Untitled

advertisement
SECTION 00440
RESPONSIBILITY DETAIL FORM
Attachment 1
Addendum No. 2
The low responsive Bidder and the second low Bidder shall be required to complete this
Responsibility Detail Form as specified in Section 00440. This completed Responsibility
Detail Form and corresponding Responsibility Attestation Form (Attachment 2) shall both
be submitted electronically (pdf) via email to the Contract Specialist identified in Section
00020, Invitation to Bid.
Bidder’s Company Name:
For the below Mandatory Bidder Responsibility Criteria, please check the appropriate box.
1.0
MANDATORY BIDDER RESPONSIBILITY CRITERIA
A. The Bidder shall meet the following mandatory responsibility criteria as described in RCW
39.04.350(1). The Bidder shall be rejected as not responsible if any answer to questions 1
through 5 is “No” or any answer to questions 6 through 7 is “Yes”.
1. Does the Bidder have a Certificate of Registration in compliance with Chapter 18.27
RCW?
Yes
No
2. Does the Bidder have a current Washington State Unified Business Identifier number?
Yes
No
3. Does the Bidder have Industrial Insurance Coverage for the Bidder's employees working
in Washington State as required in Title 51 RCW?
Yes
No
4. Does the Bidder have an Employment Security Department number as required in Title
50 RCW?
Yes
No
5. Does the Bidder have a Washington State Excise Tax Registration number as required in
Title 82 RCW?
Yes
No
6. Has the Bidder been disqualified from bidding on any public works project under RCW
39.06.010 or 39.12.065(3)?
Yes
No
7. Has the Bidder violated RCW 39.04.370 more than one time as determined by the
Washington State Department of Labor and Industries?
Yes
No
If any answer to questions 1 through 5 is “No” or any answer to questions 6 through 7 is “Yes”
- STOP HERE and notify the Contract Specialist. The Bidder is not responsible for this
Project. Otherwise proceed to 1.1.
C00929C14
2012 (09/24/2012)
page 1 of 10
§00440
Addendum No. 2 Responsibility Detail Form – Attachment 1
For remaining criteria below, check or fill-out the appropriate box. Based upon the answer
provided by the Bidder, the County may request additional information or seek further
explanation.
1.1
CONTRACT AND REGULATORY HISTORY
A. The County will evaluate whether the Bidder’s contract and regulatory history demonstrates
an acceptable record of past project performance and consistent responsibility. The Bidder
shall answer the following questions. The Bidder may be rejected as not responsible if any
answer to questions 1 through 9 below is “Yes”.
1. Has the Bidder had a contract terminated for cause or default, in the last 5 years?
Yes
No If Yes, explain below.
2. Has the Bidder been found by the Department of Labor and Industries to have violated a
state wage payment law, including willful violation of a wage payment requirement as
defined in RCW 49.48.082, or had a civil judgment entered against it for violation of a
state wage payment law, in the last 5 years?
Yes
No If Yes, explain below.
3. Has the Bidder been found to have violated a state or federal prevailing wage law while
working on a public works project, or had a civil judgment entered against it for violating a
state or federal prevailing wage law, in the last 5 years?
Yes
No If Yes, explain below.
4. Has the Bidder failed to comply with commitments to, and contractual requirements for,
Disadvantaged Business Enterprise (“DBE”) Utilization Requirements or Women/Minority
Owned Business Enterprise (“WMBE”) Utilization Requirements on any public works
project, in the last 5 years?
Yes
No If Yes, explain below.
5. Has the Bidder failed to meet mandatory King County Small Contractors and Suppliers
(“SCS”) Utilization Requirements on any public works project, in the last 5 years?
Yes
No If Yes, explain below.
6. Has the Bidder been found to have violated ethical standards set forth in King County
contracts (KCC 3.04), in the last 5 years?
Yes
C00929C14
2012 (09/24/2012)
No If Yes, explain below.
page 2 of 10
§00440
Addendum No. 2 Responsibility Detail Form – Attachment 1
7. Has the Bidder been in bankruptcy, reorganization and/or receivership on any public
works project, in the last 5 years?
Yes
No If Yes, explain below.
8. Has the Bidder been disqualified by any federal, state or local agency from being
awarded and/or participating on any public works project, in the last 5 years?
Yes
No If Yes, explain below.
9. Has the Bidder required a Surety to take over all, or a portion of, a project to cure or
respond to an asserted default or material breach of contract on the part of the Bidder on
any public works project, in the last 5 years?
Yes
1.2
No If Yes, explain below.
CRIMINAL HISTORY
A. The County will evaluate whether the Bidder’s criminal history demonstrates a lack of
business integrity or business honesty. The Bidder shall answer the following questions. The
Bidder may be rejected as not responsible if any answer to questions 1 through 3 below is
“Yes”.
1. Has the Bidder been convicted of a criminal offense related to obtaining or attempting to
obtain a public or private contract or subcontract, or in the performance of the contract or
subcontract, in the last 5 years?
Yes
No If Yes, explain below.
2. Has the Bidder been convicted under federal or state law of a crime relating to wage
payment, embezzlement, theft, forgery, bribery, antitrust, falsification or destruction of
records, receiving stolen property, making false claims while working on a project, in the
last 5 years?
Yes
No If Yes, explain below.
3. Has the Bidder been convicted of a crime involving willful violation a federal or state
environmental law or regulation while working on a project, in the last 5 years?
Yes
C00929C14
2012 (09/24/2012)
No If Yes, explain below.
page 3 of 10
§00440
Addendum No. 2 Responsibility Detail Form – Attachment 1
1.3
ACCIDENT/INJURY EXPERIENCE
A. The County will evaluate the Bidder’s accident/injury Experience Modification Factor (“EMF”)
from the Washington State Department of Labor and Industries, or similar organization with
jurisdiction in the United States, to assess whether the Bidder has an acceptable safety
record preventing personal injuries on projects.
B. List the Bidder’s accident/injury EMF for the last five (5) years. An experience factor is
calculated annually by the Washington State Department of Labor and Industries.
Year
Effective
Year
Experience
Factor
1
2
3
4
5
If the Bidder has received an EMF of greater than 1.0 for any year, explain the cause(s) of
the designation and what remedial steps were taken to correct the EMF. The Bidder may be
rejected as not responsible if the Bidder’s EMF is greater than 1.0 and sufficient remedial
steps have not been implemented.
1.4
SUPPLEMENTAL BIDDER RESPONSIBILITY REQUIREMENTS FOR PROJECT.
A. In accordance with RCW 39.04.350(2), the County has adopted relevant supplemental criteria
for determining whether the low responsive bidder has the necessary experience and
qualifications to perform the Work on this Project. The Bidder may be rejected as not
responsible if it fails to meet any of the following supplemental responsibility requirements
outlined below and as more fully described within the Responsibility Detail Form:
1. Experience of the Bidder (Prime Contractor)
2. Access to Products and Materials
The Bidder shall demonstrate they are (1) an authorized dealer, and (2) that they have direct
(factory) technical support access, and (3) wholesale pricing access to the following Original
Equipment Manufacturers (OEM) or supply equipment companies by providing a (a)
certificate, (b) letter, or (c) similar documentation from the following companies:
Air Products and Controls
Alarm Control Corporation
Altronix
American Power Conversion (APC)
Avaya Network
BioScrypt (L1)
Dell Computer
HID / Indala
Honeywell (Ademco) Security
HP Computer
IFS International Fiber Systems
C00929C14
2012 (09/24/2012)
Lantronix
Middle Atlantic Products
Pelco
Rutherford
Sentrol
Tyco / American Dynamics
Tyco / Software House
United Security Products
Viking Electronics
Wheelock
page 4 of 10
§00440
Addendum No. 2 Responsibility Detail Form – Attachment 1
3. Project Team Members’ Experience:
a. Estimator
b. On-Site Foreman/Supervisor
1.5
PROJECT EXAMPLE SHEETS
A. As part of completing this Responsibility Detail Form, the Bidder shall be required to complete
the following Project Example Sheets. The Bidder shall provide one project example sheet for
each project submitted.
B. If necessary, the Bidder shall print the appropriate number of additional Project Example
Sheets in order to satisfy the project information requirements.
C. The Bidder’s failure to provide the required project information may result in a determination of
the Bidder being declared non-responsible by the County.
D. The Bidder shall submit its completed Project Example Sheets with its Responsibility Detail
Form and Responsibility Attestation Form.
C00929C14
2012 (09/24/2012)
page 5 of 10
§00440
Addendum No. 2 Responsibility Detail Form – Attachment 1
Responsibility Detail Form
Project Example Sheet for Bidder
The Bidder is required to complete a separate Project Example Sheet for each project identified.
Bidder’s Company Name:
Statement of Criteria:
Provide no less than three (3) projects, within the last five (5) years, each with an initial construction value of at least
$100,000. To qualify as a project, the Owner must have determined the project to be substantially complete and:
1. The Bidder was the prime contractor that performed security electronic system upgrades or new installations.
2. The Bidder was the prime contractor that managed and coordinated the work of subcontractors including
electrical;
3. The Bidder was the prime contractor that managed and coordinated the work of subcontractors including a
locksmith;
4. Installed or upgraded Software House CCure 9000 software in a Redundant Server and networked
workstation platform environment as a certified Software House dealer;
5. Installed Software House access control panels, including iSTAR controllers, in a multi-panel clustered
security environment;
6. Installed and configured Pelco Endura video system including head end and ip camera equipment.
7. Installed CCTV Security ip Cameras, including external and internal PTZ and external and internal fixed
cameras;
8. Installed and configured Network Switches, Servers, and Work stations;
9. Configured Microsoft Windows software, including Windows Server, Windows XP on security system
redundant servers and networked workstations;
10. Installed stand-alone security intrusion panels, and;
11. Created working shop CAD drawings using AutoCAD compatible applications for Security Electronics projects
and those drawings were used for submission, review, and approval by Authority Having Jurisdiction (AHJ).
For each identified project, the Bidder is not required to meet all of the criteria set forth above; however, the Bidder shall
provide project examples which demonstrate their experience and competence with each of the identified criteria.
Bidder Project Information
Project Name:
Project Summary:
Scope of work performed:
Owner’s Name:
Owner’s Telephone Number:
Owner’s Project Manager’s Name (or person who can
verify experience)
Owner’s Project Manager’s Email:
Owner’s Project Manager Telephone Number:
Substantial Completion Date:
Contract Price:
C00929C14
2012 (09/24/2012)
page 6 of 10
Addendum No. 2
§00440
Responsibility Detail Form – Attachment 1
Project Detail Information
For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the
County may request additional information regarding the Bidder’s response or reject the Bidder as being
not responsible.
1.
Was the Bidder the prime contractor that performed security electronic system upgrades or new
installations on this project?
2.
Was the Bidder the prime contractor that managed and coordinated the work of subcontractors
including electrical on this project?
3.
Was the Bidder the prime contractor that managed and coordinated the work of subcontractors
including a locksmith on this project?
4.
Did the Bidder install or upgrade Software House CCure 9000 software in a Redundant Server and
networked workstation platform environment as a certified Software House dealer on this project?
5.
Did the Bidder install Software House access control panels, including iSTAR controllers, in a multipanel clustered security environment on this project?
6.
Did the Bidder install and configure Pelco Endura video system including head end and IP camera
equipment on this project?
7.
Did the Bidder install CCTV Security ip Cameras, including external and internal PTZ and external
and internal fixed cameras on this project?
8.
Did the Bidder install and configure Network Switches, Servers, and Work stations on this project?
9.
Did the Bidder configure Microsoft Windows software, including Windows Server, Windows XP on
security system redundant servers and networked workstations on this project?
10. Did the Bidder install stand-alone security intrusion panels on this project?
11. Did the Bidder create working shop CAD drawings using AutoCAD compatible applications for
Security Electronics projects and those drawings were used for submission, review, and approval by
Authority Having Jurisdiction (AHJ) on this project?
C00929C14
2012 (09/24/2012)
page 7 of 10
§00440
Addendum No. 2 Responsibility Detail Form – Attachment 1
Yes
No
Responsibility Detail Form
Project Example Sheet for Bidder
Bidder’s Access to Products and Materials
For each of the criteria identified below, please check the appropriate box. If your
answer is “No,” the County may request additional information regarding the
Bidder’s response or reject the Bidder as being not responsible.
(1)
Yes,
Authorized
Dealer
(2)
Yes,
Direct
Tech.
Support
(3)
Yes,
Whole
-sale
Pricing
Access
No,
Explain
on
Separate
Sheet
The Bidder shall demonstrate they are (1) an authorized dealer, and (2)
that they have direct (factory) technical support access, and (3) wholesale
pricing access to the following Original Equipment Manufacturers (OEM)
or supply equipment companies by marking “Yes” for items 1 through 3
above, and providing either a (a) certificate, (b) letter, or (c) similar
documentation from all the companies listed below. If your answer is no,
explain on a separate piece of paper.
Air Products and Controls
Alarm Control Corporation
Altronix
American Power Conversion (APC)
Avaya Networking
BioScrypt (L1)
Dell Computer
HID / Indala
Honeywell (Ademco) Security
HP Computer
IFS International Fiber Systems
Lantronix
Middle Atlantic Products
Pelco
Rutherford
Sentrol
Tyco / American Dynamics
Tyco / Software House
United Security Products
Viking Electronics
Wheelock
C00929C14
2012 (09/24/2012)
page 8 of 10
Addendum No. 2
§00440
Responsibility Detail Form – Attachment 1
Responsibility Detail Form
Project Example Sheet for Estimator
The Bidder is required to complete a separate Project Example Sheet for each project identified.
Bidder’s Company Name:
Estimator Name:
Statement of Criteria:
The Estimator shall have successful past experience and competence in estimating no less than three (3) installations of
security electronic systems within the last five (5) years each with an initial value of at least $100,000. To qualify as a
project:
1. The Estimator must have been responsible for developing estimated pricing on the designated projects.
2.
The Estimator’s price must have been within 15% of the final cost of the project (excluding owner-initiated
Change Orders).
3.
The Estimator must have provided the final price within seven (7) working days from the Owner’s request for
estimate.
For each identified project, the Estimator is not required to meet all of the criteria set forth above; however, the Bidder
shall provide project examples which demonstrate their experience and competence with each of the identified criteria.
References will be contacted to verify responses.
Estimator Project Information
Project Name:
Project Summary:
Scope of work performed:
Owner’s Company Name:
Owner’s Telephone Number:
Owner’s Project Manager’s Name (or person who can
verify experience)
Owner’s Project Manager’s Email:
Owner’s Project Manager Telephone Number:
Substantial Completion Date of project:
Contract Price for project:
Project Detail Information
For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the
County may request additional information regarding the Bidder’s response or reject the Bidder as
being not responsible.
1.
Was the Estimator responsible for developing estimated pricing?
2.
Was the Estimator’s price within 15% of final cost of the project (excluding owner-initiated Change
Orders)?
3.
Was the Estimator’s final price provided within seven (7) working days from the Owner’s request
for estimate?
C00929C14
2012 (09/24/2012)
page 9 of 10
Addendum No. 2
Yes
No
§00440
Responsibility Detail Form – Attachment 1
Responsibility Detail Form
Project Example Sheet for On-Site Foreman/Supervisor
The Bidder is required to complete a separate Project Example Sheet for each project identified.
Bidder’s Company Name:
On-Site
Foreman/Supervisor
Name:
Statement of Criteria:
On-Site Foreman/Supervisor. The Bidder shall demonstrate that the On-Site Foreman/Supervisor has experience in
managing the day-to-day on-site activities on no less than three (3) substantially completed security electronic systems
upgrades or installations within the last five (5) years each with a contract price of at least $100,000. Such security
electronic system project experience shall meet the following requirements:
1.
The On-Site Foreman/Supervisor must have managed the on-site day to day activities for this project.
2.
The On-Site Foreman/Supervisor must have been responsible for managing the schedule of the work performed
on the project.
3. The On-Site Foreman/Supervisor must have been responsible for coordinating the activities of the subcontractors.
For each identified project, the On-Site Foreman/Supervisor is not required to meet all of the criteria set forth above;
however, the Bidder shall provide project examples which demonstrate their experience and competence with each of the
identified criteria.
On-Site Foreman/Supervisor Project Information
Project Name:
Project Summary:
Scope of work performed:
Owner’s Company Name:
Owner’s Telephone Number:
Owner’s Project Manager’s Name (or person who can
verify experience)
Owner’s Project Manager’s Email:
Owner’s Project Manager Telephone Number:
Substantial Completion Date of project:
Contract Price for project:
Project Detail Information
For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the
County may request additional information regarding the Bidder’s response or reject the Bidder as
being not responsible.
1.
Did the On-Site Foreman/Supervisor manage the on-site day to day activities for this project?
2.
Was the On-Site Foreman/Supervisor responsible for managing the schedule of the work
performed on the project?
3.
Was the On-Site Foreman/Supervisor responsible for coordinating the activities of the
subcontractors?
C00929C14
2012 (09/24/2012)
page 10 of 10
Addendum No. 2
Yes
No
§00440
Responsibility Detail Form – Attachment 1
Download