ATTENTION BIDDERS. This is a mandatory requirement when submitting an offer as described above.

Similar documents
OFFICIAL BID SHEET. DATE: May 3, 2018

HSU Reddie Grill Renovation OFFICIAL BID SHEET

SIGNATURE REQUIRED FOR RESPONSE

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

Request for Proposal - RFP

Contract for Professional Services on Project Order Basis

INVITATION FOR BID BID NO. B016139

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

FOR STANDARD TERMS & CONDITIONS, PLEASE VISIT OUR WEBSITE:

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

RFP GENERAL TERMS AND CONDITIONS

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

INVITATION TO BID Stairway Treads

SAN DIEGO CONVENTION CENTER CORPORATION

REQUEST FOR PROPOSAL RFP# 17-04

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Black Hawk County Engineer

BAY COUNTY LIBRARY SYSTEM

REQUEST FOR PROPOSALS FOR. Snack Vending Machine Service RFP #UCA ISSUED BY:

MIDLAND CUSD# ST. RT 17 VARNA, IL Snow Removal. Request for Bids - One year firm bid and optional three year firm bid

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

RFP GENERAL TERMS AND CONDITIONS

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Town of Manchester, Connecticut General Services Department. Request for Proposal

West Ridge Park Ballfield Light Pole Structural Assessment

Request for Quotation

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

REQUEST FOR PROPOSALS. Minnesota State Lottery

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED BUSINESSES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

CONSTRUCTION AGREEMENT

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Vendor Information Form

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

MANDATORY GENERAL TERMS AND CONDITIONS:

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

E-Rate Services Agreement

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

Request for Proposal Public Warning Siren System April 8, 2014

MIDDLESEX COUNTY UTILITIES AUTHORITY

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Proposal No:

REQUESTS FOR PROPOSALS

PHILADELPHIA REGIONAL PORT AUTHORITY (PHILAPORT)

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

The Housing Authority of the City of New Smyrna Beach

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE

Attachment A Required Submission Documents BIDDER INFORMATION

Pittsburgh, PA 15213

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

CITY OF GREENVILLE Danish Festival City

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Intergovernmental Agreement

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

HABERSHAM COUNTY BOARD OF EDUCATION P.O. Box 70, Clarkesville, Georgia Ph: Fax:

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM. Training and Certification Required by 49 CFR Part 192, Subpart N

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

Appomattox River Water Authority

Botetourt County Public Schools

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

City of Merriam, Kansas

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

County of Ingham. Invitation for Bids (IFB) Packet # Mold Remediation Services. proposals to

Request for Proposal. RFP # Recreation T-Shirts

Transcription:

ATTENTION BIDDERS Act 2157 of 2005 of the Arkansas Regular Legislative Session requires that any business or person bidding, responding to a request for proposal or qualifications, or negotiating a contract with the state for professional or consultant services, submit their most current equal opportunity policy (EO Policy). Although bidders are encouraged to have a viable equal opportunity policy, a written response stating the bidder does not have such an EO Policy will be considered that bidder s response and will be acceptable in complying with the requirement of Act 2157. This is a mandatory requirement when submitting an offer as described above. Should you have any questions regarding this requirement, please contact my office by calling (870) 230-5117. Sincerely, Tim L. Jones Tim L. Jones, APO HSU Director of Purchasing -------------------------------------------------------------------------------------------------------------------------------------------- To be completed by business or person submitting response: (check appropriate box) EO Policy Attached [this is mandatory, if available] If an EO Policy cannot be provided a written signed and dated statement must accompany this page indicating, No EO Policy is available. Company Name Or Individual: Title: Date: Signature: MINORITY BUSINESS POLICY: Minority participation is encouraged this all procurements by state agencies. "Minority" is defined by Arkansas Code Annotated 1-2-503 as "black or African American, Hispanic American, American Indian or Native American, Asian, and Pacific Islander". The Arkansas Economic Development Commission conducts a certification process for minority businesses. Bidders unable to include minority-owned business as subcontractors "may explain the circumstances preventing minority inclusion". Check minority type: African American Hispanic American American Indian Native American Asian Pacific Islander Disabled Veteran Arkansas Economic Development Commission certification (if available) #:

HENDERSON STATE UNIVERSITY Purchasing Department 1100 HENDERSON STREET ARKADELPHIA, ARKANSAS 71923 870-230-5117 PHONE 870-230-5486 FAX Act 157 of 2007 of the Arkansas Regular Legislative Session requires that any busi-ness or person responding to a Request for Proposal (RFP) certify, prior to the award of the contract, that they do not employ or contract with any illegal immigrants. Bidders are to certify online at: https://www.ark.org/dfa/immigrant/index.php/user/login This is a mandatory requirement. Failure to certify may result in rejection of your proposal, and no award will be made to a vendor who has not so certified. If you have any questions, please call the Purchasing Department at 870-230-5117. Thank you. Tim Jones Director of Purchasing jonest@hsu.edu ****************************************************************************** TO BE COMPLETED BY BUSINESS OR PERSON SUBMITTING RESPONSE: Please check the appropriate statement below: We have certified on-line that we do not employ or contract with any illegal immigrants Date on-line certification completed: We have NOT certified on-line at this time, and we understand that no contract can awarded to our firm until we have done so. Reason for non-certification: Name of Company: Signature: Name & Title: Date: (printed or typed)

IMPORTANT - READ CAREFULLY INSTRUCTIONS TO BIDDER If bid exceeds $20,000 (Construction Related) a Bid Bond of not less than five (5) percent, Cashier's Check or Money Order shall be submitted with the bid. A Company or Personal Check, Letter of Credit or Cash will NOT be accepted. Certificates of Insurance acceptable to the owner shall be filed with the Purchasing Office prior to commencement of the work. This document is required regardless of bid amount. CONTRACTOR'S INSURANCE REQUIREMENTS The contractor shall purchase and maintain such Insurance as will protect him from claims set forth which may arise out of or result from the contractor's operations under the contract, whether such operations be by himself or by anyone directly or indirectly employed by any of them, or by anyone for whose acts may of them may be liable; A. Claims under Workmen's Compensation, Disability Benefit and other similar benefit act; B. Claims for damages because of bodily injury, occupational sickness or disease, or death of his/her employees; C. Claims for damages because of bodily injury, sickness or disease, or death of any person other than his/her employees; D. Claims for damages insured by usual personal injury liability coverage which are sustained. (1) By any person as a result of an offense directly or indirectly related to the employment of such person by the contractor, or (2) By any person; and E. The contractor shall provide and maintain during the term of this contract, at the contractors' expense, comprehensive automobile liability insurance at limits no less than the statutory requirements and it shall be shown on the certificate in per person, per accident for bodily injury and per accident for property damages. F. Claims under comprehensive general liability for damages because of injury to or destruction of tangible property including loss of use resulting therefrom. Coverage for "Completed Operation" shall be required under this comprehensive liability section. The insurance required by above paragraph shall be written for not less than any limits of liability required by law. Contracts and Grant Disclosure and Certification. Any contract, or amendment to any contract, executed by the University, which exceed $25,000, shall require the contractor to disclose information as required under the terms of Executive Order 98-04 and the regulations pursuant thereto. Failure of any person or entity to disclose or the violations of any rule, regulations or policy promulgated by the Arkansas Department of Finance and Administration pursuant to this order shall be considered a material breach of the terms of the contract. The material breach of the term shall subject the party failing to disclose, or in violation, to all legal remedies available to the University under the provision of existing law. The attached Contract Grant and Disclosure and Certification From (f-1 and F-2) shall be used for the disclosure purpose. No contract or amendment to any existing contract will be approved until the contractor completes and returns the disclosure form (form available online). http://www.dfa.arkansas.gov/offices/procurement/documents/contgrantform.pdf

Arkansas Technology Access Clause When procuring a technology product or when soliciting the development of such a product, the State of Arkansas is required to comply with the provisions of Arkansas Code Annotated 25-26-201 et seq., as amended by Act 308 of 2013, which expresses the policy of the State to provide individuals who are blind or visually impaired with access to information technology purchased in whole or in part with state funds. The Vendor expressly acknowledges and agrees that state funds may not be expended in connection with the purchase of information technology unless that system meets the statutory requirements found in 36 C.F.R. 1194.21, as it existed on January 1, 2013 (software applications and operating systems) and 36 C.F.R. 1194.22, as it existed on January 1, 2013 (web-based intranet and internet information and applications), in accordance with the State of Arkansas technology policy standards relating to accessibility by persons with visual impairments. Accordingly, the vendor expressly represents and warrants to the State of Arkansas through the procurement process by submission of a Voluntary Product Accessibility Template (VPAT) or similar documentation to demonstrate compliance with 36 C.F.R. 1194.21, as it existed on January 1, 2013 (software applications and operating systems) and 36 C.F.R. 1194.22, as it existed on January 1, 2013 (web-based intranet and internet information and applications) that the technology provided to the State for purchase is capable, either by virtue of features included within the technology, or because it is readily adaptable by use with other technology, of: Providing, to the extent required by Arkansas Code Annotated 25-26-201 et seq., as amended by Act 308 of 2013, equivalent access for effective use by both visual and non-visual means; Presenting information, including prompts used for interactive communications, in formats intended for non-visual use; After being made accessible, integrating into networks for obtaining, retrieving, and disseminating information used by individuals who are not blind or visually impaired; Providing effective, interactive control and use of the technology, including without limitation the operating system, software applications, and format of the data presented is readily achievable by nonvisual means; Being compatible with information technology used by other individuals with whom the blind or visually impaired individuals interact; Integrating into networks used to share communications among employees, program participants, and the public; and Providing the capability of equivalent access by nonvisual means to telecommunications or other interconnected network services used by persons who are not blind or visually impaired. If the information technology product or system being offered by the Vendor does not completely meet these standards, the Vendor must provide an explanation within the Voluntary Product Accessibility Template (VPAT) detailing the deviation from these standards. State agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. Agencies must evaluate products to determine which product best meets the standards. If an agency purchases a product that does not best meet the standards, the agency must provide written documentation supporting the selection of a different product. For purposes of this section, the phrase equivalent access means a substantially similar ability to communicate with, or make use of, the technology, either directly, by features incorporated within the technology, or by other reasonable means such as assistive devices or services which would constitute reasonable accommodations under the Americans with Disabilities Act or similar state and federal laws. Examples of methods by which equivalent access may be provided include, but are not limited to, keyboard alternatives to mouse commands or other means of navigating graphical displays, and customizable display

appearance. As provided in Arkansas Code Annotated 25-26-201 et seq., as amended by Act 308 of 2013, if equivalent access is not reasonably Page 6 of 62 available, then individuals who are blind or visually impaired shall be provided a reasonable accommodation as defined in 42 U.S.C. 12111(9), as it existed on January 1, 2013. If the information manipulated or presented by the product is inherently visual in nature, so that its meaning cannot be conveyed nonvisually, these specifications do not prohibit the purchase or use of an information technology product that does not meet these standards. All State of Arkansas electronic and information technology purchases must be accessible as specified by standards listed in Arkansas Act 308. A copy of the act is available here: ftp://www.arkleg.state.ar.us/acts/2013/public/act308.pdf. A blank copy of the Voluntary Product Accessibility Template (VPAT) form is available here: http://www.dfa.arkansas.gov/offices/procurement/documents/technologyaccessclause.pdf Note: All vendors should complete the VPAT form as it relates to the scope of the item(s) or commodity requested in the bid solicitation. Our expectation is that the vendor will assign technical personnel who understand accessibility to the task. If a component of a VPAT does not apply, it is up to the vendor to make that notation and explain why in the Comments column. The notation can be as simple as Not a telecommunications or technology product. Please note here if a Voluntary Product Accessibility Template (VPAT) form IS or IS NOT INCLUDED with this bid response. _. Failure to include the Voluntary Product Accessibility Template (VPAT) form (if needed) could result in bid disqualification.