUIREMENTS

A. A Prospective Contractor must unconditionally accept all Requirements in the Requirements Section(s) of this RFQ to be considered a responsive Prospective Contractor.

B. Prospective Contractor’s response will be rejected if a Prospective Contractor takes exceptions to

any Requirements in the Requirements Section(s) of this RFQ.

Page 3: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 3 of 26

1.6 DEFINITION OF TERMS A. The State Procurement Official has made every effort to use industry-accepted terminology in this Bid

Solicitation and will attempt to further clarify any point of an item in question as indicated in Clarification of Bid Solicitation.

B. Unless otherwise defined herein, all terms defined in Arkansas Procurement Law and used herein

have the same definitions herein as specified therein.

C. “Prospective Contractor” means a person who submits a response to this solicitation.

D. “Contractor” means a person who sells or contracts to sell commodities and/or services.

E. The terms “Request for Qualifications”, “RFQ,” “Bid Solicitation,” and “Solicitation” are used synonymously in this document.

F. “Business Day” means a day occurring Monday through Friday excluding State Holidays. A current

listing of State holidays may be found on the Arkansas Secretary of State’s website at: https://www.sos.arkansas.gov/news/state-holiday-calendar/.

G. “Responsive” means a submission in response to this solicitation that conforms in all material respects to this RFQ.

H. “Response Submission Requirement” means a task a Prospective Contractor must complete when

submitting a response. These requirements will be distinguished by using the term “shall” or “must” in the requirement.

I. “Requirement” means a specification that a Contractor’s product and/or service must perform during

the term of the contract. These specifications will be distinguished by using the term “shall” or “must” in the requirement.

J. “State” means the State of Arkansas. When the term “State” is used herein to reference any

obligation of the State under a contract that results from this solicitation, that obligation is limited to the State agency using such a contract.

1.7 RESPONSE DOCUMENTS

A. Original Response Packet

1. The following items are Response Submission Requirements and must be submitted as a hardcopy in the original Response Packet.

a. Original signed Response Signature Page.

b. One (1) original hard copy of the response to the Information for Evaluation section included

in the Response Packet. Response must be in the English language.

c. Preliminary Site Inspection Schedule (See Scheduling Site Inspections.)

2. The following items should be submitted in the original Response Packet.

a. EO 98-04: Contract and Grant Disclosure Form. (See Standard Terms and Conditions, #25. Disclosure.)

b. Copy of Prospective Contractor’s Equal Opportunity Policy. (See Equal Opportunity Policy.)

c. Copies of Certificates of Insurance (See Insurance Requirements.)

Page 4: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 4 of 26

3. DO NOT include any other documents or ancillary information, such as a cover letter or promotional/marketing information.

B. Pricing is not requested for this solicitation and must not be submitted with the response. (See

Pricing.)

C. Additional Copies and Redacted Copy of the Response Packet. In addition to the original Response Packet, the following items should be submitted: 1. Additional Copies of the Response Packet

a. Three (3) complete hard copies (marked "COPY") of the Response Packet.

b. Four (4) electronic copies of the Response Packet, preferably on flash drives and in PDF

format. Do not send electronic copies via email or fax.

c. All additional hard copies and electronic copies must be identical to the original hard copy. In case of a discrepancy, the original hard copy governs.

d. If OSP requests additional copies of the response, the copies must be delivered within the

timeframe specified in the request.

2. One (1) redacted (marked “REDACTED”) copy the original Response Packet, preferably on a flash drive and in PDF format. Do not send electronic copies via email or fax. (See Proprietary Information.)

1.8 ORGANIZATION OF RESPONSE DOCUMENTS

A. It is strongly recommended that Prospective Contractors adhere to the following format and suggestions when preparing their response.

B. The original Response Packet and all copies should be arranged in the following order.

1. Response Signature Page.

2. Signed Addenda, if applicable.

3. E.O. 98-04 – Contract Grant and Disclosure Form.

4. Equal Opportunity Policy.

5. Preliminary Site Inspection Schedule

6. Response to the Information for Evaluation section of the Response Packet.

1.9 CLARIFICATION OF BID SOLICITATION

A. Submit any questions requesting clarification of information contained in this Bid Solicitation in writing via email by 4:00 p.m., Central Time on or before January 22, 2021 to the OSP buyer as shown on page one (1) of this Bid Solicitation.

1. For each question submitted, the Prospective Contractor should reference the specific solicitation

item number to which the question refers.

2. Prospective Contractors’ written questions will be consolidated and responded to by the State. The State’s consolidated written response is anticipated to be posted to the OSP website by the

Page 5: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 5 of 26

close of business on February 5, 2021. If Prospective Contractor questions are unclear or non-substantive in nature, the State may request clarification of a question(s) or reserves the right not to respond to that question(s).

B. The Prospective Contractor should notify the OSP buyer of any term, condition, etc., that precludes

the Prospective Contractor from providing a compliant, responsive submission. Prospective Contractors should note that it is the responsibility of the Prospective Contractor to seek resolution of all such issues, including those relating to the terms and conditions of the contract, prior to the submission of a response.

C. Prospective Contractors may contact the OSP buyer with non-substantive questions at any time prior

to the response opening.

D. An oral statement by OSP will not be part of any contract resulting from this solicitation and may not reasonably be relied on by any Prospective Contractor as an aid to interpretation unless it is reduced to writing and expressly adopted by OSP.

E. Prospective Contractors entering into a contract with the State shall comply with all the terms and

conditions contained herein. 1.10 RESPONSE SIGNATURE PAGE

A. An official authorized to bind the Prospective Contractor(s) to a resultant contract must sign the Response Signature Page included in the Response Packet.

B. Prospective Contractor’s signature on this page signifies Prospective Contractor’s agreement to and

compliance with all Requirements of this RFQ, and that any exception that conflicts with a Requirement or Response Submission Requirement of this Bid Solicitation will cause the Prospective Contractor’s response to be rejected.

1.11 SUBCONTRACTORS

A. Prospective Contractor should complete, sign, and submit the Proposed Subcontractors Form included in the Response Packet.

B. Additional subcontractor information may be required or requested in following sections of this Bid

Solicitation or in the Information for Evaluation section provided in the Response Packet. Do not attach any additional information to the Proposed Subcontractors Form.

C. The utilization of any proposed subcontractor is subject to approval by the State agency.

1.12 PRICING Prospective Contractor must not include any pricing in their response. Pricing will be negotiated with the apparent successful Contractor after the evaluation of responses. Should the hard copies or electronic copies of their Response Packet contain any pricing, the response will be rejected.

1.13 PRIME CONTRACTOR RESPONSIBILITY A. A single Prospective Contractor must be identified as the prime contractor.

B. The prime contractor shall be responsible for the contract and jointly and severally liable with any of

its subcontractors, affiliates, or agents to the State for the performance thereof.

1.14 PROPRIETARY INFORMATION A. Submission documents pertaining to this Bid Solicitation become the property of the State and are

subject to the Arkansas Freedom of Information Act (FOIA).

Page 6: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 6 of 26

B. In accordance with FOIA and to promote maximum competition in the State competitive bidding process, the State may maintain the confidentiality of certain types of information described in FOIA. Such information may include trade secrets defined by FOIA and other information exempted from the Public Records Act pursuant to FOIA.

C. Prospective Contractor may designate appropriate portions of its response as confidential, consistent

with and to the extent permitted under the Statutes and Rules set forth above, by submitting a redacted copy of the response.

D. By so redacting any information contained in the response, the Prospective Contractor warrants that

it has formed a good faith opinion having received such necessary or proper review by counsel and other knowledgeable advisors that the portions redacted meet the requirements of the Rules and Statutes set forth above.

E. One (1) complete copy of the submission documents from which any proprietary information has

been redacted should be submitted on a flash drive in the Response Packet. Do not submit documents via email or fax.

F. Except for the redacted information, the redacted copy must be identical to the original hard copy,

reflecting the same pagination as the original and showing the space from which information was redacted.

G. The Prospective Contractor is responsible for identifying all proprietary information and for ensuring

the electronic copy is protected against restoration of redacted data.

H. The redacted copy will be open to public inspection under the Freedom of Information Act (FOIA) without further notice to the Prospective Contractor.

I. If a redacted copy of the submission documents is not provided with Prospective Contractor’s

response packet, a copy of the non-redacted documents, with the exception of financial data (other than pricing), will be released in response to any request made under the Arkansas Freedom of Information Act (FOIA).

J. If the State deems redacted information to be subject to FOIA, the Prospective Contractor will be

contacted prior to release of the documents.

K. The State has no liability to a Prospective Contractor with respect to the disclosure of Prospective Contractor’s confidential information ordered by a court of competent jurisdiction pursuant to FOIA or other applicable law.

1.15 CAUTION TO PROSPECTIVE CONTRACTORS

A. Prior to any contract award, address all communication concerning this Bid Solicitation through the OSP buyer.

B. Do not alter any language in any solicitation document provided by the State.

C. All official documents and correspondence related to this solicitation become part of the resultant

contract.

D. The State has the right to award or not award a contract, if it is in the best interest of the State to do so.

E. As requested, provide clarification regarding Prospective Contractor’s response to OSP.

Page 7: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 7 of 26

F. Qualifications and proposed services must meet or exceed the required specifications as set forth in this Bid Solicitation.

G. Prospective Contractors may submit multiple responses.

1.16 REQUIREMENT OF ADDENDUM

A. Only an addendum written and authorized by OSP will modify this Bid Solicitation.

B. An addendum posted within three (3) calendar days prior to the response opening may extend the response opening and may or may not include changes to the Bid Solicitation.

C. The Prospective Contractor is expected to check the OSP website,

https://www.arkansas.gov/tss/procurement/bids/index.php for any and all addenda up to response opening.

1.17 QUALIFICATION AND AWARD PROCESS

A. Successful Contractor Selection

The total Score for each Prospective Contractor will be used to determine the ranking of responses.

B. Negotiations

1. The State will move forward to pricing negotiations with those responsible Prospective Contractors determined, based on the ranking of the responses, to be reasonably susceptible of being selected for award.

2. If the State so chooses, negotiations may be conducted to further define contractual details. Negotiations are conducted at the sole discretion of the State.

3. If negotiations fail to result in a contract, the State may begin the negotiation process with the next highest-ranking Prospective Contractor. The negotiation process may be repeated until the anticipated successful Contractor has been determined, or until such time the State decides not to move forward with an award.

C. Anticipation to Award

1. Once the anticipated successful Contractor has been determined, the anticipated award will be

posted on the OSP website at https://www.arkansas.gov/tss/procurement/bids/index.php

2. The anticipated award will be posted for a period of fourteen (14) days prior to the issuance of a contract. Prospective Contractors and agencies are cautioned that these are preliminary results only, and a contract will not be issued prior to the end of the fourteen-day posting period.

3. OSP may waive the policy of Anticipation to Award when it is in the best interest of the State.

4. It is the Prospective Contractor’s responsibility to check the OSP website for the posting of an

anticipated award.

D. Issuance of a Contract

1. Any resultant contract of this Bid Solicitation shall be subject to State approval processes which may include Legislative review.

Page 8: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 8 of 26

2. A State Procurement Official will be responsible for award and administration of any resulting contract(s).

1.18 MINORITY AND WOMEN-OWNED BUSINESS POLICY

A. A minority-owned business is defined by Arkansas Code Annotated § 15-4-303 as a business owned by a lawful permanent resident of this State who is:

• African American

• American Indian

• Asian American

• Hispanic American

• Pacific Islander American

• A Service-Disabled Veteran as designated by the United States Department of Veteran Affairs

B. A women-owned business is defined by Act 1080 of the 91st General Assembly Regular Session

2017 as a business that is at least fifty-one percent (51%) owned by one (1) or more women who are lawful permanent residents of this State.

C. The Arkansas Economic Development Commission conducts a certification process for minority-owned and women-owned businesses. If certified, the Prospective Contractor’s Certification Number should be included on the Response Signature Page.

1.19 EQUAL OPPORTUNITY POLICY

A. In compliance with Arkansas Code Annotated § 19-11-104, OSP must have a copy of the anticipated Contractor’s Equal Opportunity (EO) Policy prior to issuing a contract award.

B. EO Policies should be included as a hardcopy accompanying the solicitation response.

C. Contractors are responsible for providing updates or changes to their respective policies, and for

supplying EO Policies upon request to other State agencies that must also comply with this statute.

D. Prospective Contractors who are not required by law to have an EO Policy must submit a written statement to that effect.

1.20 PROHIBITION OF EMPLOYMENT OF ILLEGAL IMMIGRANTS

A. Pursuant to Arkansas Code Annotated § 19-11-105, Contractor(s) providing services shall certify with OSP that they do not employ or contract with illegal immigrants.

B. By signing and submitting a response to this Bid Solicitation, a Prospective Contractor agrees and

certifies that they do not employ or contract with illegal immigrants. If selected, the Prospective Contractor certifies that they will not employ or contract with illegal immigrants during the aggregate term of a contract.

1.21 RESTRICTION OF BOYCOTT OF ISRAEL

A. Pursuant to Arkansas Code Annotated § 25-1-503, a public entity shall not enter into a contract with a company unless the contract includes a written certification that the person or company is not currently engaged in, and agrees for the duration of the contract not to engage in, a boycott of Israel.

B. This prohibition does not apply to a company which offers to provide the goods or services for at least

twenty percent (20%) less than the lowest certifying business.

C. By checking the designated box on the Response Signature Page of the response packet, a Prospective Contractor agrees and certifies that they do not, and will not for the duration of the contract, boycott Israel.

Page 9: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 9 of 26

1.22 PAST PERFORMANCE In accordance with provisions of State Procurement Law, specifically OSP Rule R5:19-11-230(b)(1), a Prospective Contractor's past performance with the State may be used to determine if the Prospective Contractor is “responsible.” Responses submitted by Prospective Contractors determined to be non-responsible will be rejected.

1.23 VISA ACCEPTANCE A. Awarded Contractor should have the capability of accepting the State’s authorized VISA Procurement

Card (p-card) as a method of payment.

B. Price changes or additional fee(s) must not be levied against the State when accepting the p-card as a form of payment.

C. VISA is not the exclusive method of payment.

1.24 PUBLICITY A. Do not discuss the solicitation nor your response, nor issue statements or comments, nor provide

interviews to any public media during the solicitation and award process. B. Failure to comply with this Requirement may be cause for a Prospective Contractor’s response to

be rejected.

1.25 RESERVATION The State will not pay costs incurred in the preparation of a response.

Page 10: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 10 of 26

SECTION 2 – REQUIREMENTS • Do not provide responses to items in this section unless specifically and expressly required. 2.1 INTRODUCTION

The Office of State Procurement (OSP) issues this Request for Qualifications (RFQ) on behalf of the Arkansas Division of Emergency Management (ADEM) for the purpose of contracting with a qualified engineering firm to provide inspections of the State’s radio communication sites and to provide associated reporting. The radio communication sites (herein after referred to as “Sites”) to be included in this project are located across the state of Arkansas and consist of both guyed and self-support towers and associated equipment shelters, fencing, and access roads. For informational purposes, anticipated Site locations are included in Attachment A – Arkansas Wireless Information Network (AWIN) Site Information to this RFQ. Although the Sites depicted in Attachment A are not expected to change, any changes to the final list of Sites to be inspected along with existing Site drawings, and other documentation for the towers will be made available to the Contractor upon award. The State expects the Contractor to begin providing services after contract award, anticipated to be April 19, 2021, and expects the services to be completed within 45 Business Days thereafter. The general scope includes the following:

• Performing inspections on the physical infrastructure of the Sites which include both guyed and self-supporting towers, associated equipment shelters, fencing, and access roads.

• Reporting

The scope does not include microwave path analysis, radio frequency (RF) equipment testing, analysis of the viability of power supply, or the plumbing and tensioning of the guyed towers. The Contractor awarded a contract as a result of this RFQ shall not submit a response to a solicitation(s) the State may subsequently issue for the Site remediation effectuated by the services performed under the contract resulting from this RFQ.

2.2 PROSPECTIVE CONTRACTOR QUALIFICATIONS A. The Prospective Contractor shall be a licensed engineering firm with staffed structural engineers

available to perform and/or oversee the radio communication site inspections.

B. The Prospective Contractor shall have a minimum of three (3) years of cumulative experience in communication tower inspection services described within this RFQ.

C. The Prospective Contractor shall have completed and be current with all applicable training as required and/or recommended by Occupational Safety and Health Administration’s (OSHA) and the Federal Communications Commission’s (FCC) Communication Towers Best Practices such as Comtrain Competent Climber Training, Safety Connection Fall Protection Training, Tractel Tower Rescue Training, and RSI Radio RF Hazards Training.

2.3 INSURANCE REQUIREMENTS A. The Contractor shall have the following insurance policies and associated coverage limits in place

prior to providing services and shall maintain the insurance policies throughout the contract terms or until otherwise released by ADEM. 1. Worker’s Compensation Insurance Statutory Requirements

Page 11: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 11 of 26

2. General Liability Coverage - $1,000,000 per occurrence limit

3. Automobile Liability Coverage - $1,000,000 per occurrence limit

B. The Prospective Contractor should provide copies of Certificates of Insurance with the Response Packet submission but shall provide copies prior to performing services and within a timeframe requested by OSP or ADEM.

C. The Contractor shall provide OSP and ADEM with replacement copies of the Certificates of Insurance not less than thirty (30) calendar days prior to the expiration date of the insurance policies unless otherwise released from doing so by ADEM.

D. Each Certificate of Insurance must name OSP and ADEM as certificate holders with the intent to notify the same within ten (10) Business Days of any intent to cancel the insurance.

2.4 SITE INSPECTION GENERAL REQUIREMENTS

A. The Contractor shall comply with the Occupational Safety and Health Administration’s (OSHA) and the Federal Communications Commission’s (FCC) Communication Towers Best Practices.

B. Contractor shall clean and remove all materials and debris prior to leaving the Site and shall leave the Site in same or better condition as it was prior to the Site inspection.

C. Contractor shall digitally photograph, document in detail, and label all warranted and unusual observances and damages applicable to each Site inspected for all conditions potentially compromising the Site, such as loose guys, excessive bows, and cracked foundations. The Contractor shall include the documentation and photographs surrounding such conditions in the Communications Site Inspection Report. (See Communications Site Inspection Report Requirements).

D. Contractor shall conduct services in compliance with all applicable Federal and State laws, rules, regulations, and all applicable local safety regulations and standards.

E. All tower inspections must be based on the Telecommunications Industry Association (TIA) TR-14, Revision H.

F. As deemed necessary and requested by ADEM, Contractor shall perform additional Site inspections beyond those specified herein, including but not limited to additional tower component inspections.

2.5 SCHEDULING SITE INSPECTIONS

A. The Contractor shall coordinate all Site inspections with ADEM.

B. As a Response Submission Requirement, the Contractor shall provide a preliminary Site inspection schedule applicable to all the Sites stated in Attachment A: AWIN Site Information. The Prospective Contractor and ADEM will finalize the preliminary Site inspection schedule during contract negotiations. ADEM reserves the right to have final approval of the final Site inspection schedule.

C. Contractor shall only perform Site inspections on Business Days between the hours of 8:00 a.m. and 5:00 p.m., Central Time.

2.6 GUYED AND SELF-SUPPORT TOWER INSPECTION REQURIEMENTS A. The Contractor shall perform inspections applicable to guyed and self-support towers as specified

herein and as otherwise required by ADEM including but not limited to inspections on the towers’ members, finish, lighting, and foundations.

B. Contractor shall inspect the towers’ members including but not limited to assessing for:

Page 12: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 12 of 26

1. Bent members (legs and lacing)

2. Loose members

3. Missing members

4. Security of climbing facilities, platforms, catwalks, and ladders

5. Loose and/or missing bolts

C. Contractor shall inspect the towers’ finish including but not limited to assessing for:

1. Condition of paint and/or galvanizing

2. Presence of rust and/or corrosion conditions

3. Condition of the Federal Aviation Administration (FAA) and/or International Civil Aviation

Organization (ICAO) color markings

4. Water collection in members

D. Contractor shall inspect the towers’ lighting including but not limited to assessing for:

1. Security and weather tightness of conduit, junction boxes, and fasteners

2. Drains and vents to ensure in open position

3. Wiring condition

4. Properly functioning controllers including but not limited to flashers, photo controls, and alarms

E. The Contractor shall inspect the towers’ foundations including but not limited to assessing:

1. Ground Conditions for:

a. Settlements or movements

b. Erosion

c. Overall Site condition such as drainage issues or trees that threaten the structures and

building foundations.

2. Base Conditions for:

a. Tightness of nuts and lock nuts

b. Condition of Grout

3. Concrete Conditions for:

a. Crackling, spalling, or splitting

b. Chipped, broken concrete

Page 13: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 13 of 26

c. Honeycombing

d. Moisture collection in low spots

e. Exposure

2.7 ADDITIONAL REQURIEMENTS SPECIFIC TO GUYED TOWER INSPECTIONS A. The Contractor shall perform inspections of components applicable to guyed towers as instructed by

ADEM including but not limited to the towers’ anchors, guys, antennas, and feedlines.

B. Contractor shall inspect the towers’ anchors including but not limited to assessing for:

1. Settlement, movement, and earth cracks

2. Backfill heaped over concrete for water shedding

3. Correct anchor rod condition and depth below earth (12” minimum), and confirm anchor head clear of earth

4. Corrosion

C. Contractor shall inspect the towers’ guys including but not limited to assessing:

1. Strands for:

a. Type (1x7 EHS, 1x19 bridge strand, etc.)

b. Size

c. Breaking Strength

d. Elevation

e. Adverse condition such as corrosion, breaks, nicks, kinks, etc.

2. Guy hardware for:

a. Security, safety, and proper application of turnbuckles (or equivalent)

b. Properly placed cable thimbles

c. Properly placed service sleeves

d. Cable connectors (end fittings) including but not limited to assessing for:

i. Properly applied cable clamps and pre-formed wraps (including assessing if sleeves are fully wrapped and in place)

ii. Tight bolts

iii. Properly applied wire serving

iv. Security of strandvices

v. Separation (if any) and overall security of poured sockets

Page 14: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 14 of 26

vi. Cable damage or slippage

vii. Security and condition of shackles, bolts, pins, and cotter pins

D. Contractor shall inspect the towers’ antennas including but not limited to assessing: 1. Antenna Mounts and Antennas for members that are:

a. Bent, broken, or cracked

b. Loose

c. Missing

d. Showing loose or missing bolts

2. Secure and locked adjustments

3. Elements that are:

a. Bent, broken, cracked, or bullet damaged

b. Loose

c. Missing

d. Showing loose or missing fasteners

4. Corrosion conditions

5. Radomes or cover conditions

E. Contractor shall inspect the towers’ feedlines (waveguide, coax, etc.) including but not limited to

assessing:

1. Hangers and supports for corrosion conditions and other adverse conditions

2. Flanges and seals for integrity

3. Line Condition for:

a. Dents

b. Abrasions

c. Holes

d. Leaks

e. Jacket condition

4. Grounds to ensure:

a. Top ground strap bonded both ends

Page 15: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 15 of 26

b. Bottom ground strap bonded both ends

5. Feedline support (ice shields) for:

a. Proper attachment

b. Loose and/or missing bolts

c. Bent and/or damaged members

F. The Contractor shall take guy tensions and confirm compliance with manufacturer’s recommendations.

2.8 EQUIPMENT SHELTER INSPECTION REQUIREMENTS

A. The Contractor shall perform inspections on the equipment shelter located at each Site as specified herein and as otherwise required by ADEM, including but not limited to inspections on the equipment shelter’s foundation and surrounding terrain, exterior, interior, roof and weatherproofing, and HVAC system.

B. The Contractor shall inspect the equipment shelter’s foundation, piers, and columns (if applicable)

including but not limited to inspecting:

1. For settlement, evidence of movement, and other adverse conditions

2. The surrounding terrain for erosion, standing water, inadequate drainage, and other adverse

conditions

3. The base for loose lock nuts, deteriorated grout, and other adverse conditions

4. The concrete for crackling, spalling, splitting, chipping, honeycombing, low spots, and other

adverse conditions.

C. The Contractor shall inspect the equipment shelter’s exterior including but not limited to inspecting for:

1. Visible damage to building and door

2. Wall cracking

3. Moisture stains

4. Condition of seals around wall penetration points (ports)

5. Condition of seal around the door

6. Condition of drip awning above the door

D. The Contractor shall inspect the equipment shelter’s interior including but not limited to inspecting for:

1. Deteriorated or Adverse floor conditions such as low spots, soft spots, and standing water

2. Moisture stains

3. Functional overhead lighting

Page 16: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 16 of 26

4. Adverse or deteriorated condition of cable runway system

E. The Contractor shall inspect the equipment shelter’s doorways, roof, and weather proofing including but not limited to inspecting for:

1. Visible damage

2. Inadequate drainage

3. Adverse or deteriorated condition of seals around roof penetrations

F. The Contractor shall inspect the equipment shelter’s HVAC system including but not limited to

inspecting for:

1. Visible damage to exterior housing

2. Adverse or deteriorated condition of air outlets and intake

3. Malfunctioning thermostat and thermostat obstructions

2.9 PERIMETER FENCING, ENTRY GATE, AND ACCESS ROAD INSPECTION REQUIREMENTS A. The Contractor shall perform inspections on each Site’s perimeter fencing, entry gates, and access

roads as specified herein and as requested by ADEM.

B. The Contractor shall inspect the Site’s perimeter fencing including but not limited to inspecting for:

1. Bent, broken, or missing terminal or line posts

2. Post movement

3. Holes or gaps in chain link mesh

4. Adverse and deteriorated conditions of tension bands, brace bands, and end rails

5. Adverse and deteriorated conditions of powder coating

C. The Contractor shall inspect the Site’s entry gates including but not limited to inspecting for:

1. Obstructions to the entry gate that prohibits full swinging/opening capabilities

2. Corrosion and dirt on hinges and latches

3. Improper functioning of the lock due to dirt, corrosion, and other adverse or deteriorated conditions

D. The Contractor shall inspect the Site’s access road including, but not limited to:

1. Pot holes 2. Poor drainage

3. Collapsed culverts

4. Obstructions to the road that inhibit access to the site

Page 17: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 17 of 26

2.10 COMMUNICATION SITE INSPECTION REPORT REQUIREMENTS A. The findings from the Contractor’s Site inspections will inform ADEM regarding future solicitations

issued for the required remediation and repairs to the Sites. As such, the Contractor shall issue a detailed and thorough Communications Site Inspection Report (herein after referred to as “Report”) to ADEM for each Site inspection completed.

1. A sample of ADEM’s Report is provided as Attachment B: Communications Site Inspection

Report. The Contractor may utilize Attachment B to fulfill the reporting obligations under the contract or may use Contractor’s own Report. If using Contractor’s own Report, the Contractor shall have the Report approved by ADEM prior to its utilization under the contract.

B. The Report must be clear, thorough, and organized in a manner that allows the information included

in the Report to be easily identifiable.

C. The Reports must clearly identify the Site by Site name and location.

D. In the Report, the Contractor shall include a description of all adverse conditions, beyond those ascertained by the specific inspections required by this IFB, which the Contractor determines in his/her professional expertise should be noted in the Report.

E. At minimum, the Contractor shall include the following information in the Report: 1. A description of the adverse conditions for each inspection criteria at each Site.

2. Digital photographs taken to document warranted or unusual observances or damages at each

Site, if any.

3. A clear description of all required remediation and/or repairs needed applicable to the towers, equipment shelters, fencing, gates, and access roads.

a. Contractor shall clearly prioritize the repairs and/or remediation needed as critical, major,

and minor.

4. Guy tensions

F. Contractor shall compile the Report for each Site after each Site’s inspection is complete and shall submit the Report via email to Penny Rubow at [email protected] within a timeframe subsequent to the Site inspections as approved by ADEM during contract negotiations.

G. ADEM reserves the right to have final approval of each Report the Contractor submits. Should

ADEM request additional information or request clarification of the information already contained in the Report, the Contractor shall provide the additional information and clarification to ADEM’s satisfaction and approval.

2.11 PERFORMANCE STANDARDS A. State law requires that all contracts for services include Performance Standards for measuring the

overall quality of services provided that a Contractor must meet in order to avoid assessment of damages.

B. The State may be open to negotiations of Performance Standards prior to contract award, prior to the

commencement of services, or at times throughout the contract duration. Table A: Performance Standards identifies expected deliverables, performance measures, or outcomes; and defines the acceptable standards.

Page 18: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 18 of 26

C. The State has the right to modify, add, or delete Performance Standards throughout the term of the contract, should the State determine it is in its best interest to do so. Any changes or additions to performance standards will be made in good faith following acceptable industry standards and may include the input of the Contractor so as to establish standards that are reasonably achievable.

D. All changes made to the Performance Standards will become an official part of the contract. E. Performance Standards will continue throughout the aggregate term of the contract.

F. Failure to meet the minimum Performance Standards as specified will result in the assessment of

damages.

G. In the event a Performance Standard is not met, the Contractor will have the opportunity to defend or respond to the insufficiency. The State has the right to waive damages if it determines there were extenuating factors beyond the control of the Contractor that hindered the performance of services. In these instances, the State has final determination of the performance acceptability.

H. Should any compensation be owed to the State agency due to the assessment of damages,

Contractor shall follow the direction of the State agency regarding the required compensation process.

Table A: Performance Standards

Service Criteria Acceptable Performance Damages for Insufficient Performance

Site Inspections

Contractor performs and completes Site inspections in accordance with the finalized Site Inspection Schedule.

1% penalty applicable to each week after the completion date detailed in the finalized Site Inspection Schedule whereby the Contractor fails to complete Site Inspections in accordance with the finalized Site Inspection Schedule.

Communications Site Inspection Report

Contractor includes all information required by the IFB and any additional information required by ADEM on the Site Inspection Report.

$1000 penalty for each Report the Contractor fails to provide the information required by this IFB or required by ADEM.

Contractor submits Report after each Site inspection within the timeframe approved by ADEM.

$1000 penalty for each instance whereby the Contractor fails to provide Reports for each Site inspection within the timeframe approved by ADEM. An additional $100 per day for each day after the Report due date deadline whereby the Contactor does not submit the Report to ADEM.

Page 19: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 19 of 26

SECTION 3 – CRITERIA FOR SELECTION • Do not provide responses to items in this section. 3.1 RESPONSE SCORE

A. OSP will review each Response Packet to verify submission Requirements have been met. Response Packets that do not meet submission Requirements will be rejected and will not be evaluated.

B. Prospective Contractors are advised that responses must be well-ordered, detailed, comprehensive

and clear enough to ensure a thorough evaluation.

C. An agency-appointed Evaluation Committee will evaluate and score qualifying Responses. Evaluation will be based on Prospective Contractor’s response to the Information for Evaluation section included in the Response Packet.

1. Members of the Evaluation Committee will individually review and evaluate responses and

complete an Individual Score Worksheet for each response. Individual scoring for each Evaluation Criteria will be based on the following Scoring Description.

Quality Rating

Quality of Response

Description Confidence in

Proposed Approach

5 Excellent

When considered in relation to the RFQ evaluation factor, the response squarely meets the requirement and exhibits outstanding knowledge, creativity, ability or other exceptional characteristics. Extremely good.

Very High

4 Good When considered in the relation to the RFQ evaluation factor, the response squarely meets the requirement and is better than merely acceptable.

High

3 Acceptable When considered in relation to the RFQ evaluation factor, the response is of acceptable quality.

Moderate

2 Marginal When considered in relation to the RFQ evaluation factor, the response’s acceptability is doubtful.

Low

1 Poor When considered in relation to the RFQ evaluation factor, the response is inferior.

Very Low

0 Unacceptable

When considered in relation to the RFQ evaluation factor, the response clearly does not meet the requirement, either because it was left blank or because the response is unresponsive.

No Confidence

2. After initial individual evaluations are complete, the Evaluation Committee members will meet to

discuss their individual ratings. At this consensus scoring meeting, each member will be afforded an opportunity to discuss his or her rating for each evaluation criteria.

3. After committee members have had an opportunity to discuss their individual scores with the

committee, the individual committee members will be given the opportunity to change their initial individual scores, if they feel that is appropriate.

Page 20: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 20 of 26

4. The final individual scores of the evaluators will be recorded on the Consensus Score Sheets and averaged to determine the group or consensus score for each response.

5. Other agencies, consultants, and experts may also examine documents at the discretion of the

Agency.

D. The Information for Evaluation section has been divided into sub-sections.

1. In each sub-section, items/questions have each been assigned a maximum point value of five (5) points. The total point value for each sub-section is reflected in the table below as the Maximum Score Possible.

2. The agency has assigned Weighted Percentages to each sub-section according to its significance.

Information for Evaluation Sub-Sections

Maximum Raw

Points Possible

Sub-Section’s Weighted

Percentage

* Maximum Weighted

Score Possible

E.1. QUALIFICATIONS AND EXPERIENCE 25 30% 300

E.2. PROJECT EXECUTION 20 50% 500

E.3. MONITORING AND REPORTING 10 20% 200

Total Technical Score 55 100% 1000

*Sub-Section’s Percentage Weight x Total Weighted Score = Maximum Weighted Score Possible for the sub-section.

E. The response’s weighted score for each sub-section will be determined using the following formula:

(A/B)*C =D

A = Actual Raw Points received for sub-section in evaluation B = Maximum Raw Points possible for sub-section C = Maximum Weighted Score possible for sub-section D = Weighted Score received for sub-section

F. The response’s weighted scores for sub-sections will be added to determine the Total Score for the

response.

3.2 PROSPECTIVE CONTRACTOR ACCEPTANCE OF EVALUATION TECHNIQUE A. Prospective Contractor must agree to all evaluation processes and procedures as defined in this

solicitation.

B. The submission of a Response Packet signifies the Prospective Contractor’s understanding and agreement that subjective judgments will be made during the evaluation and scoring of the responses.

Page 21: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 21 of 26

SECTION 4 – GENERAL CONTRACTUAL REQUIREMENTS

• Do not provide responses to items in this section. 4.1 PAYMENT AND INVOICE PROVISIONS

A. Forward invoices to:

Arkansas Division of Emergency Management Building 9501 Camp Joseph T. Robinson North Little Rock, AR 72199

B. Payment will be made in accordance with applicable State of Arkansas accounting procedures upon acceptance goods and services by the agency.

C. Do not invoice the State in advance of delivery and acceptance of any goods or services.

D. Payment will be made only after the Contractor has successfully satisfied the agency as to the

reliability and effectiveness of the goods or services purchased as a whole.

E. The Contractor should invoice the agency by an itemized list of charges. The agency’s Purchase Order Number and/or the Contract Number should be referenced on each invoice.

F. Other sections of this Bid Solicitation may contain additional Requirements for invoicing.

G. Selected Contractor must be registered to receive payment and future Bid Solicitation notifications.

Prospective Contractors may register on-line at https://www.ark.org/contractor/index.html. 4.2 GENERAL INFORMATION

A. The State will not: 1. Lease any equipment or software for a period of time which continues past the end of a fiscal

year unless the contract allows for cancellation by the State Procurement Official upon a 30 day written notice to the Contractor/lessor in the event funds are not appropriated.

2. Contract with another party to indemnify and defend that party for any liability and damages.

3. Pay damages, legal expenses, or other costs and expenses of any other party.

4. Continue a contract once any equipment has been repossessed.

5. Agree to any provision of a contract which violates the laws or constitution of the State of Arkansas.

6. Enter a contract which grants to another party any remedies other than the following:

a. The right to possession.

b. The right to accrued payments.

c. The right to expenses of deinstallation.

d. The right to expenses of repair to return the equipment to normal working order, normal wear and tear excluded.

Page 22: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 22 of 26

e. The right to recover only amounts due at the time of repossession and any unamortized

nonrecurring cost as allowed by Arkansas Law.

B. Any litigation involving the State must take place in Pulaski County, Arkansas.

C. The laws of the State of Arkansas govern this contract.

D. A contract is not effective prior to award being made by a State Procurement Official. CONDITIONS OF CONTRACT

A. Observe and comply with federal and State of Arkansas laws, local laws, ordinances, orders, and regulations existing at the time of, or enacted subsequent to the execution of a resulting contract which in any manner affect the completion of the work.

B. Indemnify and save harmless the agency and all its officers, representatives, agents, and employees

against any claim or liability arising from or based upon the violation of any such law, ordinance, regulation, order or decree by an employee, representative, or subcontractor of the Contractor.

4.2 STATEMENT OF LIABILITY

A. The State will demonstrate reasonable care but will not be liable in the event of loss, destruction or theft of Contractor-owned equipment or software and technical and business or operations literature to be delivered or to be used in the installation of deliverables and services. The Contractor will retain total liability for equipment, software and technical and business or operations literature. The State will not at any time be responsible for or accept liability for any Contractor-owned items.

B. The Contractor’s liability for damages to the State will be limited to the value of the Contract. The

foregoing limitation of liability will not apply to claims for infringement of United States patent, copyright, trademarks or trade secrets; to claims for personal injury or damage to property caused by the gross negligence or willful misconduct of the Contractor; to claims covered by other specific provisions of the Contract calling for damages; or to court costs or attorney’s fees awarded by a court in addition to damages after litigation based on the Contract. The Contractor and the State will not be liable to each other, regardless of the form of action, for consequential, incidental, indirect, or special damages. This limitation of liability will not apply to claims for infringement of United States patent, copyright, trademark or trade secrets; to claims for personal injury or damage to property caused by the gross negligence or willful misconduct of the Contractor; to claims covered by other specific provisions of the Contract calling for damages; or to court costs or attorney’s fees awarded by a court in addition to damages after litigation based on the Contract.

C. Language in these terms and conditions must not be construed or deemed as the State’s waiver of

its right of sovereign immunity. The Contractor agrees that any claims against the State, whether sounding in tort or in contract, will be brought before the Arkansas Claims Commission as provided by Arkansas law and governed accordingly.

4.3 RECORD RETENTION

A. Maintain all pertinent financial and accounting records and evidence pertaining to the contract in accordance with generally accepted principles of accounting and as specified by the State of Arkansas Law. Upon request, grant access to State or Federal Government entities or any of their duly authorized representatives.

B. Make financial and accounting records available, upon request, to the State of Arkansas's

designee(s) at any time during the contract period and any extension thereof, and for five (5) years from expiration date and final payment on the contract or extension thereof.

Page 23: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 23 of 26

C. Other sections of this Bid Solicitation may contain additional Requirements regarding record retention.

4.4 PRICE ESCALATION

A. Price increases will be considered at the time of contract renewal.

B. The Contractor must provide to OSP a written request for the price increase. The request must include supporting documentation demonstrating that the increase in contract price is based on an increase in market price. OSP has the right to require additional information pertaining to the requested increase.

C. Increases will not be considered to increase profit or margins.

D. OSP has the right to approve or deny the request.

4.5 CONFIDENTIALITY

A. The Contractor, Contractor’s subsidiaries, and Contractor’s employees will be bound to all laws and to all Requirements set forth in this Bid Solicitation concerning the confidentiality and secure handling of information of which they may become aware of during the course of providing services under a resulting contract.

B. Consistent and/or uncorrected breaches of confidentiality may constitute grounds for cancellation of a

resulting contract, and the State has the right to cancel the contract on these grounds.

C. Previous sections of this Bid Solicitation may contain additional confidentiality Requirements. 4.6 CONTRACT INTERPRETATION

Should the State and Contractor interpret specifications differently, either party may request clarification. However, if an agreement cannot be reached, the determination of the State is final and controlling.

4.7 CANCELLATION

A. For Cause. The State may cancel any contract resulting from this solicitation for cause when the Contractor fails to perform its obligations under it by giving the Contractor written notice of such cancellation at least thirty (30) days prior to the date of proposed cancellation. In any written notice of cancellation for cause, the State will advise the Contractor in writing of the reasons why the State is considering cancelling the contract and provide the Contractor with an opportunity to avoid cancellation for cause by curing any deficiencies identified in the notice of cancellation for cause prior to the date of proposed cancellation. To the extent permitted by law and at the discretion of the parties, the parties may agree to minor amendments to the contract and avoid the cancellation for cause upon mutual agreement.

B. For Convenience. The State may cancel any contract resulting from the solicitation by giving the

Contractor written notice of such cancellation sixty (60) days prior to the date of cancellation.

C. If upon cancellation the Contractor has provided commodities or services which the State of Arkansas has accepted, and there are no funds legally available to pay for the commodities or services, the Contractor may file a claim with the Arkansas Claims Commission under the laws and regulations governing the filing of such claims.

4.8 SEVERABILITY

If any provision of the contract, including items incorporated by reference, is declared or found to be illegal, unenforceable, or void, then both the agency and the Contractor will be relieved of all obligations arising under such provision. If the remainder of the contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed.

Page 24: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 24 of 26

SECTION 5 – STANDARD TERMS AND CONDITIONS

• Do not provide responses to items in this section. 1. GENERAL: Any special terms and conditions included in this solicitation shall override these Standard

Terms and Conditions. The Standard Terms and Conditions and any special terms and conditions shall become part of any contract entered into if any or all parts of the bid are accepted by the State of Arkansas.

2. ACCEPTANCE AND REJECTION: The State shall have the right to accept or reject all or any part of a bid or any and all bids, to waive minor technicalities, and to award the bid to best serve the interest of the State.

3. BID SUBMISSION: Original Response Packets must be submitted to the Office of State Procurement on or before the date and time specified for bid opening. The Response Packet must contain all documents, information, and attachments as specifically and expressly required in the Bid Solicitation. The bid must be typed or printed in ink. The signature must be in ink. Unsigned bids shall be rejected. The person signing the bid should show title or authority to bind his firm in a contract. Multiple responses must be placed in separate packages and should be completely and properly identified. Late bids shall not be considered under any circumstances.

4. PRICES: Bid unit price F.O.B. destination. In case of errors in extension, unit prices shall govern. Prices shall be firm and shall not be subject to escalation unless otherwise specified in the Bid Solicitation. Unless otherwise specified, the bid must be firm for acceptance for thirty days from the bid opening date. "Discount from list" bids are not acceptable unless requested in the Bid Solicitation.

5. QUANTITIES: Quantities stated in a Bid Solicitation for term contracts are estimates only, and are not guaranteed. Contractor must bid unit price on the estimated quantity and unit of measure specified. The State may order more or less than the estimated quantity on term contracts. Quantities stated on firm contracts are actual Requirements of the ordering agency.

6. BRAND NAME REFERENCES: Unless otherwise specified in the Bid Solicitation, any catalog brand name or manufacturer reference used in the Bid Solicitation is descriptive only, not restrictive, and used to indicate the type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than referenced specifications, the bid must show the manufacturer, brand or trade name, and other descriptions, and should include the manufacturer's illustrations and complete descriptions of the product offered. The State shall have the right to determine whether a substitute offered is equivalent to and meets the standards of the item specified, and the State may require the Contractor to supply additional descriptive material. The Contractor shall guarantee that the product offered will meet or exceed specifications identified in this Bid Solicitation. Contractors not bidding an alternate to the referenced brand name or manufacturer shall be required to furnish the product according to brand names, numbers, etc., as specified in the solicitation.

7. GUARANTY: All items bid shall be newly manufactured, in first-class condition, latest model and design, including, where applicable, containers suitable for shipment and storage, unless otherwise indicated in the Bid Solicitation. The Contractor hereby guarantees that everything furnished hereunder shall be free from defects in design, workmanship and material, that if sold by drawing, sample or specification, it shall conform thereto and shall serve the function for which it was furnished. The Contractor shall further guarantee that if the items furnished hereunder are to be installed by the Contractor, such items shall function properly when installed. The Contractor shall guarantee that all applicable laws have been complied with relating to construction, packaging, labeling and registration. The Contractor's obligations under this paragraph shall survive for a period of one year from the date of delivery, unless otherwise specified herein.

8. SAMPLES: Samples or demonstrators, when requested, must be furnished free of expense to the State. Each sample should be marked with the Contractor's name and address, bid or contract number and item number. If requested, samples that are not destroyed during reasonable examination will be returned at

Page 25: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 25 of 26

Contractor's expense. After reasonable examination, all demonstrators will be returned at Contractor’s expense.

9. TESTING PROCEDURES FOR SPECIFICATIONS COMPLIANCE: Tests may be performed on samples or demonstrators submitted with the bid or on samples taken from the regular shipment. In the event products tested fail to meet or exceed all conditions and Requirements of the specifications, the cost of the sample used, and the reasonable cost of the testing shall be borne by the Contractor.

10. AMENDMENTS: Prospective Contractor’s responses cannot be altered or amended after the bid opening except as permitted by regulation.

11. TAXES AND TRADE DISCOUNTS: Do not include State or local sales taxes in the bid price. Trade discounts should be deducted from the unit price and the net price should be shown in the bid.

12. AWARD: Term Contract: A contract award will be issued to the successful Contractor. It results in a binding obligation without further action by either party. This award does not authorize shipment. Shipment is authorized by the receipt of a purchase order from the ordering agency. Firm Contract: A written State purchase order authorizing shipment will be furnished to the successful Contractor.

13. DELIVERY ON FIRM CONTRACTS: This solicitation shows the number of days to place a commodity in the ordering agency's designated location under normal conditions. If the Contractor cannot meet the stated delivery, alternate delivery schedules may become a factor in an award. The Office of State Procurement shall have the right to extend delivery if reasons appear valid. If the date is not acceptable, the agency may buy elsewhere, and any additional cost shall be borne by the Contractor.

14. DELIVERY REQUIREMENTS: No substitutions or cancellations are permitted without written approval of the Office of State Procurement. Delivery shall be made during agency work hours only 8:00 a.m. to 4:30 p.m. Central Time, unless prior approval for other delivery has been obtained from the agency. Packing memoranda shall be enclosed with each shipment.

15. STORAGE: The ordering agency is responsible for storage if the Contractor delivers within the time required and the agency cannot accept delivery.

16. DEFAULT: All commodities furnished shall be subject to inspection and acceptance of the ordering agency after delivery. Back orders, default in promised delivery, or failure to meet specifications shall authorize the Office of State Procurement to cancel this contract or any portion of it and reasonably purchase commodities elsewhere and charge full increase, if any, in cost and handling to the defaulting Contractor. The Contractor must give written notice to the Office of State Procurement and ordering agency of the reason and the expected delivery date. Consistent failure to meet delivery without a valid reason may cause removal from the Contractors list or suspension of eligibility for award.

17. VARIATION IN QUANTITY: The State assumes no liability for commodities produced, processed or shipped in excess of the amount specified on the agency's purchase order.

18. INVOICING: The Contractor shall be paid upon the completion of all of the following: (1) submission of an original and the specified number of copies of a properly itemized invoice showing the bid and purchase order numbers, where itemized in the Bid Solicitation, (2) delivery and acceptance of the commodities and (3) proper and legal processing of the invoice by all necessary State agencies. Invoices must be sent to the "Invoice To" point shown on the purchase order.

19. STATE PROPERTY: Any specifications, drawings, technical information, dies, cuts, negatives, positives, data or any other commodity furnished to the Contractor hereunder or in contemplation hereof or developed by the Contractor for use hereunder shall remain property of the State, shall be kept confidential, shall be used only as expressly authorized, and shall be returned at the Contractor's expense to the F.O.B. point provided by the agency or by OSP. Contractor shall properly identify items being returned.

20. PATENTS OR COPYRIGHTS: The Contractor must agree to indemnify and hold the State harmless from all claims, damages and costs including attorneys' fees, arising from infringement of patents or copyrights.

21. ASSIGNMENT: Any contract entered into pursuant to this solicitation shall not be assignable nor the duties thereunder delegable by either party without the written consent of the other party of the contract.

Page 26: REQUEST FOR QUALIFICATION

Bid Solicitation Document Bid No. SP-21-0021

Page 26 of 26

22. DISCRIMINATION: In order to comply with the provision of Act 954 of 1977, relating to unfair employment practices, the Contractor agrees that: (a) the Contractor shall not discriminate against any employee or applicant for employment because of race, sex, color, age, religion, handicap, or national origin; (b) in all solicitations or advertisements for employees, the Contractor shall state that all qualified applicants shall receive consideration without regard to race, color, sex, age, religion, handicap, or national origin; (c) the Contractor will furnish such relevant information and reports as requested by the Human Resources Commission for the purpose of determining compliance with the statute; (d) failure of the Contractor to comply with the statute, the rules and regulations promulgated thereunder and this nondiscrimination clause shall be deemed a breach of contract and it may be cancelled, terminated or suspended in whole or in part; (e) the Contractor shall include the provisions of above items (a) through (d) in every subcontract so that such provisions shall be binding upon such subcontractor or Contractor.

23. CONTINGENT FEE: The Contractor guarantees that he has not retained a person to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except for retention of bona fide employees or bona fide established commercial selling agencies maintained by the Contractor for the purpose of securing business.

24. ANTITRUST ASSIGNMENT: As part of the consideration for entering into any contract pursuant to this solicitation, the Contractor named on the Response Signature Page for this solicitation, acting herein by the authorized individual or its duly authorized agent, hereby assigns, sells and transfers to the State of Arkansas all rights, title and interest in and to all causes of action it may have under the antitrust laws of the United States or this State for price fixing, which causes of action have accrued prior to the date of this assignment and which relate solely to the particular goods or services purchased or produced by this State pursuant to this contract.

25. DISCLOSURE: Failure to make any disclosure required by Governor's Executive Order 98-04, or any violation of any rule, regulation, or policy adopted pursuant to that order, shall be a material breach of the terms of this contract. Any Contractor, whether an individual or entity, who fails to make the required disclosure or who violates any rule, regulation, or policy shall be subject to all legal remedies available to the agency.

Page 27: REQUEST FOR QUALIFICATION

Troop Number Site Name County LAT DEG LON DEG LAT DEC LON DEC

Tower Height

Tower Type Tower MFG

Shelter Size Shelter MFG

A01 Roosevelt Rd Pulaski 34 43 29.9 092 18 57 34.7249722 -92.3158333 200 3ST-SS Andrew 16 x14 Morgan

A02 Roosevelt Rd Pulaski 34 43 29.9 092 18 57 34.7249722 -92.3158333 200 3ST-SS Andrew 12x30 VFP

A05 Shinall Mtn Pulaski 34 48 03 092 30 03 34.8008333 -92.5008333 225 80Guy Rohn 16 x 13 L&R

A09 State HQ Pulaski 34 40 34.3 092 20 24.5 34.6761944 -92.3401389 250 SSV Rohn N/A Unknown

A10 Lonoke Lonoke 34 44 24 091 55 11 34.7400000 -91.9197222 360 80Guy Rohn 12 x 12 L&R

A11 NE Cabot Lonoke 34 59 49.7 092 04 03.5 34.9971389 -92.0676389 200 Guyed 12 x 16 VFP

A13 Ozark Mtn Pulaski 34 45 26 092 18 32 34.7572222 -92.3088889 150 Guyed 12x30

A14 Shinall Mtn Pulaski 34 47 59 092 30 09 34.7997222 -92.5025000 350 SS Valmont 12x24 VFP

A15 ADEM EOC Pulaski 34 49 49.57 092 17 08.8 34.8304361 -92.2857722 100 U-5.0 Valmont

A17 Lonoke SO Lonoke 34 47 0.9 091 54 05.4 34.7835833 -91.9015000 350 SST Valmont 12x24 VFP

A19 ADH-MEMS South Pulaski 34 44 34 092 17 2 34.7427778 -92.2838889

A20 ADH EOC Pulaski 34 45 04 092 19 35 34.7511111 -92.3263889

A21 NLR Dispatch Pulaski 34 45 57 092 16 18.75 34.7658333 -92.2718611 75 SST

A22 LR Dispatch Pulaski 34 44 58.28 092 16 42 34.7495000 -92.2783333 100 SST

A23 Watson Road Pulaski 34 54 14.3 092 14 16.5 34.9039722 -92.2379167 140 SST 12 x 24

A24 Jacksonville Pulaski 34 53 22 092 9 31 34.8894444 -92.1502778 150

A25 Jacksonville Dispatch Pulaski 34 52 53.6 092 7 38.2 34.8815556 -92.1189444 75

A26 UAMS Dispatch Pulaski 34 44 43 092 19 28 34.7452778 -92.3244444

A27 Benton RF Saline 34 33 46.27 092 35 10.42 34.5628333 -92.5862222 170

A28 Sherwood Dispatch Pulaski 34 50 2.5 092 12 29.3 34.8340278 -92.2081389 190 SST

A29 Pulaski County Dispatch Pulaski 34 43 26.7 092 18 27 34.7240833 -92.3075000 60 Guyed

A31 AHTD Pulaski 34 40 16 092 22 58 34.6711111 -92.3827778

A32 AGFC Dispatch Faulkner 34 57 43 092 22 45 34.9619444 -92.3791667

A33 AWIN Pulaski 34 49 49.57 092 17 08.8 34.8304361 -92.2857722 100 U-5.0 Valmont

B01 Newport HQ Jackson 35 38 20 091 15 04 35.6388889 -91.2511111 260 3ST-SS Andrew 12 x 10 L&R

B03 Ash Flat Sharp 36 09 53 091 37 07 36.1647222 -91.6186111 220 8x10 L&R

B04 Oakland Jackson 35 30 36 091 27 07 35.5100000 -91.4519444 265 80Guy Rohn 16x10 L&R

B14 Wallace Knob Fulton 36 22 37 091 51 49 36.3769444 -91.8636111 160 12x12 L&R

B15 Irons Mtn. Stone 35 51 37 092 00 56 35.8602778 -92.0155556 160 80Guy Rohn 12x12 L&R

B18 Big Lick Hill Lawrence 36 10 48 091 16 48 36.1800000 -91.2800000 310 12 x 16 VFP

B19 Heber Springs Cleburne 35 36 19 092 01 50 35.6052778 -92.0305556 350 80Guy Rohn 12x10 L&R

B21 Floyd White 35 11 23 091 54 31 35.1897222 -91.9086111 380 80Guy Rohn 12x10 L&R

ATTACHMENT A: ARKANSAS WIRELESS INFORMATION NETWORK (AWIN) SITE INFORMATION

Page 28: REQUEST FOR QUALIFICATION

B24 Batesville Independence35 36 36.2 091 33 58.4 35.6100556 -91.5662222 300 M46Guy Andrew 12x10 Rohn

C01 Burdette Mississippi 35 48 59 089 57 52 35.8163889 -89.9644444 300 12x10 L&R

C03 Harrisburg Poinsett 35 35 58 090 41 07 35.5994444 -90.6852778 385 80Guy Rohn 10x8 L&R

C05 Jonesboro Craighead 35 48 36 090 41 02 35.8100000 -90.6838889 220 80Guy Rohn 16x12 L&R

C07 Crowley's Ridge Greene 36 02 46 090 38 52 36.0461111 -90.6477778 325 80Guy Rohn

C09 Jonesboro Rpt Craighead 35 49 30 090 45 17 35.8250000 -90.7547222 290 3ST-SS Andrew 12x16 Miller

C10 Cooley Hill Randolph 36 20 51 091 02 54 36.3475000 -91.0483333 315 12x12 L&R

C15 Hopewell Greene 36 15 20 090 24 39 36.2555556 -90.4108333 265 10x12 L&R

C16 Monette Craighead 35 58 07 090 19 08 35.9686111 -90.3188889 250 8x10 L&R

C18 Lake City Craighead 35 48 31 090 25 59.9 35.8086111 -90.4333333 320 12 x 16 VFP

C19 Jonesboro Disptach Craighead 35 50 19.8 090 42 29.4 35.8388333 -90.7081667 N/A N/A N/A N/A County Bldg

D00 Forrest City HQ St. Francis 35 02 26 090 47 28 35.0405556 -90.7911111 240 3ST-SS Andrew 12x10 L&R

D01 Forrest City TX St. Francis 35 02 57 090 47 04 35.0491667 -90.7844444 350 80Guy Rohn 12 x 16 VFP

D10 Fair Oaks Cross 35 14 31 091 01 50 35.2419444 -91.0305556 385 80Guy Rohn 16x10 L&R

D11 Shell Lake Crittenden 35 08 14 090 27 13 35.1372222 -90.4536111 310 12x12 L&R

D12 Barton Phillips 34 32 54 090 45 53 34.5483333 -90.7647222 360 12x12 L&R

D17 Devalls Bluff Prairie 34 48 13 091 28 38 34.8036111 -91.4772222 310 80Guy Rohn 12x10 L&R

D19 Becton Woodruff 35 03 12 091 14 15 35.0533333 -91.2375000 260 80Guy Rohn 12x10 L&R

D20 Crittenden Dispatch Crittenden 35 10 29.7 090 11 30.3 35.1742167 -91.1916667 230 SS Rohn

D21 West Memphis Crittenden 35 10 29.7 090 11 30.3 35.1742167 -91.1916667 230 SS Rohn

E01 Pine Bluff HQ Jefferson 34 13 36 092 04 56 34.2266667 -92.0822222 180 80Guy Rohn 10 x 12 Rohn

E05 Dewitt Arkansas 34 18 48 091 19 59.4 34.3133333 -91.3331667 200 80Guy Rohn 12 x 12 Rohn

E06 Lodge Corner Arkansas 34 21 02 091 32 09 34.3505556 -91.5358333 300 80Guy Rohn 10 x 8 Rohn

E10 Cummins Arkansas 34 02 59 091 36 48 34.0497222 -91.6133333 300 M46Guy Andrew 10 x 10 Miller

E11 Jefferson Arsenal Jefferson 34 17 06.3 092 02 04.5 34.2850833 -92.0345833 400 Guyed Rohn

E12 Jefferson NW Jefferson 34 20 43.1 092 11 4.1 34.3453056 -92.1844722 200 SS Pirod 12x16 VFP

E13 Jefferson SW Jefferson 34 09 28.8 092 10 48 34.1580000 -92.1800000 200 SS Pirod 12x16 VFP

E14 Jefferson EOC Jefferson 34 13 46 092 00 11 34.2294444 -92.0030556 100 SS Unknown

E15 Preston Ferry Arkansas 34 32 01 091 18 54 34.5336111 -91.3150000 200 Guy Unknown 10x12

E16 Star City Lincoln 33 57 13 091 52 42 33.9536111 -91.8783333 200 Guy Unknown 10x12

F01 Warren HQ Bradley 33 38 03 092 03 50 33.6341667 -92.0638889 310 80Guy Rohn 16 x 12 Rohn

F01 Warren HQ Bradley 33 38 03 092 03 50 33.6341667 -92.0638889 320

F03 Camden Ouachita 33 36 36 092 54 14 33.6100000 -92.9038889 300 80Guy Rohn 12 x 16 VFP

F05 Ramsey Dallas 33 53 50 092 33 00 33.8972222 -92.5500000 295 80Guy Rohn 12 x 12 L&R

Page 29: REQUEST FOR QUALIFICATION

F06 KTVE Huttig Union 33 04 56 092 13 39 33.0822222 -92.2275000 410 80Guy Rohn 12 x 16 VFP

F07 Hampton F.T. Calhoun 33 38 19 092 27 38 33.6386111 -92.4605556 265 80Guy Rohn 10 x 8 L&R

F12 Ingalls Bradley 33 23 32 092 08 45 33.3922222 -92.1458333 300 80Guy Rohn 10 x 8 L&R

F14 Winchester Drew 33 46 17 091 28 41 33.7713889 -91.4780556 300 80Guy Rohn 12 x 12 L&R

F15 Sunshine Ashley 33 10 53 091 31 51 33.1813889 -91.5308333 310 12 x 12 Rohn

F18 Junction City Union 33 04 35 092 41 29 33.0763889 -92.6913889 400 12 x 16 VFP

F20 Hamburg Ashley 33 10 32 091 41 58 33.1755556 -91.6994444 175 10 x 8 Rohn

F22 Rose Hill Drew 33 42 51 091 48 53 33.7141667 -91.8147222 180 80Guy Rohn 10 x 8 Rohn

G01 Hope HQ Hempstead 33 41 31 093 35 53 33.6919444 -93.5980556 195 80Guy Rohn 12 x 16 VFP

G02 Ben Lomond Sevier 33 50 44 094 06 42 33.8455556 -94.1116667 200 10x8 L&R

G03 Tall Peak Polk 34 23 12 094 02 35 34.3866667 -94.0430556 200 80Guy Rohn 15 x 20 spliNat. Forest

G04 Prescott Nevada 33 49 04 093 25 39 33.8177778 -93.4275000 150 3ST-SS Andrew 10x10 Miller

G10 Mt. Moriah Nevada 33 37 33 093 22 26 33.6258333 -93.3738889 300 80Guy Rohn 12 x 16 VFP

G25 Yancey Hempstead 33 51 11 093 48 34 33.8530556 -93.8094444 310 80Guy Rohn 16x10 L&R

G28 Cross Road Little River 33 50 08 094 25 19 33.8355556 -94.4219444 360 12x10 L&R

G29 Macedonia Columbia 33 11 51 093 16 51 33.1975000 -93.2808333 290 12x12 L&R

G30 Clearlake Hempstead 33 29 42 093 40 23 33.4950000 -93.6730556 295 8x10 L&R

G32 Stamps Lafayette 33 20 42 093 28 53 33.3450000 -93.4813889 195 8x10 Rohn

G33 New Boston Road Bowie 33 26 14 094 04 32 33.4372222 -94.0755555 400 12 x 24 VFP

G34 Wolf Mountain Miller 33 23 35.9 093 51 35 33.3933333 -93.8597222 440 12 x 16 VFP

G35 Bright Star Miller 33 06 55 093 59 26 33.1152778 -93.9905556 300 Dupont (from NB)

H00 Ft. Smith HQ Sebastian 35 24 10 094 22 01 35.4027778 -94.3669444 100 12 x 10 Rohn

H02 Mt. Magazine Logan 35 09 52 093 40 48 35.1644444 -93.6800000 120 80Guy Rohn 15 x 20 spliNat. Forest

H03 White Oak Scott 34 58 44 093 56 40 34.9788889 -93.9444444 260 80Guy Rohn 12 x 20 Nat. Forest

H15 Poteau Sebastian 34 57 45 094 22 25 34.9625000 -94.3736111 210 12 x 20 Nat. Forest

H17 Pine Mtn. Crawford 35 37 47 094 21 57 35.6297222 -94.3658333 315 12 x 20 Nat. Forest

H18 Bowels Mtn. Franklin 35 42 51 093 57 14 35.7141667 -93.9538889 370 80Guy Rohn 12 x 10 Rohn

H19 Crowe Hill Sebastian 35 20 46.6 094 23 45.1 35.3462778 -94.3958611 115 Valmont 12 x 36 VFP

H20 Massard Sebastian 35 18 10.8 094 20 54.3 35.3030000 -94.3484167 180 Valmont 10 x 12 VFP

H21 Mountainburg Crawford 35 38 24.7 094 11 42.6 35.6401944 -94.1951667 100 Valmont 10 x 12 VFP

H22 Ft. Smith Dispatch Sebastian 35 22 57.5 094 25 26.8 35.3826389 -94.4241111

H23 Ft. Smith EOC Sebastian 35 17 31.4 094 19 38.2 35.2920556 -94.3272778

H24 Kelley Hwy Sebastian 35 24 6.9 094 23 8.02 35.4019167 -94.3855611

H25 Sebastian SO Disp Sebastian 35 22 56.8 094 25 32.2 35.3824444 -94.4256111

Page 30: REQUEST FOR QUALIFICATION

H26 Ft. Smith Sanitation Sebastian 35 17 32.6 094 22 7.9 35.2923889 -94.3688611

I03 Marshall Searcy 35 53 03 092 37 39 35.8841667 -92.6275000 300 80Guy Rohn 12 x 24 VFP

I05 Harrison HQ Boone 36 16 05.2 093 06 00.6 36.2681111 -93.1001667 10 x 12 Rohn

I06 George Mtn. Newton 35 50 42 092 59 51 35.8450000 -92.9975000 300 80Guy Rohn 10 x 12 Rohn

I15 Tar Kiln Marion 36 19 46 092 51 36 36.3294444 -92.8600000 300 80Guy Rohn 12 x 16 VFP

I18 Shiloh Mtn. Newton 35 55 27 093 21 07 35.9241667 -93.3519444 300 80Guy Rohn 12 x 16 VFP

I19 Gaither Mtn. Boone 36 10 09 093 14 58 36.1691667 -93.2494444 470 80Guy Rohn 12 x 16 VFP

I20 Hickman Knob Baxter 36 20 42 092 25 07 36.3450000 -92.4186111 317 12 x 10 Rohn

J02 Clarksville HQ Johnson 35 27 52 093 31 23 35.4644444 -93.5230556 100 80Guy Rohn 12 x 10 Rohn

J03 Red Hill Van Buren 35 43 34 092 30 58 35.7261111 -92.5161111 300 80Guy Rohn 12 x 12 Rohn

J04 Guy Faulkner 35 19 43 092 16 34 35.3286111 -92.2761111 285 80Guy Rohn 16 x 10 Rohn

J05 Hector Pope 35 29 44 092 53 50 35.4955556 -92.8972222 300 80Guy Rohn 25 x 12 Nat. Forest

J09 Katies Knob Johnson 35 35 50.2 093 25 40.6 35.5972778 -93.4279444 115 80Guy Rohn 12 x 10 Rohn

J11 Dutch Creek Yell 34 57 49 093 32 23 34.9636111 -93.5397222 100 20 x 12 Nat. Forest

J15 Nimrod Perry 34 59 03 093 04 12 34.9841667 -93.0700000 270 80Guy Rohn 12 x 10 Rohn

J20 Round Mountain Faulkner 35 00 28 092 28 42 35.0077778 -92.4783333 235 80Guy Rohn 12 x 12 Rohn

J23 Russellville Pope 35 16 23 093 10 7 35.2730556 -93.1686111 140 Water Tower 10x12 VFP

K03 Gurdon Clark 33 53 57 093 06 04 33.8991667 -93.1011111 300 80Guy Rohn 12 x 12 L&R

K04 Hot Springs HQ Garland 34 30 50 093 07 26 34.5138889 -93.1238889 112 80Guy Rohn 10 x 12 L&R

K06 Blowout Mtn.(Equipment mo Garland 34 34 02 093 04 59 34.5672222 -93.0830556 300 80Guy Rohn 16 x 10 L&R

K07 Jack Mtn. Hot Springs 34 22 20 093 02 53 34.3722222 -93.0480556 400 TVTwr CENT4800 11 x 11 DuroBond

K11 Rich Mtn. Polk 34 40 27 094 19 43 34.6741667 -94.3286111 120 12 x 20 Nat. Forest

K12 Sheridan Grant 34 14 16 092 24 10 34.2377778 -92.4027778 345 80Guy Rohn 12 x 24 VFP

K13 High Peak Montgomery 34 28 22 093 36 20 34.4727778 -93.6055556 200 SSV Rohn 12 x 20 Nat. Forest

K17 Delight Pike 34 00 55 093 29 04 34.0152778 -93.4844444 300 12 x 16 VFP

K18 Grant North Grant 34 24 51.1 092 23 01.2 34.4141944 -92.3836667 250 Guy Pirod 12 x 16 VFP

K19 Grant West Grant 34 18 39.0 092 33 20.5 34.3108333 -92.5556944 320 SS Pirod 12 x 16 VFP

K20 Lake Winona Hot Springs 34 50 13.0 092 52 53 34.8369444 -92.8813889 130 3ST-SS Andrew 12 x 24 Miller

K21 Grant EOC Grant 34 18 28.3 092 23 22.6 34.3078611 -92.3896111 185 SS Pirod

K23 Magnet Lookout Saline 34 30 04 092 49 19 34.5011111 -92.8219444 390 80Guy Rohn 12 x 12 L&R

K24 Pearcy Garland 34-26-56.10N 093-16-0.93WK25 Ouachita Pinnacle Garland 34-43-47.70N 093-13-30.30WK30 Crown Castle Garland 34-33-47.79N 93-01-26.64WL03 Springdale HQ Washington 36 10 41 094 11 08 36.1780556 -94.1855556 190 SSV Rohn 12x16 VFP

Page 31: REQUEST FOR QUALIFICATION

L06 Swain Mountain Madison 36 17 54 093 45 45 36.2983333 -93.7625000 315 10 x 12 Rohn

L17 West Fork Washington 35 51 08 094 14 33 35.8522222 -94.2425000 330 80Guy Rohn 12 x10 Rohn

L19 Vaughn Benton 36 19 01 094 21 05 36.3169444 -94.3513889 300 80Guy Rohn 12 x 12 Rohn

L21 Combs Boone 35 51 44 093 49 53 35.8622222 -93.8313889 370 80Guy Rohn 12 x 10 L&R

L22 Sequoyah Washington 36 03 47.5 094 08 38.3 36.0631944 -94.1439722 130 water tower

L23 Dinsmore Washington 36 03 49 094 12 25 36.0636111 -94.2069444 195 Guyed 12x10 Crown Castle

L24 Fulbright Washington 36 06 50 094 08 33.8 36.1138889 -94.1427222 140 Monopole 12x10 Crown Castle

L25 Fayetteville PD Washington 36 03 40 094 09 39.6 36.0611111 -94.1610000 25 buliding top

L26 Rogers Dispatch Benton 36 18 38.81 94 08 33.48 300 World Tower

L27 Dixieland Benton 36 18 38.84 094 08 33.48 36.3107890 -94.1426330

L28 Park Road Benton 36 20 25.84 094 03 26.44 36.3405110 -94.0573440

Page 32: REQUEST FOR QUALIFICATION

ATTACHMENT B: SAMPLE COMMUNICATIONS SITE INSPECTION REPORT

Site Name:Site Number:Site Location:Date of Inspection:Names of persons inspecting the site:

Tower Inspection Building InspectionExposed concrete foundations Foundation (footings, piers and columns)Weep holes Weather proofing/sealing of roof, doorwaysAnchor rods above grade Grounding (R-56)Earth/overburden – over anchor foundations Transmission line entry portsTurnbuckles HVAC systemPins Interior and exterior lightingClevises Fire extinguisherSafety wires Building penetration pointsThimblesGripsIce-shields Grounds InspectionLegs Perimeter fencingFlanges Entry gatesFlange bolts Access roadsClimbing laddersStep-boltsCross-bracesDiagonalsTorque/star-arms, mountsZ-bracketsClampsSupport/mount pipesAll nuts, boltsFAA lightingFAA required paint where applicableStructural analysis for tower loading and usage

Tower Score

Building Score

Grounds Score

Assessment of SiteEach element please describe the repairs that are needed. Each element should be scored in order of repair urgency 1 - Most Urgent - 4 - Least Urgent

Description: (Guyed or Freestanding; RF/MW/Mixed)

Please initial beside each element when the inspection is complete. If the element is not present please note in remediation recommendations.

Page 33: REQUEST FOR QUALIFICATION

Page 1 of 5

RESPONSE PACKET

SP-21-0021

Page 34: REQUEST FOR QUALIFICATION

Page 2 of 5

RESPONSE SIGNATURE PAGE

Type or Print the following information.

PROSPECTIVE CONTRACTOR’S INFORMATION

Company:

Address:

City: State: Zip Code:

Business Designation:

☐ Individual ☐ Sole Proprietorship ☐ Public Service Corp

☐ Partnership ☐ Corporation ☐ Nonprofit

Minority and Women-Owned Designation*:

☐ Not Applicable ☐ American Indian ☐ Service-Disabled Veteran

☐ African American ☐ Hispanic American ☐ Women-Owned

☐ Asian American ☐ Pacific Islander American

AR Certification #: _________________ * See Minority and Women-Owned Business Policy

PROSPECTIVE CONTRACTOR CONTACT INFORMATION Provide contact information to be used for bid solicitation related matters.

Contact Person: Title:

Phone: Alternate Phone:

Email:

CONFIRMATION OF REDACTED COPY

☐ YES, a redacted copy of submission documents is enclosed.

☐ NO, a redacted copy of submission documents is not enclosed. I understand a full copy of non-redacted

submission documents will be released if requested.

Note: If a redacted copy of the submission documents is not provided with Prospective Contractor’s response packet, and neither box is checked, a copy of the non-redacted documents, with the exception of financial data (other than pricing), will be released in response to any request made under the Arkansas Freedom of Information Act (FOIA). See Bid Solicitation for additional information.

ILLEGAL IMMIGRANT CONFIRMATION

By signing and submitting a response to this Bid Solicitation, a Prospective Contractor agrees and certifies that they do not employ or contract with illegal immigrants. If selected, the Prospective Contractor certifies that they will not employ or contract with illegal immigrants during the aggregate term of a contract.

ISRAEL BOYCOTT RESTRICTION CONFIRMATION

By checking the box below, a Prospective Contractor agrees and certifies that they do not boycott Israel, and if selected, will not boycott Israel during the aggregate term of the contract.

☐ Prospective Contractor does not and will not boycott Israel.

An official authorized to bind the Prospective Contractor to a resultant contract shall sign below.

The signature below signifies agreement that any exception that conflicts with a Requirement of this Bid Solicitation will cause the Prospective Contractor’s response to be rejected.

Authorized Signature: Title: Use Ink Only.

Printed/Typed Name: Date:

Page 35: REQUEST FOR QUALIFICATION

Page 3 of 5

SUBMISSION REQUIREMENTS

Per the RFQ, the following items must be submitted with the Prospective Contractor’s response

submission:

Original signed Response Signature Page

One (1) original hard copy of the response to the Information for Evaluation sections of the

Response Packet

Preliminary Site Inspection Schedule

Per the RFQ, the following items should be submitted with the Prospective Contractor’s response

submission:

Signed Addenda, if applicable.

E.O. 98-04 – Contract and Grant Disclosure Form.

Equal Opportunity Policy.

Copies of Certificates of Insurance

Three (3) complete hard copies (marked “COPY”) of the Response Packet

Four (4) electronic copies of the Response Packet, preferably on flash drives

One (1) redacted (marked “REDACTED”) copy of the original Response Packet, preferably on a

flash drive

Prospective Contractor shall not submit pricing with their response.

Page 36: REQUEST FOR QUALIFICATION

Page 4 of 5

PROPOSED SUBCONTRACTORS FORM

• Do not include additional information relating to subcontractors on this form or as an attachment to this form.

PROSPECTIVE CONTRACTOR PROPOSES TO USE THE FOLLOWING SUBCONTRACTOR(S)

TO PROVIDE SERVICES.

Type or Print the following information

Subcontractor’s Company Name Street Address City, State, ZIP

☐ PROSPECTIVE CONTRACTOR DOES NOT PROPOSE TO USE

SUBCONTRACTORS TO PERFORM SERVICES.

Page 37: REQUEST FOR QUALIFICATION

Page 5 of 5

INFORMATION FOR EVALUATION

• Provide a response to each item/question in this section. Prospective Contractor may expand the space under each item/question to provide a complete response.

• Do not include additional information if not pertinent to the itemized request.

Maximum RAW Score Available

E.1 QUALIFICATIONS AND EXPERIENCE

A. Provide an overview of your company and describe how your company’s experience distinguishes your company from your competitors. Include information about the number and location of firm offices, number of engineers, and major areas of practice/ disciplines.

5 points

B. Describe your company’s telecommunications experience including your company’s experience with Wireless Information Network tower inspections. Include all information necessary to fully describe your company’s expertise and qualifications.

5 points

C. Describe your organization’s experience with projects of a similar size and geographic distribution as that described in the RFQ. Include information regarding the number of similar projects and each project’s duration.

5 points

D. Describe your company’s OSHA, FCC, and other safety training that your company requires its key members to have completed prior to performing tower inspections.

5 points

E. Describe the qualifications of key members who will work on the project described in the RFQ. Include information about the licenses and certifications held by key members, and all other information necessary to fully communicate the key members experience and qualifications.

5 points

E.2 PROJECT EXECUTION

A. Describe in detail your company’s understanding of the work to be completed as described in the RFQ.

5 points

B. Provide the key milestones as they apply to the Preliminary Site Inspection Schedule included as a Response Submission Requirement in the Response Packet. Include a description of the roles and responsibilities of Contractor and the State to achieve each milestone and any specific resources your company expects the State to provide.

5 points

C. Describe the specific risks you see related to this project and how your organization will manage/mitigate these risks through your project management approach.

5 points

D. Describe the cost control measures your company will put in place for this project. 5 points

E.3 MONITORING AND REPORTING

A. Describe how your organization will monitor progress on this project and how that progress will be communicated to the State.

5 Points

B. Detail the information that your organization will include in the Communications Site Inspection Reports. Detail any other information beyond what is required in the RFQ your company recommends including. Attach an example of a Communications Site Inspection Report your company has used for past projects.

5 Points

Page 38: REQUEST FOR QUALIFICATION

Answers are in blue.Question Reference (page number, section number,

paragraph)Specific IFB Language Question Answer

1 Page 10, Section 2.1, Paragraph #3"services to be completed within 45 Business Days"

Does this include inspections and reports for all 145 sites listed in Attachment A?

Yes.

2 Page 10, Section 2.1, Paragraph #3"services to be completed within 45 Business Days"

Can the timeframe be negotiated?

The stated timeframe is not a Requirement. See RFQ Section 1.6.I for the definition of Requirement. The State is open to negotiating completion timeframes. See also RFQ Section 2.5.B.

3 Page 10, Section 2.1, Paragraph #3, Bullet #1

"Sites which include both guyed and self-supporting towers"

Are inspections required at the non-tower sites? Attachment A does not indicate tower height or type for many sites. Are these sites non-tower sites?

Attachment A only includes sites with towers. The information contained on Attachment A is all of the information available at this time. See also RFQ Section 2.1, second paragraph.

4 Page 13, Section 2.7, Part B, #3"Correct anchor rod condition and depth below earth (12" minimum)"

Can clarification to this requirement be provided? See Addendum 1 to the RFQ.

5 Page 15, Section 2.7, Part F"take guy tensions and confirm compliance with manufacturer's recommendations"

Will manufacturer's recommendations for guy tensions be provided for all guyed towers?

See Addendum 1 to the RFQ.

6 Page 15, Section 2.8, Paragraph #1"inspections on the equipment shelters"

Will keys be provided to access the shelters or will someone meet us on site?

Keys and/or combination lock numbers will be provided.

Written Questions and Answers

SP-21-0021 Written Questions and Answers 1 of 1

Page 39: REQUEST FOR QUALIFICATION

Page 1 of 1

STATE OF ARKANSAS DEPARTMENT OF TRANSFORMATION AND SHARED SERVICES

OFFICE OF STATE PROCUREMENT 501 Woodlane St., Ste. 220

Little Rock, Arkansas 72201-1023

ADDENDUM 1

TO: Vendors Addressed FROM: Julia Shackelford DATE: January 28, 2021

SUBJECT: SP-21-0021 Radio Communication Site Inspections

The following change(s) to the above-referenced IFB have been made as designated below:

X Change of specif ication(s)

Additional specif ication(s)

Change of bid opening time and date

Cancellation of bid

Other

CHANGE OF SPECIFICATIONS

• Delete f rom RFQ Section 2.7, Item B.3 and replace with the following:

3. Anchor rod condition and correct installation (e.g. number of inches in which the anchor rod descends

below ground level, conf irmation the anchor head clears the ground’s surface)

• Delete f rom RFQ Section 2.7, Item F and replace with the following:

F. The Contractor shall take guy tensions and conf irm compliance with the manufacturer’s recommendations or Site drawings, whichever is available for the Site. Should neither the

manufacturer’s recommendations nor the Site drawings be available, the Contractor shall conf irm guy tensions comply with the most current published revision of the American National Standards Institute’s Telecommunications Industry Association’s 222-H standards (ANSI/TIA-222-H). The

ANSI/TIA-222-H is the eighth revision for Steel Antenna Towers and Antenna Supporting Structures

published by the TIA and became ef fective June 25, 2018.

The specif ications by virtue of this addendum become a permanent addition to the above referenced RFQ. Failure to return this signed addendum may result in rejection of your bid response.

If you have any questions, please contact Julia Shackelford at [email protected] or (501) 371-6079.

Company:

Signature: Date: