• No results found

REQUEST FOR BIDDER PRE-QUALIFICATION APPLICATIONS

N/A
N/A
Protected

Academic year: 2021

Share "REQUEST FOR BIDDER PRE-QUALIFICATION APPLICATIONS"

Copied!
27
0
0

Loading.... (view fulltext now)

Full text

(1)

REQUESTFORBIDDERPRE-QUALIFICATIONAPPLICATIONS FOR

GENERALCONTRACTOR SECURITYSYSTEMINTEGRATOR DETENTIONEQUIPMENTCONTRACTOR

JAILEXPANSION&RENOVATION ATHENS-CLARKECOUNTY(ACCUG)

RFPQ#00618 I. General

A. The Unified Government of Athens-Clarke County (“ACCUG” or “Owner”) is a unified city/county government located in the northeast section of the state of Georgia and is approximately sixty (60) miles northeast of Atlanta, Georgia. The ACCUG was formed in 1991 by a referendum which required the combining of the City of Athens and Clarke County. ACCUG serves an area population of approximately 100,000 with annual growth projected at 1% per year. ACCUG provides a multitude of local and state funded services, which includes, but is not limited to, Public Safety, Utility, Courts, Corrections, Tax and Fire Services. ACCUG employs approximately 1,600 people.

B. On November 2, 2010 the citizens of Athens-Clarke County approved a Referendum to continue a Special Purpose Local Option Sales Tax (SPLOST) to provide funding for specific capital improvements including an expansion to the CLARKE COUNTY JAIL located within an ACCUG owned Public Safety Campus area at 3015 Lexington Road, Athens Georgia.

C. The ACCUG desires to solicit Pre-Qualification Applications in accordance with the Georgia Local Government Public Works Construction Law (the “Georgia Public Works Law”) from Responsible construction General Contractors and, as submitted by the General Contractors, Pre-qualification Forms from:

i. Responsible Systems Integrators (SI)

ii. Responsible Detention Equipment Contractors (DEC)

Note: Pre-qualification Applications for SI and DEC will only be accepted if submitted as part of a General Contractor’s Application. General Contractor applicants may submit pre-qualification applications for more than one SI or DEC within their own applications. SI and DEC that are deemed pre-qualified by ACCUG within any General Contractor application will be considered pre-qualified for all potential pre-qualified General Contractor bidders, not just the General Contractor(s) whose original application contained the SI and DEC application. D. Responsible General Contractors are to provide all construction, materials, equipment and labor to complete the

Jail Expansion Project as generally described below:

The original Jail facility was built in 1981. This original structure has had two major additions. In the first addition, in 1991, two housing pods, a new intake/booking area, and a small administrative wing were added. In 1996, a medical clinic and infirmary were added near the 1991 administration addition. The rated capacity of the facility at this time is 338 beds. To meet immediate needs for minimum security inmate housing ACCUG completed construction of two (2) direct supervision / dormitory housing units in 2011 providing a total of 128 beds. These units have been designed and constructed within the facility footprint of the Jail Expansion Project and it is the intent of ACCUG to have such units incorporated and appropriately integrated into the housing components of the new construction.

The full expansion includes the construction of new administrative components and inmate housing to

accommodate initially 790 inmates (beds) across the required security levels, and eventually support a population of 1,100 inmates. Of the total 790 beds, 190 will be renovated areas. The approximate square footage is as follows:

(2)

New Housing 93,400 Square Feet New Admin 72,400 Square Feet Renovation 52,233 Square Feet

Including the two (2) Housing Units built last year, ultimately there will be five (5) total open Dormitories housing 64 beds each. One Housing Unit will have four (4) person cells housing a total of 72 beds. The renovated Housing Units will be a 2 person cells/dorm mix housing a total 190 beds; and the high security area will be single cells housing a total of 72 beds. There is also a Special Needs Unit and a Classification Unit with both 2 and 1 person cells. Pre-fabricated modular cells will be utilized where appropriate. The new building components are required to be constructed to achieve LEED Certification based on LEED NC.

The construction of the expansion components must be carried out in a manner and sequence that will allow and facilitate the continued operations and security of the Jail facility. Additionally, it is desired that construction work be initiated no later than May 2013 and expansion be completed and ready for use within thirty (30) months. The estimated project construction value range is $50,000,000 to $55,000,000 US Dollars.

E. Systems Integrators: A portion of the project will be the additions and renovation of Electronic Security and Communications systems. This work will require a specialized Sub-Contractor to the General Contractor; usually referred to as a Systems Integrator (SI).

F. Detention Equipment Contractor: A portion of the project will be the additions and renovation of Physical Security equipment. This work will require a specialized Sub-Contractor to the General Contractor; usually referred to as a Detention Equipment Contractor (DEC); or may be self-performed by a pre-qualified General Contractor that also meets the DEC pre-qualification requirements.

G. Previous pre-qualification of contractors or Application for Qualification on other projects for the ACCUG will not be considered for this project. Applications must be made for this project separate from any other project.

H. General Contractor Applications must be received at the office of the Unified Government of Athens-Clarke County, Purchasing Division/Finance Department, 375 Satula Avenue, Athens, Georgia 30601, by 3:00 p.m., local time, Thursday, January 17, 2013, to be considered for pre-qualification. Any General Contractor Applications received after the specified time will not be considered. The envelope containing the Application must be clearly marked. Applications will not be publicly opened and read aloud.

I. Documentation provided must be specific and the data given must be clear and comprehensive. Documentation provided must pertain specifically to the entity that will bid for and construct the project, not an affiliated company, parent firm, or other entity.

J. No interpretation of the meaning of this Application will be made to any Applicant orally. Every request for such interpretation should be made in writing and addressed to Derek Doster, SPLOST 2011, Project Administrator, 301 S. College Ave., Athens, GA 30601, Phone (706) 613-3025 / Fax (706) 613-3944/ e-mail derek.doster@athensclarkecounty.com; to be given consideration the request must be received at least five business days prior to the date fixed for Application submittal. Any and all such interpretations and any supplemental instructions will be in the form of written Addenda to the Application which, if issued, will be mailed, shipped or faxed to all prospective Applicants (at the respective addresses furnished) prior to the date fixed for the receiving Applications. Failure of Applicants to receive or acknowledge any Addendum shall not relieve them of any obligation under the Application. All Addenda shall become part of the Application.

K. SUBMITTAL INSTRUCTIONS: ALL Application copies must be submitted in a sealed envelope or container with the OUTER MOST Container stating the Unified Government of Athens-Clarke County Vendor Number (ACCUG Vendor number), address, telephone number, the RFPQ number and title (RFPQ NO. 00618 , APPLICATION FOR BIDDER PRE-QUALIFICATION ATHENS-CLARKE COUNTY JAIL EXPANSION). If you do not know your vendor number, please call 706-613-3072 or email: accpurchasing@athensclarkecounty.com If you do not have a vendor number, please fill out a Bid List

(3)

Application located on the ACCUG website at http://www.athensclarkecounty.com/index.aspx?NID=377 so one may be issued to your company),

Two (2) hard copies of the complete signed application

One (1) Flash Drive with a PDF copy of the complete signed application Applications are to be delivered to:

Unified Government of Athens-Clarke County Finance Department, Purchasing Division 375 Satula Avenue

Athens, Georgia 30601

L. Not later than 3:00 P.M. ET, Thursday, January 17, 2013 (IN ORDER TO BE CONSIDERED) II. Determination of Qualified General Contractors, SI and DEC Sub-Contractors By ACCUG

It is the intent of the ACCUG to identify and qualify as many General Contractors, System Integrator Sub-Contractors and Detention Equipment Contractors as possible.

ACCUG has established optimal Project Construction Experience and Corporate Criteria against which ACCUG will compare the actual project construction experience and corporate information offered by each Applicant to evaluate and determine whether the Applicant possesses sufficient and appropriate qualifications to offer a Bid and to provide the construction services for the Jail Expansion Project. The stated Criteria IS NOT considered PASS/FAIL Criteria, but represents the project construction experience and corporate criteria desired and deemed suitable by ACCUG for qualified Applicants. The ACCUG will consider Applicants having jail, detention or correctional facility experience that differs from the optimal Project Construction Experience and Corporate Criteria described above, provided the Applicant has substantial experience in such areas.

The ACCUG reserves the right to reject any one or all Applications for Pre-Qualification submitted and to waive technicalities and informalities in making its evaluation of applications and determination of qualified applicants. The final determination of any Applicant's qualification status rests solely with the ACCUG.

Prior to solicitation of construction bids for the Jail Expansion Project, it is the intent of ACCUG to publish and make known to all Applicants all General Contractors, System Integrator Sub-Contractors and Detention Equipment Contractors that are determined by ACCUG to be qualified to bid and to provide the required construction services.

III.Pre-Qualification Process

A. Applicants may not be deemed qualified by ACCUG if:

1. Applicants (GC, SI, or DEC) fail to submit a responsive Application, including failing to provide all required documentation; Applicants shall confirm response to all noted criteria.

2. Applicants fail to reasonably meet the Project Construction Experience Criteria for the specific area the pre-qualification applicant is applying (i.e. construction General Contractor, Systems Integrator(s) or Detention Equipment Contractor(s)). Any determination that an Applicant meets or fails to meet the Criteria rests solely with the ACCUG.

3. Applicants (GC, SI, or DEC) fail to reasonably meet the Corporate Criteria. Any determination that an Applicant meets or fails to meet the Criteria rests solely with the ACCUG.

4. The General Contractor Applicant, or any of its affiliated companies, is a party to more than one Application (SI and DEC are allowed to be submitted within multiple GC applications);

(4)

6. Applicants (GC, SI, or DEC) fail to execute the Disclosure Affidavit.

B. Final determination of Applicant's qualification status rests solely with the ACCUG.

IV.Qualification Criteria

A. Project Construction Experience Criteria – General Contractor, Systems Integrator (SI), Detention Equipment Contractor (DEC)

1. The General Contractor Applicant has corporate experience gained from having successfully completed at least three (3) Jail, Detention and/or Correctional Facilities in the U.S within the past eight (8) years with one (1) being a major facility with a construction value of $30 million or more and two (2) with a construction value of at least $10 million. The Applicant should show experience among these projects that includes additions and/or renovations, modular cell construction, and construction complexity comparable to the ACCUG Project scope description included in this RFPQ. Additionally, Applicant has successfully completed new construction of three (3) facilities in the U.S. of approximately 150,000 square feet each within the last five (5) years including additions and/or renovations, the LEED certification process and of the type and complexity comparable to the ACCUG Project scope description included in this RFPQ.

2. The General Contractor Applicant has successfully completed renovation work as a component of a project of the size and complexity comparable to the ACCUG Project scope description included in this RFPQ that required coordination of work to maintain the normal operations throughout the construction period.

3. The General Contractor Applicant has successfully completed one (1) project of the size and complexity comparable to the ACCUG Project scope description included in this RFPQ utilizing a Building Information Modeling (BIM) platform. The Applicant should have the ability to verify the Architects BIM Model (REVIT – Level of Development (LOD) 300) to perform clash detection, piece counts, and other coordinating efforts. 4. The General Contractor Applicant has available an onsite Project Manager and Construction Superintendent to be

employed on the Project with at least ten (10) years of project management and/or construction experience that includes Project Construction experience comparable to that described above.

5. The Systems Integrator (SI) and Detention Equipment Contractor (DEC) have regularly engaged in detention installation work for ten (10) years with a record of successful completions of five (5) Jail, Detention and/or Correctional Facility installations of systems integration or detention equipment installations of the size and complexity comparable to the ACCUG Project scope description included in this RFPQ, all occupied and made operational within the last five (5) years. Any General Contractor Applicant proposing to self-perform the DEC work must also apply for qualification and meet these criteria in addition to the requirements noted in paragraph IV.A1, IV.A2, and IV.A3 above.

B. Corporate Criteria– General Contractor (GC), Systems Integrator (SI), Detention Equipment Contractor (DEC) 1. The GC, SI, and DEC each have operated under the current corporate name for the last five years.

2. The GC, SI, and DEC each currently has sufficient bonding capacity to provide performance and payment bonds, both in the amount of 100 percent of the applicable contract amount.

3. The GC, SI, and DEC each currently have sufficient resources to provide the minimum insurance requirements as outlined in Attachment A.

4. The GC, SI, and DEC have not defaulted on a project or failed to complete a project within the last ten years. 5. The GC, SI, and DEC have not filed for bankruptcy nor been judged bankrupt at any time over the last nine years. 6. The GC, SI, and DEC each have a history of completing projects consistently on time and within the bid amount. 7. The GC, SI, and DEC have never abandoned a project (even temporarily) during a dispute.

(5)

construction contract administration firms, or design firms.

9. Neither the GC, SI or DEC, nor any of its affiliated companies, are currently involved in a dispute, formal claim, or litigation with ACCUG, or with any authority or organization with which ACCUG has a vested interest. 10. The General Contractor Applicant is a Licensed General Contractor in the State of Georgia.

11. The GC, SI, and DEC have a written Safety Programs for their work.

V. Required Documentation - Application for Pre-qualification

A. Application Cover & Disclosure Affidavit – to be completed by all applicants (GC, SI, and/or DEC)

Applicant must complete and submit the Contractor Pre-qualification Application Cover and Disclosure Affidavit (page 8 of the RFPQ).

B. Project Construction Experience – General Contractor

Complete and submit a Project Construction Experience - Project Information Form (Page 9 & 10 of the RFPQ) for each project referenced as documentation of meeting the Criteria; provide all the information specified in item 1-8 listed below for each Project. (The form may be expanded to accommodate information)

1. Name of project as bid, name of owner, owner contact and contact information, name of design firm, name of construction contract administration firm.

2. A summary project description including square footages (sizes), structures involved, work performed, major components of the project, equipment or systems, detention equipment, security systems, etc.

3. Percent and description of labor-related items performed by the Applicant's own work force.

4. If the project was performed as a joint venture, provide the name of the joint venture partner and the percentage of the Applicant’s joint venture responsibility; describe the responsible scope of work conducted by the Applicant and its relationship to qualification of the Applicant.

5. If the Project Construction Experience offered in the Application is that of a Parent Company, sister corporation or subsidiary corporation associated with the General Contractor Applicant describe the associated experience for each entity and its relationship to qualification of the Applicant.

6. Names and contact information for major subcontractors, including earthwork, reinforced concrete, HVAC, electrical, Systems Integrator, Detention Equipment Contractor, plumbing, and fire protection. If work was self-performed, please indicate such.

7. The bid date, bid amount and final cost to owner.

8. The contract performance time as bid, actual time to complete project and completion date.

9. Description and associated value of major Change Orders including impacts/adjustments to contract time. 10. Provide experience, resumes, of proposed on-site project manager and field superintendent who would be

involved in this project. Experience can be from previous employment but must be pertinent to technical characteristics listed under the Project Construction Experience Criteria. Also provide a staffing plan, if appropriate, identifying other key personnel anticipated to be assigned to the Project. Provide a brief description and title for each position identified in the staffing plan.

C. Corporate Criteria – General Contractor

(6)

1. Provide name, address and telephone number of Applicant's corporate headquarters, regional offices, subsidiaries and affiliates, if any. Provide name, title, and biographical summary of pertinent corporate officers. Provide a statement that Applicant has operated under the current corporate name for the last five years.

2. Provide a statement of bonding capacity, name of Surety Company, with agent contact persons, and telephone numbers. Define current maximum approved bonding program, allowable single project limit and current bonded work backlog.

3. Provide a statement that Applicant has not defaulted on a project nor failed to complete a project within the past ten years. If this is not the case, explain.

4. Provide a statement that Applicant has not filed for bankruptcy or been judged bankrupt at any time over the past nine years. If this is not the case, explain.

5. Provide a statement that Applicant has not been involved in liquidated damages in the past five years. If this is not the case, explain

6. Provide a statement that the Applicant has never abandoned a project, even temporarily, during a dispute. If this is not the case, please explain.

7. Provide a statement whether Applicant has or has not been involved in litigation as a plaintiff against an owner, design firm or construction contract administration firm, or served an owner with a claim for additional compensation prepared by an attorney or a claims consultant, excluding routine change order requests, in the past five years. If Applicant has had such involvement, explain. List any lawsuits or administrative actions to which the Applicant is currently a party or has been a party (as either a plaintiff or defendant) during the past ten years. For each suit, list all parties and indicate whether any party was a bonding company, insurance company, an owner, or other. Identify the project giving rise to the suit or administrative action; explain the basis of the claim, and whether a settlement was reached or a judgment entered into for or against the Applicant, or the Applicant’s bonding company or Insurance Company.

8. Provide a statement that the Applicant, as well as all of its affiliated companies, is not involved in any dispute, formal claim, or litigation with neither the ACCUG, nor any authority or organization with which the ACCUG has a vested interest. If this is not the case, please explain.

9. Provide a statement that the Applicant has a Safety Program. Also provide the date it was last updated. If this is not the case, please explain.

10. Include a copy of the Applicant’s Georgia General Contractor License or Contractor’s License.

11. Provide a list of all projects currently under contract with a construction contract amount in excess of $1 million. Provide Project Name /Title, Project Owner, contract amount and scheduled completion dates.

D. Project Construction Experience & Corporate Criteria– Systems Integrator

All identified Firms to provide the Systems Integrator services must complete and submit a Project Construction Experience – Project Information Form (page 11-15 of the RFPQ) and a narrative response to the same Corporate Criteria for the General Contractor as listed above in Section V, Paragraph C, Items 1-9.

E. Project Construction Experience & Corporate Criteria – Detention Equipment Contractor

All identified Firms to provide the Detention Equipment Contractor services must complete and submit a Project Experience – Project Information Form (page 16-19 of the RFPQ) and a narrative response to the same Corporate Criteria for the General Contractor as listed above in Section V, Paragraph C, Items 1-10.

(7)

VI.Supplemental Information

A. ACCUG will not be liable in any way for any costs incurred by any Applicant in the preparation of its Pre-Qualification Application nor participation in any discussions.

B. ACCUG reserves the right to accept or reject any one or all Pre-Qualification applications. ACCUG, upon receipt of the Application, shall have the right to investigate the information set forth on the Application, including work performed by the Applicant on projects referenced by the Applicant, or any other projects performed by the Applicant. Investigations will be performed by Owner’s personnel or their representatives as deemed appropriate by ACCUG which may include site visits and interviews with project owners and construction contract administration staff. ACCUG has the right to consider any additional information obtained about an Applicant’s qualifications through this process.

C. Application Format: The Application must include responses to all information requested. The Application shall address required documentation in the order identified above, indexed and clearly identified. Additional data may be submitted as deemed appropriate to support or augment the required documentation. Submittal shall be prepared on standard 8-1/2” x 11” letter size paper, with text on one side, using 12-point font, and bound on the left side. No page limitation has been established for the application submission, but non-pertinent “boilerplate” materials are discouraged.

D. Should any Applicant not be deemed pre-qualified by ACCUG, the Applicant may respond within three business days of being notified of pre-qualification status to the SPLOST Program Administrator requesting reasons for not being deemed pre-qualified. The Applicant may then provide further written information in an attempt to correct such deficiencies within three business days of receiving reasons for not being deemed pre-qualified. This will be an informal appeals process.

E. For the purposes of this Application and its review, “project” shall be defined as a single construction contract, including all associated change orders.

F. Applicants will be advised of their status approximately two to three weeks after the submittal deadline.

G. The Invitation to Bid and Construction Documents including Drawings and Specifications are expected to be available for purchase in January 2013.

H. The words “corporation” or “corporate” as used herein shall include limited liability companies, limited partnerships and other similar for-profit business entities organized and existing under the laws of a state government.

(8)

ACCUG JAIL EXPANSION & RENOVATION

CONTRACTOR (GC, SI, or DEC) PREQUALIFICATION APPLICATION COVER

Application for: General Contractor // System Integrator // Detention Equipment Contractor (Please Indicate)

Applicant (Company) Name:

Applicant Home Address:

Applicant Branch Office Responsible for Project, if different: Applicant Contact (Person) Name:

Applicant Contact Title:

Applicant Contact Phone Number: Applicant Contact Email Address:

DISCLOSURE AFFIDAVIT

The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the local public agency in verification of the recitals comprising this Application for Bidder's Pre-Qualification. I have read the Project Construction Experience and Corporate Criteria, and have provided documentation as outlined in this RFPQ. By this signature, the signer affirms that the information provided herein is true and correct to the best of his/her knowledge and belief.

Applicant: By:

(name signed) (name printed or typed) Title:

Date:

Subscribed and sworn to me this ___ day of ______________, 20___. NOTARY PUBLIC:

(name signed) (name printed or typed) Commission Expires:

(9)

PROJECT CONSTRUCTION EXPERIENCE INFORMATION FORM

GENERAL CONTRACTOR

Applicant Name: Project Name/Title: Project Owner: Owner Name: ______________________________

Owner’s Responsible Contact Person: ______________________________ Address / Phone Number: _____________________________________________________________

Design Firm:

Company Name: Contact Person: Phone Number:

Construction Contract Administration Firm: Company Name: Contact Person: Phone Number: ________________________________ Project Description: ____________________________________________________________________ ______________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ Percentage of Work performed by Applicant: __________%

Work Description: ________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ Joint Venture: No_____ Yes___ Percentage of Applicant’s Joint Venture responsibility______%

Name of Joint Venture partner(s) (If applicable): ______________________ Description of JV Work; Basis of Qualification (if applicable); _____________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ Major Subcontractors: Earthwork: _____________________________ Reinforced Concrete: _____________________________ HVAC: _____________________________ Electrical: _____________________________ Plumbing: ______________________ Fire Protection: ______________________ Security Integrator: _____________________________ Detention Equipment: _______________________________________________________________

Major Equipment Suppliers: _____________________

(10)

PROJECT CONSTRUCTION EXPERIENCE INFORMATION FORM

GENERAL CONTRACTOR

(cont)

Construction Contract:

Bid Date: ____________________________ Bid Price / Initial Contract Price:

Final Contract Price:

Contract Time:

Initial Performance Time:

Actual Time to Complete Construction:

Completion Date:

Value / Description of Major Change Orders__________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________

(11)

ACCUG JAIL EXPANSION & RENOVATION SYSTEMS INTEGRATOR (SI) INFORMATION FORM I. General

All identified Firms to provide the Systems Integrator services must complete and submit a Project Experience – Project Information Form (page 11-15 of the RFPQ) and a narrative response to the same Corporate Criteria as for the General Contractor as listed above in Section V, Paragraph C, Items 1-9.

II. Basic System Requirements and Scope (Electronic Security and Communications Systems)

The primary control and monitoring system will be an Ethernet networked series of Industrial Grade Programmable Controllers consisting of four systems, integration of one existing system and approximately 800 points of monitoring and control collectively. Systems manufactured by Omron, Schnieder Electric (Modicon), Allen Bradley or Square D will be required. Logic software provided as part of the PLC systems shall be the standard logic software of the Manufacturer.

The Officer's control interface to the PLC systems shall be touch-screen control systems located at approximately ten locations. Wireless PDAs will also be utilized as interfaces to the system in some housing units. The control software for theses workstations shall be Wonderware or Indusoft. The SI will provide the following as part of the PLC based systems:

• Control and monitoring of door hardware

• Security monitoring of miscellaneous devices as required • Passive Duress

• Watch-tour

• Inmate Telephone control • Power Control

• Data outlet control

• Integration with CCTV system

• Integration with Intercom and Public Address systems • Integration with Nurse Call system

• Integration with Card Access control system

• Exchange of information and control functions with the Fire Alarm System • Dayroom exhaust fans

The CCTV system will be IP based switched by managed Ethernet switches with POE and managed by a Video Management System(s). The video network shall have a band pass of one Gigabit. The system will be controlled by the PLC/Touch-screen system. There will be approximately 220 each 4CIF cameras and 45 each 1.3 Mega-pixel cameras. Twelve existing analog cameras in one housing unit will be replaced with IP 4CIF cameras (included in the above counts) and digital components of the existing headend may be reutilized if reuse does not compromise specified results. The cameras will be monitored on a selective basis at each of the workstations via specific video monitors, on the touch-screen monitor, or a combination of both. All cameras will be motion activated, recorded at one frame per second with no motion and fifteen frames per second with motion. The storage will be recorded on RAID storage media at the native resolution of the camera and be available for sixty days.

The Intercom and Public Address systems shall be an analog/IP hybrid based system. The Nurse Call system shall be comprised of hardened components of the intercom system.

The video visitation system will consist of two management consoles, 80 new visitation stations, and re-utilized 8 stations of the existing system manufactured by Southwest Communications (using Renovo Software). Optionally the SI may provide all new equipment.

(12)

The non-active infrastructure for the public telephone, inmate telephone, facility telephone and facility data systems will be provided by a RCDD contractor or subcontractor under the umbrella of the SI responsibilities. The system will provide approximately 300 outlets.

The SI will be responsible for providing all raceway, wiring, and connections for the systems in the 28000 division of the specifications including those named above (including central UPS and power

distribution). Portions of this work may be sub-contracted, however, the SI will retain the responsibility of fully defining the raceway size and routing to provide functioning.

III. Required Technical Information

Systems Integrators company name: _____________________________________ Address of the office that will perform the work:

_____________________________________ _____________________________________ _____________________________________ SI contact person’s name: _____________________________________ SI contact person’s Telephone #: _____________________________________

Provide information demonstrating that the Systems Integrator named above meets the experience requirements of this RFPQ.

Identify and provide information for at least five (5) Jail and/or Correctional Facility installations of systems integration installations of the size and complexity comparable to the ACCUG Project scope description included in this RFPQ, all occupied and made operational within the last five (5) years. For each identified Project provide the following information:

Name of Project # 1: _____________________________________ Location of Project _____________________________________ Date occupied or operational: _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the SI on the above project and who works with the organization that held the SI contract for this project (Name):___________________________ (Phone):_______________________________

Name of Project # 2: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the SI on the above project and who works with the organization that held the SI contract for this project (Name):___________________________ (Phone):_______________________________

Name of Project # 3: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

(13)

that held the SI contract for this project (Name):___________________________ (Phone):_______________________________

Name of Project # 4: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the SI on the above project and who works with the organization that held the SI contract for this project (Name):___________________________ (Phone):_______________________________

Name of Project # 5: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the SI on the above project and who works with the organization that held the SI contract for this project (Name):___________________________ (Phone):_______________________________

_____________________________________________________________________________________

For the projects listed above, utilize the chart format below to provide the following information relative to the scope and size of the project that was the sole responsibility of the proposed SI:

Line 1: Provide type of project such as “County Jail”, State Prison, etc. Line 2: Provide the approximate total cost of the project.

Line 3: Provide the approximate total value of the SI contract.

Line 4: Provide the total number of sleeping correctional beds provided by the project.

Line 5: Provide the approximate total number of I/O points provided by the security monitoring and control system.

Line 6: Provide the total number of touch-screen workstations provided. Line 7: Provide the total number hard locking control panels provided. Line 8: Provide the total number of cameras installed.

Line 9: Provide the total number of monitors installed.

Line 10: Provide the total number of Network Video Recorders provided. Line 11: Provide the total number of Digital Video Recorders provided. Line 12: Provide the total number of Intercom stations provided. Line 13: Provide the total number of Paging zones provided.

Line 14: Were the security monitoring and control system, intercom system, and CCTV system integrated? Line

Num. Item Project 1 Project 2 Project 3

1 Type Project 2 Total Cost 3 SI Cost 4 Beds 5 I/O Points 6 Touch-Screens

(14)

8 Cameras 9 Monitors 10 NVRs 11 DVRs 12 Intercom Stations 13 Paging Zones 14 Integration Line

Num. Item Project 4 Project 5

1 Type Project 2 Total Cost 3 SI Cost 4 Beds 5 I/O Points 6 Touch-Screens

7 Hard Locking Panels

8 Cameras 9 Monitors 10 NVRs 11 DVRs 12 Intercom Stations 13 Paging Zones 14 Integration

List up to ten correctional projects the SI has completed, other than the five listed above, include the type of facility: 1. __________________________________________________________________ 2. __________________________________________________________________ 3. __________________________________________________________________ 4. __________________________________________________________________ 5. __________________________________________________________________ 6. __________________________________________________________________ 7. __________________________________________________________________ 8. __________________________________________________________________ 9. __________________________________________________________________ 10. __________________________________________________________________

How will the SI provide on-site service on four hours notice? If a firm local to the site other than the SI will provide the service, indicate the name and address of the firm below:

(15)

Provide below the name of the full-time on site superintendent proposed for this project and a list of projects and scope of the projects this individual has worked on:

Superintendent name: ____________________________________________________________ Number of years experience as a Superintendent on Jail/Correctional facility projects:____________ Full time employee of the SI? Yes _____ No _____

Provide Project information:

Project Name: ___________________________________ Year Completed ________ Project Name: ___________________________________ Year Completed ________ Project Name: ___________________________________ Year Completed ________ Project Name: ___________________________________ Year Completed ________

(16)

ACCUG JAIL EXPANSION & RENOVATION

DETENTION EQUIPMENT CONTRACTOR INFORMATION FORM I. General

All identified Firms to provide the Detention Equipment Contractor services must complete and submit a Technical Experience – Project Information Form (page 16-19 of the RFPQ) and a narrative response to the same Corporate Experience Requirements for the General Contractor as listed above in Section V, Paragraph C, Items 1-10.

II. Detention Equipment Services Scope

The DEC will, at a minimum, furnish and install the detention components specified in Division 11 sections of the Construction Specifications as follows:

• 11 1830- Security Stainless Steel Mesh Doors • 11 1900- Security General

• 11 1920- Security Glazing • 11 1930- Security Hollow Metal • 11 1940- Security Hardware • 11 1950- Security Accessories • 11 1960- Security Furnishings

The DEC shall also coordinate installation of the following; however at the option of the General Contractor, the DEC is permitted, but is not required, to provide additional components specified in Division 11 sections of the Construction Specifications as follows:

• 11 1890- Security Cell Padding • 11 1901- Security Sealants • 11 1910- Security Fences

• 11 1981- Security Metal Plank Ceiling Systems • 11 1990- Security Building Modules- Concrete • 11 1991- Security Building Modules- Steel III. Required Technical Information

Detention Equipment Contractor company name: _______________________________________ Address of the office that will perform the work: _____________________________

_____________________________________ _____________________________________

Detention Equipment Contractor contact person’s name: _____________________________________ Detention Equipment Contractor contact person’s Telephone #:_________________________________ Provide information demonstrating that the DEC named above meets the experience requirements of the specifications.

Identify and provide information for five projects of at least similar size and scope as described above that have been completed in the last five years. For each identified Project provide the following information:

(17)

Name of Project # 1: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the Detention Equipment Contractor on the above project and who works with the organization that held the DEC contract for this project: (Name): _______________ _______________________________ (Phone):_______________________________

Name of Project # 2: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the Detention Equipment Contractor on the above project and who works with the organization that held the DEC contract for this project: (Name): _______________ _______________________________ (Phone):_______________________________

Name of Project # 3: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the Detention Equipment Contractor on the above project and who works with the organization that held the DEC contract for this project: (Name): _______________ _______________________________ (Phone):_______________________________

Name of Project # 4: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the Detention Equipment Contractor on the above project and who works with the organization that held the DEC contract for this project: (Name): _______________ _______________________________ (Phone):_______________________________

Name of Project # 5: _____________________________________ Location of Project _____________________________________ Date completed or anticipated date _____________________________________ Owners name and telephone number _____________________________________ _____________________________________

Contact who is familiar with the work of the Detention Equipment Contractor on the above project and who works with the organization that held the DEC contract for this project: (Name): _______________ _______________________________ (Phone):_______________________________

(18)

For the projects listed above, provide the following information relative to the scope and size of the project that was the sole responsibility of the proposed DEC:

Line 1: Provide type of project such as “County Jail”, State Prison, etc. Line 2: Provide the approximate total cost of the project.

Line 3: Provide the approximate total value of the DEC contract.

Line 4: Provide the total number of sleeping correctional beds provided by the project. Line

Num. Item Project 1 Project 2 Project 3

1 Type Project

2 Total Cost

3 DEC Cost

4 Beds

Line

Num. Item Project 4 Project 5

1 Type Project

2 Total Cost

3 DEC Cost

4 Beds

List up to ten correctional projects the DEC has completed, other than the five listed above, include the type of facility: 1. __________________________________________________________________ 2. __________________________________________________________________ 3. __________________________________________________________________ 4. __________________________________________________________________ 5. __________________________________________________________________ 6. __________________________________________________________________ 7. __________________________________________________________________ 8. __________________________________________________________________ 9. __________________________________________________________________ 10. __________________________________________________________________

How will the DEC provide on-site service on four hours notice? If a firm local to the site other than the DEC will provide the service, indicate the name and address of the firm below:

(19)

Provide below the name of the full-time on site superintendent propose for this project and a list of projects and scope of the projects this individual has worked on:

Superintendent name: __________________________________________

Number of years experience as a Superintendent on Jail/ Correctional projects: ____________ Full time employee of the DEC? Yes _____ No _____

Provide Project information:

Project Name: ___________________________________ Year Completed ________ Project Name: ___________________________________ Year Completed ________ Project Name: ___________________________________ Year Completed ________

(20)

JOINT VENTURE STATEMENT OF INTENT

The undersigned firms certify and hereby provide a notice and statement of their intent to enter into a Joint Venture Agreement for the purpose of pre-qualifying and bidding on the ACCUG Jail Expansion as a Joint Venture.

Failure of the Joint Venture entity to qualify will preclude any of the participating firms from bidding as a single entity.

MEMBER FIRM: By:

(name signed) (name printed or typed) Title:

Date: MEMBER FIRM: By:

(name signed) (name printed or typed) Title:

Date:

Subscribed and sworn to me this ___ day of ______________, 20___. NOTARY PUBLIC:

(name signed) (name printed or typed) Commission Expires:

(21)

RFPQ 00618

Page 1

GENERAL INSURANCE REQUIREMENTS

A.

HOLD HARMLESS AND INDEMNIFICATION

The Contractor agrees, insofar as it legally may, to indemnify and hold harmless the

Unified Government of Athens-Clarke County, its officers, employees and agents from

and against all loss, costs, expenses, including attorneys' fees, claims, suits and

judgments, whatsoever in connection with injury to or death of any person or persons or

loss of or damage to property resulting from any and all operations performed by

Contractor, Subcontractors its officers, employees, and agents under any of the terms of

this contract.

B.

The following general requirements apply to any and all Work under this Contract.

Compliance is required by all Contractors and Sub-contractors of any tier. The Owner

reserves the right to adjust or waive any or all requirements based on receipt of

additional information pertinent to this Contract.

C.

Evidence of Insurance Required Before Work Begins: No Contractor or Subcontractor

shall commence any work of any kind under this Contract until all Insurance

requirements contained in this Contract shall have been complied with as outlined

below, and until evidence of such compliance satisfactory to the Owner as to form and

content, has been filed and approved with the Owner. The Accord Certificate of

Insurance or a pre-approved substitute is the required form in all cases where reference

is made to a Certificate of Insurance or an approved substitute.

D.

Minimum Financial Security Requirements

1.

Any and all companies providing insurance required by this Contract must meet

certain minimum financial security requirements set forth below. These

requirements conform to the ratings published by A.M. Best & Co. in the current

Best's Key Rating Guide - Property-Casualty. The ratings for each company must

be indicated on the Accord Certificate of Insurance Form. For all Contracts,

regardless of size, companies providing insurance under this Contract must have a

current:

a. Best's Rating not less that A, and current; and

b. Best's Financial Size Category not less than Class VII.

c. Companies must be authorized to conduct and transact insurance contracts

by the Insurance Commissioner, State of Georgia.

2.

If the issuing company does not meet these minimum requirements, or for any

other reason shall be or become unsatisfactory to the Owner, written notification

shall be mailed by the Owner to the Contractor who shall promptly obtain a new

policy issued by an insurer acceptable to the Owner, and shall submit evidence of

the same to the Owner as required herein.

(22)

RFPQ 00618

Page 2

3.

Upon failure of the Contractor to furnish, deliver and maintain such insurance as

herein provided, this Contract, at the election of the Owner, may be declared

forthwith suspended, discontinued or terminated. Failure of the Contractor take

out and/or to maintain any required insurance shall not relieve the Contractor

from any liability under the Contract, nor shall these requirements be construed to

conflict with the obligation of the Contractor concerning indemnification.

E.

Insurance Required for Duration of Contract: Any and all Insurance required by this

Contract shall be maintained during the entire length of this Contract, including any

extensions thereto, and until all Work has been completed to the satisfaction of the

Owner. The Owner shall have the right to inquire into the adequacy of the insurance

coverages set forth in this Contract and to negotiate such adjustments as reasonably

appear necessary.

F.

The Contractor shall submit to the Owner, along with the Insurance Certificate(s), a

copy of the Insurer’s cancellation notice for any and all Insurance policies required

by this Contract.

G.

Additional Insureds: The Unified Government of Athens-Clarke County and contractor

shall be covered as Additional Insured under any and all Insurance required by this

Contract, and such insurance shall be primary with respect to the Additional Named

Insured. Confirmation of this shall be provided to the Owener and on the Accord

Certificate of Insurance, and on any and all applicable Insurance policies. However,

this requirement does not apply to Workers' Compensation or Professional Liability

Insurance. Copies of endorsements showing that the Owner and each additional insured

identified herein have been added to the policies as an additional insured shall be

attached to each of the certificates. Include the following parties or entities as

additional insured:

1.

The Unified Government of Athens-Clarke County, P.O. Box 1868, Athens,

Georgia 30601 (Attn: Risk Management)

2.

Jacobs Project Management Company (JPM Co.) (C/O SPLOST Program

Management, 301 College Avenue, Suite 101, Athens, Georgia 30601)

H.

Mandatory Subcontractor Compliance: Contractor shall incorporate a copy of these

Insurance requirements in each and every contract with each and every Subcontractor of

any tier, and shall require each and every Subcontractor of any tier to comply with all

such requirements. Contractor agrees that if for any reason Subcontractor fails to

procure and maintain Insurance as required, all such required Insurance shall be

procured and maintained by Contractor at Contractor's expense.

(23)

RFPQ 00618

Page 3

1.

Each and every agent acting as Authorized Representative on behalf of a

Company affording coverage under this Contract shall warrant, when signing the

Accord Certificate of Insurance, that specific authorization has been granted by

the Companies for the agent to bind coverage as required and to execute the

Accord Certificate of Insurance as evidence of such coverage; that the coverage

required by the Owner may be broader than the original policies; and that these

requirements have been conveyed to the Companies, which acknowledge and

assent to these terms and conditions.

2.

In addition, each and every agent shall warrant when signing the Accord

Certificate of Insurance that the agent is licensed to do business in the State of

Georgia and that the Company or Companies are currently in good standing in the

State of Georgia.

1.02

Certificates of Insurance

A. Contractor shall deliver to Owner, with copies to each additional insured certificates

of insurance (and other evidence of insurance requested by Owner or any other

additional insured) which Contractor is required to purchase and maintain.

B.

Copies of endorsements showing that the Owner and each additional insured identified

herein have been added to the policies as an additional insured shall be attached to

each of the certificates.

C.

Insurance certificate must specifically show coverage applies for contractual liability

for Contractor’s indemnity obligations.

D. In addition to the requirement for the policy limits specified below, the applicable

insurance certificate must show that the entire aggregate policy limits for general

liability coverage will apply specifically for the Project.

E.

Each insurance certificate for all coverages other than Worker’s Compensation

Insurance must show that a waiver of rights of recovery against any of the insured or

the additional insured is in effect.

F.

Certificate for Contractor’s liability insurance must show coverage of claims for

damages because of bodily injury, sickness or death of any person or property

damage resulting from the Ownership, maintenance or use of mobile equipment.

G.

Each insurance certificate must show coverage is underwritten with an insurance

carrier who is rated no less than the Minimum Financial Security Requirements

provided above.

(24)

RFPQ 00618

Page 4

H.

Certificate for Worker’s Compensation Insurance must show coverage includes

executive officers and Contractor’s leased employees, temporary staff and part-time

employees.

I.

Owner may waive specific insurance coverages set forth where Contractor provides

equivalent insurance coverage by way of a different combination of policies.

1.03

Coverages and Limits

A.

The Contractor shall provide all coverages listed below.

B.

Workers' Compensation and Employer's Liability Insurance: The Contractor shall

procure and maintain Workers' Compensation and Employer's Liability Insurance in the

following limits, such insurance to cover each and every employee who is or may be

engaged in work under the Contract:

Workers' Compensation. . . . Statutory

Employer's Liability

Bodily Injury by Accident/Disease - $1,000,000 each accident

Bodily Injury by Accident/Disease - $1,000,000 each employee

Bodily Injury by Accident/Disease - $1,000,000 policy limit

C.

Comprehensive General Liability Insurance: The Contractor shall procure and shall

maintain during the life of the Contract Agreement, such Comprehensive General

Liability and Broad Form Property Damage Insurance as shall protect Contractor and

any subcontractor performing Work covered by this Contract from claims for damages

for bodily injury, including accidental death, as well as from claims for property

damages, which may arise from operations under the Contract Agreement, whether

such operations are by the Contractor or by any subcontractor or by anyone directly or

indirectly employed by either of them. The amount of insurance shall not be less than

the following:

General Aggregate for each annual period

$10,000,000.00

Products Comp/Ops Aggregate for each annual period*

$4,000,000.00

Personal and Advertising Injury

$2,000,000.00

Each Occurrence

$2,000,000.00

Fire Damage (Any one fire)

$ 500,000.00

Medical Expenses (Any one person)

$ 10,000.00

*Completed Operations coverage extending for not less than three years after the

completion of Work and Acceptance by the Owner.

(25)

RFPQ 00618

Page 5

Underground

Explosion/Collapse

$2,000,000.00 if applicable

NOTE:

For the purpose of insurance coverage, each detonation of blasting is

a single occurrence.

Contractor may provide General Liability, Automobile Liability, and Employer’s

Liability with lower limits provided that the Umbrella/Excess Liability Insurance

Limits are increased such that the total of the basic limits and umbrella/excess limits

remain the same or higher.

D.

Owner’s Protective Liability: The Contractor shall procure and shall maintain during

the life of the Contract Agreement, Owner’s Protective Liability Insurance with the

same limits as the Comprehensive General Liability.

E.

Excess Liability: Provide Excess Liability or Umbrella insurance providing protection

for at least the hazards insured under the primary liability policies with the following

limits:

General Aggregate

$20,000,000.00

Each Occurrence

$10,000,000.00

F.

Automobile Liability: The Contractor shall procure and maintain during the life of the

Contract Agreement, Comprehensive Automobile Liability Insurance. The insurance

shall include coverage for owned, non-owned and hired vehicles. Amounts shall not be

less than the following:

Comprehensive Single Limits (CSL)

$1,000,000.00

G.

Builder's Risk: The Contractor shall secure all-risk type of builder’s risk insurance

covering work performed under the Contract and materials, equipment, or other items to

be incorporated therein, while the same are located at the construction site, stored

off-site, or at the place of manufacture. The amount of such insurance shall at all times be

equal to 100 percent of the value of the contract work, with the exception that the

sub-limit for flood, earthquake, and windstorm shall be no less than $20,000,000.00. The

policy shall cover not less than losses due to fire, smoke, explosion, hail, lightning,

windstorm, flood, earthquake, vandalism, malicious mischief, collapse, or aircraft, until

the date of the final acceptance of the Work. Deductible for land movement and water

damage shall not exceed 5 percent of the values at risk at the time of the loss, subject to

a minimum deductible of $250,000 per occurrence.

H.

Property Insurance: The Contractor shall obtain “All Risk” Property Insurance for the

(26)

RFPQ 00618

Page 6

ventilation systems, office trailers, and other equipment that will not become part of the

final completed work and is not covered in another insurance policy required for this

project) whether owned, rented, or leased.

I.

Pollution Liability: Contractor shall obtain Pollution Liability coverage with limits of

not less than $5,000,000 each incident and in the aggregate, covering third party bodily

injury and property damage. Pollution Liability coverage shall also include coverage

for silt and sedimentation releases into State Waters or from the property.

J.

Deductibles and Self-Insured Retention: Any deductibles or self-insured retentions will

be borne by the Contractor. All deductibles or self-insured retentions must be declared

to and approved by the Owner. At the option of the Owner, either the insurer shall

reduce or eliminate such deductibles or self-insured retentions as respects the Owner, its

officers, officials, and employees; or the Contractor shall procure a bond guaranteeing

payment of losses and related investigations, claims administration and defense

expenses. The costs of implementation of such option will be addressed by a change

order.

K.

The Contractor is responsible for losses within the deductible limits.

L.

Subcontractors to procure and maintain the following minium insurance limits for the

life of the Contract Agreement:

1.

Workers' Compensation

Statutory

2.

Comprehensive General Liability Insurance:

General Aggregate for each annual period

$2,000,000.00

Products Comp/Ops Aggregate for each annual period*

$1,000,000.00

Personal and Advertising Injury

$1,000,000.00

Each Occurrence

$1,000,000.00

Fire Damage (Any one fire)

$ 50,000.00

Medical Expenses (Any one person)

$ 10,000.00

*Completed Operations coverage extending for not less than three years after the

completion of Work and Acceptance by the Owner.

**Entire aggregate policy limits must apply specifically per Project.

The insurance shall include coverage of the following hazards:

Underground

Explosion/Collapse

NOTE:

For the purpose of insurance coverage, each detonation of blasting is

(27)

RFPQ 00618

Page 7

3. Excess Liability: Provide Excess Liability or Umbrella insurance providing

protection for at least the hazards insured under the primary liability policies with

the following limits:

General Aggregate

$2,000,000.00

Each Occurrence

$2,000,000.00

F.

Automobile Liability: The insurance shall include coverage for owned, non-owned and

hired vehicles. Amounts shall not be less than the following:

Bid List t http://www.athensclarkecounty.com/index.aspx?NID=377

References

Related documents

In this case there is a trade-off between the average level education in the economy (higher in the decentralized system) and the ability of university to select the high type

Fundamentally, it is hard to envisage fair or effective competition occurring between universities and colleges in their present form, given the scale and financial advantages

1) Represents negative goodwill from WestImmo acquisition, Ytd consolidated net income allocated to ordinary shareholders (ex negative goodwill) less dividends not recognised as

The Spaniards initial goals for the Illinois country were very similar to those of the British across the river Spain needed to exercise m ilitary control over

• For Equation (1), the questions on Frequency of Favoritism in Policy and Procurement (EOS Q4.12) and Frequency of Legal Political Contributions (EOS Q4.14) seem to adapt

 Falls from temporary structures less than 3 metres in height were the main fall type for painters and decorators (35 percent), electrical workers (28 percent), carpenters

The field in the communications structure will be blank unless the ABAP code transfers the data from the material master to the field KOMPZZWRKST. Pricing occurs in the order and

Next, select the update file ICOM-BootImage-xx-xx-xx.bin, the latest version at the time of the update, and click Send the file.. In ICOM start flashing