COMMONWEALTH OF KENTUCKY DEPARTMENT FOR FACILITIES AND SUPPORT SERVICES DIVISION OF ENGINEERING AND CONTRACT ADMINISTRATION

COMMONWEALTH OF KENTUCKY DEPARTMENT FOR FACILITIES AND SUPPORT SERVICES DIVISION OF ENGINEERING AND CONTRACT ADMINISTRATION INVITATION TO BID NO: RFB...
Author: Emma Ferguson
0 downloads 3 Views 952KB Size
COMMONWEALTH OF KENTUCKY DEPARTMENT FOR FACILITIES AND SUPPORT SERVICES DIVISION OF ENGINEERING AND CONTRACT ADMINISTRATION

INVITATION TO BID NO: RFB-227-13 FOR: RE-ADVERTISEMENT OF RFB-216-13 Upgrade Billeting Lock System Wendell H. Ford Regional Training Center Dept. of Military Affairs Greenville, Kentucky

DATE: May 17, 2013

ADDENDUM NO. One (1) BIDDER SHALL CONFORM TO THE FOLLOWING CHANGES AS SAME SHALL BECOME BINDING UPON THE CONTRACT TO BE ISSUED IN RESPONSE TO THIS INVITATION TO BID. Item 1.

Refer to hardcopy addendum to be distributed by Lynn Imaging for all additions, deletions, and/or changes to specifications and/or drawings.

Item 2.

ADDENDUM #1 will be sent out with specifications and drawings to new planholders. ADDENDUM #1 only will be sent out to existing planholders.

Item 3.

ALL REFERENCES TO RFB-216-13 NOW APPLY TO RFB-227-13. BID OPENING DATE IS MAY 24, 2013 AT 2:00 PM. LOCATION REMAINS THE SAME

Item 4.

THERE ARE NEW BID DOCMENTS TO SUBMIT YOUR BID. BID MUST BE SUBMITTED ON RFB-227-13 BID DOCUMENTS.

Item 5.

ATTACHED IS A NEW NOTICE TO CONTRACTORS.

Item 6.

ATTACHED ARE WAGE RATES. WAGE RATES APPLY TO THIS PROJECT.

Item 7.

ATTACHED ARE REVISED SECTIONS 01100, 012700, 281350. THESE REPLACE THE ONES IN THE SPEC BOOK RFB-216-13. END OF ADDENDUM

Invitation to Bid No. For:

RFB-227-13 RE-ADVERTISEMENT OF RFB-216-13 Upgrade Billeting Lock System Wendell H. Ford Regional Training Center Dept. of Military Affairs Greenville, Kentucky

Margaret MacDonald, CPPB, Administrative Branch Manager Division of Engineering and Contract Administration

RFB-227-13 Page 1 of 16

OFFICIAL BID DOCUMENT FOR RE-ADVERTISEMENT OF RFB-216-13 UPGRADE BILLETING LOCK SYSTEM WENDELL H. FORD REGIONAL TRAINING CENTER DEPT. OF MILITARY AFFAIRS GREENVILLE, KENTUCKY

This Official Bid Document consisting of pages 1 through 16 shall be used in submitting a bid document for the work. Copies will be furnished upon request by the authority issuing the Contract Documents.

THIS BID DOCUMENT SUBMITTED BY________________________________________________________________________

____________________________________________________________________________________________________________ (Name and Address of Bidder)

DATE: _________________________________________ TELEPHONE:________________________________________________

TO:

SEALED BID CLERK COMMONWEALTH OF KENTUCKY ENGINEERING AND CONTRACT ADMINISTRATION 403 WAPPING STREET, 2nd FLOOR FRANKFORT, KY 40601-2638 PHONE: (502) 564-3050

GENTLEMEN: This Bidder, in compliance with your Request for Bid No. RFB-227-13, and having carefully examined the Drawings and complete Contract Documents as defined in Article 1 of the General Conditions as well as the Specifications for the work as prepared by John Phelps Engineering, Inc., 1725 Rosewood Ave., Louisville, KY 40204, Phone No. (502) 459-2530; hereby proposes to furnish all labor, materials, supplies and services required to perform the specifics of the Contract Documents, within the time set forth therein and for the stated Lump Sum Bid Amount. The Bidder hereby acknowledges receipt of the following Addenda:

ADDENDUM NO._____________

DATED______________

ADDENDUM NO._____________

DATED______________

ADDENDUM NO._____________

DATED______________

ADDENDUM NO._____________

DATED______________

ADDENDUM NO._____________

DATED______________

ADDENDUM NO._____________

DATED______________

ADDENDUM NO._____________

DATED______________

ADDENDUM NO._____________

DATED______________

(IF NONE HAVE BEEN ISSUED AND RECEIVED, INSERT THE WORD NONE.)

RFB-227-13 Page 2 of 16 OFFICIAL BID DOCUMENT FOR RE-ADVERTISEMENT OF RFB-216-13 UPGRADE BILLETING LOCK SYSTEM WENDELL H. FORD REGIONAL TRAINING CENTER DEPT. OF MILITARY AFFAIRS GREENVILLE, KENTUCKY ALL BLANKS IN THE BID DOCUMENTS SHALL BE COMPLETED AND ALL REQUIRED SUPPORT DATA SHALL BE FURNISHED. IF INDICATED IN THE BIDDING DOCUMENTS, SUMS SHALL BE EXPRESSED IN BOTH WORDS AND FIGURES. IN THE CASE OF DISCREPANCY BETWEEN THE TWO, THE AMOUNT IN WORDS SHALL PREVAIL. LUMP SUM BASE BID: The Bidder agrees to furnish all labor, materials, supplies and services required to complete this project defined as, READVERTISEMENT OF RFB-216-13, Upgrade Billeting Lock System, Wendell H. Ford Regional Training Center, Dept. of Military Affairs, Greenville, Kentucky, for the Department for Facilities and Support Services, Commonwealth of Kentucky, in accordance with the Drawings, Specifications, and Contract Documents, and any duly issued Addenda for the LUMP SUM BID AMOUNT set forth below:

LUMP SUM BASE BID AMOUNT:

__________________________________________________________________________________________________DOLLARS (USE WORDS)

______________________________________________________CENTS ($____________________________________________) (USE WORDS) (USE FIGURES)

REFER TO PAGE 5 FOR THE EXPERIENCE MODIFICATION RATING AFFIDAVIT

NOTE: THE AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST PAGE MUST BE PROPERLY EXECUTED FOR THE LUMP SUM BASE BID TO BE VALID.

RFB-227-13 Page 3 of 16 OFFICIAL BID DOCUMENT AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST I, HEREBY CERTIFY: 1.

That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a partnership), or an officer and employee of the bidding corporation having authority to sign on it’s behalf (if the bidder is a corporation);

2.

That the submitted bid or bids covering Division of Engineering and Contract Administration Request for Bid No. RFB-22713 have been arrived at by the bidder independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other contractor, vendor of materials, supplies, equipment or services described in the Request for Bid, designed to limit independent bidding or competition; as prohibited by provision KRS 45A.325;

3.

That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder, its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids.

4.

That the bidder is legally entitled to enter into the contract with the Commonwealth of Kentucky and is not in violation of any prohibited conflict of interest, including those prohibited by the provisions of KRS 164.390; and 45A.330 to 45A.340 and 45A.455;

5.

This offer is for thirty (30) calendar days from the date this bid is opened. In submitting the above it is expressly agreed that upon proper acceptance by the Division of Engineering and Contract Administration of any or all items bid above, a contract shall thereby be created with respect to the items accepted;

6.

That I have fully informed myself regarding and affirm the accuracy of all statements made in this Official Bid Document including Bid Amount.

7.

Unless otherwise exempted by KRS 45.590, the bidder intends to comply in full with all requirements of the Kentucky Civil Rights Act and to submit data required by the Kentucky Equal Employment Act upon being designated the successful bidder.

8.

That the bidder, if awarded a contract, would not be in violation of the Executive Branch Code of Ethics established by KRS 11A.001 through KRS 11A.990.

9.

That the bidder is not debarred from doing business with federal agencies and that, if debarred during the life of the contract, the bidder will notify the Commonwealth buyer of record within seventy-two (72) hours of the federal debarment.

READ CAREFULLY – SIGN IN SPACE BELOW – FAILURE TO SIGN INVALIDATES BID

SIGNED BY:________________________________________

FIRM:______________________________________________

PRINT NAME:______________________________________

ADDRESS:__________________________________________

TITLE:_____________________________________________

____________________________________________________ CITY STATE ZIP CODE

DATE:______________________________________________ TELEPHONE NO:___________________________________ ____________________________________________________ FEDERAL ID. NO. OR SOCIAL SECURITY NO.

EMAIL: ____________________________________________

*Disadvantaged Contractors, check type of certification: WBE MBE DBE *Disadvantaged Contractors attach a copy of certification.

RFB-227-13 Page 4 of 16 OFFICIAL BID DOCUMENT – SUBMITTAL DATA THE FOLLOWING ITEMS ARE HEREWITH ENCLOSED AS REQUIRED:

Experience Modification Rating (EMR) Affidavit Sworn Required Affidavit for Bidders, Offerors and Contractors Sworn Affidavit for Claiming Resident Bidder Status Vendor Report of Prior Violations of KRS Chapters, 136, 139, 141, 337, 338, 341 and 342. Bidder’s Qualifications. Disadvantaged Business Enterprises (DBE) Participation The utilization of minority/disadvantaged vendors and subcontractors is encouraged, whenever possible, on public projects. The bidder and contractor should make full efforts to locate disadvantaged business persons. Bidders may use the following resources: Commonwealth of Kentucky's SMALL BUSINESS CONNECTION website: https://secure.kentucky.gov/sbc/default.aspx Kentucky Transportation Cabinet Disadvantaged Business Enterprise directories: http://transportation.ky.gov/Civil-Rightsand-Small-Business-Development/Pages/Certified-DBE-Directory.aspx Finance and Administration Cabinet, Office of EEO/Contract Compliance: email [email protected] or call 502-564-2874 U.S. Small Business Administration, Dynamic Small Business Search website: http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm Louisville/ Jefferson County Metropolitan Sewer District website: http://www.msdlouky.org/insidemsd/diverse/find.html For assistance with identifying potential small business vendors or subcontractors, contact the Cabinet for Economic Development’s Procurement Assistance Program at [email protected] or call (800) 838-3266. A bidder must include a list of all disadvantaged vendors and/or subcontractors contacted in order to prepare a bid (ATTACH TO OFFICIAL BID DOCUMENT). If the bidder fails to utilize any disadvantaged vendors and/or subcontractors, a statement must be included to describe actions to include disadvantaged vendors and/or subcontractors (ATTACH TO OFFICIAL BID DOCUMENT). The Finance and Administration Cabinet will review all submissions by bidders to determine compliance with this provision.

  

List of Unit Prices List of Proposed Subcontractors List of Materials and Equipment Bid Guaranty in the amount of no less than five percent (5%) of the TOTAL BID AMOUNT.

COMMONWEALTH OF KENTUCKY FINANCE AND ADMINISTRATION CABINET SWORN STATEMENT REGARDING CAMPAIGN FINANCE LAWS PURSUANT TO KRS 45A.110 AND KRS 45A.115

The following form (page 6) relative to Campaign Finance Laws shall be completed in total, notarized and returned with your bid. Responsibility of a bidder or offeror for a contract award shall not be made until the bidder or offeror provides this sworn statement.

RFB-227-13 Page 5 of 16 EXPERIENCE MODIFICATION RATING (EMR): This form must be filled out by your Kentucky Workers Compensation Carrier/Agent. The insurance carrier/agent must certify your EMR. This form shall be submitted correctly with your bid or your company will receive zero (0) points

awarded for this requirement. THIS FORM IS FOR RFB-227-13 ONLY. Vendor Information: (please print)

Name: Address:

Phone: Contact:

EMR:_______________________________

EFFECTIVE DATE:____________________________

The bidder with the lowest Experience Modification Rating (EMR) will receive 5 points. The bidder with the next lowest EMR receives points by dividing the lowest EMR by the next lowest and multiplying that percentage by the available points. Failure to submit this affidavit with your bid will result in 0 points being awarded for this requirement. The Contractor may be required to provide Worksheet, i.e. NCCI, KY AGC, etc. as documentation of their current score. Failure to fill out this form will result in zero (0) points being awarded for the EMR criteria.

NOTARIZED STATEMENT OF COMPLIANCE Insurance Company providing KY Workers’ Compensation: I certify, under penalty of perjury, that I have provided all pertinent information required by this form and this information is true and accurate.

_________________________________________________ SIGNATURE

_________________________________________________ Printed Name

_________________________________________________ Title

_________________________________________________ Date

Company Full Legal Name _____________________________________________________________________________________ Address

_____________________________________________________________________________________________

Subscribed and sworn to before me by ________________________________________ ___________________________________ , (Affiant) (Title) of _______________________________________________ this _____________day of___________, 20 _________ . (Company Name) _________________________________________________ Notary Public [seal of notary]

My commission expires: ___________________________________

RFB-227-13 Page 6 of 16 REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS FOR BIDS AND CONTRACTS IN GENERAL: I. Each bidder or offeror swears and affirms under penalty of perjury, that: a.

In accordance with KRS 45A.110 and KRS 45A.115, neither the bidder or offeror as defined in KRS 45A.070(6), nor the entity which he/she represents, has knowingly violated any provisions of the campaign finance laws of the Commonwealth of Kentucky; and the award of a contract to the bidder or offeror or the entity which he/she represents will not violate any provisions of the campaign finance laws of the Commonwealth.

b.

The bidder or offeror swears and affirms under penalty of perjury that, to the extent required by Kentucky law, the entity bidding, and all subcontractors therein, are aware of the requirements and penalties outlined in KRS 45A.485; have properly disclosed all information required by this statute; and will continue to comply with such requirements for the duration of any contract awarded.

c.

The bidder or offeror swears and affirms under penalty of perjury that, to the extent required by Kentucky law, the entity bidding, and its affiliates, are duly registered with the Kentucky Department of Revenue to collect and remit the sales and use tax imposed by KRS Chapter 139, and will remain registered for the duration of any contract awarded.

d.

The bidder or offeror swears and affirms under penalty of perjury that the entity bidding is not delinquent on any state taxes or fees owed to the Commonwealth of Kentucky and will remain in good standing for the duration of any contract awarded.

e.

Pursuant to KRS 45A.480 the bidder or offeror swears and affirms under penalty of perjury, that all contractors and subcontractors employed, or that will be employed, under the provisions of this contract shall be in compliance with the requirements for worker’s compensation insurance according to KRS Chapter 342 and unemployment insurance according to KRS Chapter 341.

f.

The bidder or offeror swears and affirms under penalty of perjury that the entity bidding is properly authorized under the laws of the Commonwealth of Kentucky to conduct business in this state; is duly registered with the Kentucky Secretary of State to the extent required by Kentucky law; and will remain in good standing to do business in the Commonwealth of Kentucky for the duration of any contract awarded.

g.

By his signature, the offeror certifies that he is legally entitled to enter into this contract with the Commonwealth of Kentucky, and by holding and performing this contract will not be violating any conflict-of-interest statue (KRS 45A.330, KRS 45A.335, KRS 45.340, KRS 45A.990, KRS 164.390) or KRS 11A.040 of the Executive Branch Code of Ethics, relating to employment of former public servants.

FOR “NON-BID” CONTRACTS (I.E. SOLE-SOURCE; NOT-PRACTICAL OR FEASIBLE TO BID; OR EMERGENCY CONTRACTS, ETC): II. Each contractor further swears and affirms under penalty of perjury, that: a. In accordance with KRS 121.056, and if this is a non-bid contract, neither the contractor, nor any member of his/her immediate family having an interest of 10% or more in any business entity involved in the performance of any contract awarded, have contributed more than the amount specified in KRS 121.150 to the campaign of the gubernatorial slate elected in the election last preceding the date of contract award. b.

In accordance with KRS 121.330(1) and (2), and if this is a non-bid contract, neither the contractor, nor officers or employees of the contractor or any entity affiliated with the contractor, nor the spouses of officers or employees of the contractor or any entity affiliated with the contractor, have knowingly contributed more than $5,000 in aggregate to the campaign of a candidate elected in the election last preceding the date of contract award that has jurisdiction over this contract award.

c.

In accordance with KRS 121.330(3) and (4), and if this is a non-bid contract, to the best of his/her knowledge, neither the contractor, nor any member of his/her immediate family, his/her employer, or his/her employees, or any entity affiliated with any of these entities or individuals, have directly solicited contributions in excess of $30,000 in the aggregate for the campaign of a candidate elected in the election last preceding the date of contract award that has jurisdiction over this contract.

RFB-227-13 Page 7 of 16 REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS As a duly authorized representative for the bidder, offeror, or contractor, I have fully informed myself regarding the accuracy of all statements made in this affidavit, and acknowledge that the Commonwealth is reasonably relying upon these statements, in making a decision for contract award and any failure to accurately disclose such information may result in contract termination, repayment of funds and other available remedies under law.

Signature

Printed Name

Title

Date

Company Name Address

Subscribed and sworn to before me by (Affiant) of

(Title)

this _____day of ____________,20___. (Company Name)

Notary Public [seal of notary]

My commission expires:

RFB-227-13 Page 8 of 16 REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING RESIDENT BIDDER STATUS FOR BIDS AND CONTRACTS IN GENERAL: The bidder or offeror hereby swears and affirms under penalty of perjury that, in accordance with KRS 45A.494(2), the entity bidding is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: 1. 2.

Is authorized to transact business in the Commonwealth; Has for one year prior to and through the date of advertisement a. Filed Kentucky income taxes; b. Made payments to the Kentucky unemployment insurance fund established in KRS 341.49; and c. Maintained a Kentucky workers’ compensation policy in effect.

The BIDDING AGENCY reserves the right to request documentation supporting a bidder’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination.

Signature

Printed Name

Title

Date

Company Name Address

Subscribed and sworn to before me by (Affiant) of

(Title)

this _____day of ____________,20___. (Company Name)

Notary Public [seal of notary]

My commission expires:

RFB-227-13 Page 9 of 16

VENDOR REPORT OF PRIOR VIOLATIONS ON CONSTRUCTION SEALED BIDS This form is applicable to all sealed bids for construction projects issued by the Finance and Administration Cabinet, Division of Engineering and Contract Administration (DECA) in accordance with KRS 45A.080. The Prime Bidder on any construction sealed bid shall complete and provide a signed and notarized form with the required information attached, for the Prime Bidder, as an attachment to the bid.

The information required is specifically - any final determination(s) of violations within the last five (5) calendar years of the following: 1. 2. 3. 4. 5. 6. 7. 8.

Violations of KRS Chapter 136 (Corporation and Utility Taxes); Violations of KRS Chapter 139 (Sales and Use Taxes); Violations of KRS Chapter 141 (Income Taxes); Violations of KRS Chapter 337 (Wages and Hours); Violations of KRS Chapter 338 (Occupational Safety and Health of Employees); Violations of KRS Chapter 341 (Unemployment Insurance); Violations of KRS Chapter 342 (Workers Compensation); and Violations of Occupational Safety and Health Laws in any other states and at the federal level.

If there are no violations for a particular category, vendor should attach a statement to that effect. If there are violations for a particular category, the vendor should list them and provide the following information for each: the date of the violation, a short description of the violation (including statutory citation), the name of the governmental enforcement agency involved, and the amount of any penalties imposed as a result of the final determination. Please note that this information may be provided to other governmental agencies, such as the Kentucky Labor Cabinet, as part of the bid process. DECA reserves the unqualified right to disqualify any vendors from participating further in this bid process if appropriate under law. In addition, the successful prime bidder and subcontractors shall remain in continuous compliance with KRS 45A.485 during the life of any contract awarded, and shall notify DECA of any new final determinations of violations in any of the above-mentioned categories, which occur after contract award, and during the life of any contract awarded. Failure to comply with these requirements may result in the bidder and subcontractors being disqualified from participating in future bid opportunities for the Commonwealth.

RFB-227-13 Page 10 of 16 COMPANY NAME:

____________________________________________

TAX PAYER ID #:

____________________________________________

THIS VENDOR VIOLATION FORM MAY BE SENT TO THE LABOR CABINET FOR VERIFICATION. PLEASE MAKE SURE ALL YOUR VIOLATIONS ARE LISTED WITHIN THE LAST FIVE (5) YEARS. IF A BIDDER LISTS “NONE” AND HAS SOME, THEIR BID MAY BE REJECTED. FOR A LIST OF YOUR VENDOR VIOLATIONS, YOU CAN FAX OR EMAIL THE LABOR CABINET WITH YOUR REQUEST. FAX NUMBER IS (502) 696-1984 OR EMAIL: [email protected]. Violation Category

Date

Description

Govt. Enforcement Agency

Amount of Penalties

NOTARIZED STATEMENT OF COMPLIANCE I certify, under penalty of perjury, that I have provided all pertinent information required by this form and this information is true and accurate. I also certify that I have completely read and understand this form and will comply with these requirements during the life of any contract awarded. _________________________________________________ SIGNATURE

_________________________________________________ Printed Name

_________________________________________________ Title

_________________________________________________ Date

MAKE SURE YOU PUT COMPANY’S FULL LEGAL NAME Company Name _____________________________________________________________________________________________ Address

_____________________________________________________________________________________________ _____________________________________________________________________________________________

Subscribed and sworn to before me by ________________________________________ ___________________________________ , (Affiant) (Title) of

_______________________________________________ this _____________day of __________, 20 _________ . (Company Name)

_________________________________________________ Notary Public

[seal of notary]

My commission expires: _______________________

RFB-227-13 Page 11 of 16 BIDDER’S QUALIFICATIONS

The Bidder’s Qualifications are required by the owner to be submitted as set forth herewith:

1.

This firm is a Corp.________, Partnership________, or Proprietorship________.

2.

A permanent place of business is maintained at:

____________________________________________________________________________________________________ STREET CITY STATE ZIP CODE

______________________________________________ TELEPHONE NUMBER 3.

The following construction plant and equipment will be made available for use on this contract: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________

4.

In the event the contract is awarded the undersigned, surety bonds will be furnished by:

___________________________________________________________________________________________________ 5.

Experience of Contractor on other similar work: ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________ ____________________________________________________________________________________________________

6.

We now have the following jobs under contract and bonded: JOB

TOTAL CONTRACT

PERCENT COMPLETED

________________________________________________

$_________________________

_________________%

________________________________________________

$_________________________

_________________%

________________________________________________

$_________________________

_________________%

________________________________________________

$_________________________

_________________%

________________________________________________

$_________________________

_________________%

RFB-227-13 Page 12 of 16 P-2 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION

1.01

CERTIFICATION OF DBE: Any DBE utilized pursuant to this Section shall be certified as a DBE by one of the following: Kentucky Transportation Cabinet or other state Transportation agencies, the Louisville Metropolitan Sewer District, the Kentucky Minority Supplier Development Council or other state Minority Supplier Development Councils, the Kentucky Certification Cooperative, or the Small Business Administration.

1.02

OBLIGATION OF BIDDER/CONTRACTOR: Bidder/Contractor shall make a good faith effort to meet the DBE contract goal set by the Commonwealth by including DBE’s as subcontractors and/or material suppliers on 5% of the total estimated cost of the Contract. The failure to meet the foregoing goal shall not result in disqualification from bidding or being awarded a contract. However, Bidders/Contractors not meeting the DBE goal shall be expected to provide written proof of their good faith efforts. Award of the contract shall be conditioned upon satisfaction of the requirements established by this section. The Bidder/Contractor shall attempt to divide the work in the contract to facilitate use of DBE’s (however, there is no requirement that the work be artificially divided or divided in a way that raises the bid price of the Bidder/Contractor).

1.03

PROOF REQUIRED: Each bidder shall furnish written proof in their bid package that they reached the DBE participation goal for this Contract, or of their good faith efforts to meet the DBE participation goal. A copy of each participating DBE’s certification shall accompany the required forms. All submissions shall be subject to verification of the Commonwealth. A.

Proof that the apparent successful bidder reached the DBE goal shall consist of the following and shall be made on form DB-2-A, attached hereto: 1. 2. 3. 4.

B.

The names and addresses of DBE firms that will participate in the contract; A description of the work each named DBE firm will perform; The dollar amount of participation by each named DBE firm; The percentage amount of participation by each named DBE firm;

Proof that the apparent successful bidder made a good faith efforts to meet the DBE participation goal may include the following: 1.

Advertisement by the Bidder/Contractor of DBE contracting opportunities associated with this contract in at least one of each of the following periodicals: a periodical in general circulation throughout the Commonwealth, a trade periodical focused on DBE contractors/suppliers in general circulation throughout the Commonwealth, and a minority-focused periodical in general circulation throughout the Commonwealth. The Bidder/Contractor shall include copies of the dated advertisements in his bid package;

2.

Written notice of DBE opportunities in this contract to at least five pertinent DBE’s at least seven days prior to the bid opening date. Copies of the written notices shall be included in the bid package;

3.

The Bidder/Contractor’s response(s) to those DBE’s who requested plans, specifications and/or contracting requirements. Copies of said responses shall be included in the bid package;

4.

Documentation on form DB-2-B of good faith negotiations with at least three DBE’s, with no rejection of a qualified DBE without sound reason, including price quotes that are above other subcontractor’s price quotes;

5.

Utilization of the Finance and Administration Cabinet’s Office of Equal Employment Opportunity and Contract Compliance for referrals to organizations that assist in locating DBE's. Proof of use of such referrals and contacts made as a result thereof shall be included in the bid package.

RFB-227-13 Page 13 of 16 DB-2-A DISADVANTAGED BUSINESS AVAILABILITY VERIFICATION

____________________________________________________________ does commit itself that on the following project: NAME OF COMPANY

____________________________________ __________________________________ PROJECT NAME REQUEST FOR BID NUMBER

The Bidder agrees to furnish information required by the Commonwealth of Kentucky to indicate the Disadvantaged Business which it intends to utilize. Breach of this commitment constitutes breach of the Bidder’s contract if awarded. NAME OF DISADVANTAGED BUSINESS

DOLLAR VALUE

TELEPHONE

PERCENT

TYPE OF WORK

DISADVANTAGED CLASSIFICATION

The undersigned shall enter into a formal agreement with the disadvantaged business firms for work listed in this schedule conditioned upon execution of a contract with the Commonwealth of Kentucky. Disadvantaged business firms listed above by the Bidder and accepted by the Owner and the Architect/Engineer shall be used on the work for which they were proposed and accepted and shall not be changed except with the written approval of the Owner and the Architect/Engineer. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the Bidder to the commitment herein set forth. Signature and title of authorized official of the company and the data shall be properly executed on this document or the bid will be deemed nonresponsive.

____________________________________________________ NAME OF AUTHORIZED OFFICER

__________________________________________________ TITLE

_____________________________________________________ SIGNATURE

__________________________________________________ DATE

If you are bidding as a General Contractor on this project i.e. direct bidding and a Disadvantaged business as defined herein, please provide a copy of your DBE Certification. ______________________________________________________ Submit with Bid. (Please copy additional Disadvantaged Business Availability Forms as necessary.)

RFB-227-13 Page 14 of 16 DB-2-B DISADVANTAGED BUSINESS UNAVAILABILITY VERIFICATION

I, ________________________________________________________________________, _______________________________ (TITLE) of _______________________________________________________________________________________________________ (PRIME BIDDER) certify that on ______________________ I contacted the following disadvantaged business by: (circle one) Certified Mail, Phone, In Person to obtain a bid for work items to be performed on the Contract. FORM OF BID SUPPORT WORK ITEMS (I.E., UNIT PRICE, MATERIALS DISADVANTAGE CERT. CONTRACTOR SOUGHT LABOR & LABOR ONLY)

To the best of my knowledge and belief, said disadvantaged business was unavailable (exclusive of unavailability due to lack of agreement on price) for work on this project, or unable to prepare a bid, for the following reason(s):

SIGNATURE ______________________________________ DATE ____________________________________________

______________________________________________________________________________________________ was offered an (NAME OF DISADVANTAGED BUSINESS) opportunity to bid on the above-identified work on _______________________________________________________________by ___________________________________________________________________________________________________________ (SOURCE) The above statement is a true and accurate account of why I did not submit a bid on this project. __________________________________________ (SIGNATURE OF DISADVANTAGED BUSINESS) __________________________________________ (TITLE) (DATE) Submit with Bid if Applicable. (Please copy additional Disadvantaged Business Unavailability Forms as needed.)

RFB-227-13 Page 15 of 16 OFFICIAL BID DOCUMENT FOR RE-ADVERTISEMENT OF RFB-216-13 UPGRADE BILLETING LOCK SYSTEM WENDELL H. FORD REGIONAL TRAINING CENTER DEPT. OF MILITARY AFFAIRS GREENVILLE, KENTUCKY LIST OF UNIT PRICES:

Unit prices shall include the furnishing of all labor, materials, suppliers, services and shall include all items of cost, overhead and profit for the Contractor and any Subcontractor involved, and shall be used uniformly without modification for either additions or deductions. The Unit Prices as established shall be used to determine the equitable adjustment of the Contract Price in connection with changes or extra work performed under the Contract. Failure to completely fill out all unit prices requested may result in bid rejection.

UNIT PRICES UNIT PRICE

DESCRIPTION OF WORK

QUANTITY

1.

Electronic Door Lock

$

Each

2.

Wireless Hub/Transceiver

$

Each

3.

Licensing Fees: Costs for all software licensing years 2-5

$

RFB-227-13 Page 16 of 16 OFFICIAL BID DOCUMENT FOR RE-ADVERTISEMENT OF RFB-216-13 UPGRADE BILLETING LOCK SYSTEM WENDELL H. FORD REGIONAL TRAINING CENTER DEPT. OF MILITARY AFFAIRS GREENVILLE, KENTUCKY LIST OF PROPOSED SUBCONTRACTORS: (Must be submitted with Bid) The following list of proposed subcontractors is required by the owner to be executed, completed, and submitted with the Bidder’s Bid Document. All subcontractors are subject to approval by the Division of Engineering and Contract Administration, Department of Facilities and Support Services, Frankfort, Kentucky. Failure to submit this list, completely filled out, may result in bid rejection. If certain branches of work are to be done by the Prime Contractor, so state. Review/evaluation of subcontractors will occur on the bid opening day. If the Commonwealth requests replacement of a subcontractor, on bid opening day, then the apparent low bidder will provide a replacement subcontractor prior to close of the Commonwealth’s business day on that day. Failure of the apparent low bidder to comply with the preceding sentence will result in bid rejection. If subcontractor review/evaluation is not completed on the bid opening day, then procedures for any replacement will be issued based on the uniqueness of each situation. The responsibility for selection, offering of qualified, competent subcontractors to accomplish the work intended is solely the responsibility of the bidder to the Commonwealth. BRANCH OF WORK

1.

NAME AND ADDRESS OF SUBCONTRACTOR (If Prime/General, please state.)

Electrical

LIST OF MATERIALS AND EQUIPMENT: Every item listed under the different phases of construction must be clearly identified so that the Owner will definitely know what the bidder proposes to furnish. Bidders be hereby advised that this list shall be required to be filled out completely by the apparent low bidder within ONE (1) HOUR from the close of the official reading of the bids. The above requirement does not preclude any bidder from submitting this list, fully executed, at the time the bids are submitted. The use of the manufacturer’s dealer’s name only, or stating “as per plans and specifications”, will not be considered as sufficient identification. Where more than one “Make or Brand” is listed for any one item, the Owner has the right to select the one to be used. Failure to submit a proper list may result in rejection of Bidder’s Bid Document.

MATERIAL AND/OR EQUIPMENT: 1.

Door Access System

2.

Property Management System

MANUFACTURER AND BRAND NAME:

STEVEN L. BESHEAR GOVERNOR

COMMONWEALTH OF KENTUCKY FINANCE AND ADMINISTRATION CABINET DEPARTMENT FOR FACILITIES AND SUPPORT SERVICES DIVISION OF ENGINEERING AND CONTRACT ADMINISTRATION ST 403 WAPPING STREET, 1 FLOOR FRANKFORT, KY 40601-2638 (502) 564-3050 FAX NO. (502) 564-6822

LORI H. FLANERY SECRETARY

SAM RUTH COMMISSIONER

PAUL GANNOE EXECUTIVE DIRECTOR

5/17/2013 NOTICE TO CONTRACTORS FOR RE-ADVERTISEMENT OF RFB-216-13 UPGRADE BILLETING LOCK SYSTEM WENDELL H. FORD REGIONAL TRAINING CENTER DEPT. OF MILITARY AFFAIRS GREENVILLE, KENTUCKY Attached hereto is a copy of the “Advertisement for Bids” for furnishing all labor, equipment, appliances and materials necessary for RE-ADVERTISEMENT OF RFB-216-13, Upgrade Billeting Lock System, Wendell H. Ford Regional Training Center, Dept. of Military Affairs, Greenville, Kentucky, SAME IS DESIGNATED AS: REQUEST NO.

Request for Bid No. RFB-227-13

BID ON:

RE-ADVERTISEMENT OF RFB-216-13 UPGRADE BILLETING LOCK SYSTEM WENDELL H. FORD REGIONAL TRAINING CENTER DEPT. OF MILITARY AFFAIRS GREENVILLE, KENTUCKY

BID DATE:

May 24, 2013 2:00 P.M., Eastern Time

Responsible Contractors who have proper experience, equipment and qualifications are invited to bid on this work. These factors will be considered in the Award of Contract and all work will be performed under the standard regulations for construction of the Commonwealth of Kentucky.

KentuckyUnbridledSpirit.com

An Equal Opportunity Employer M/F/D

RFB-227-13 PAGE 1 OF 5 PART I ADVERTISEMENT FOR BIDS 1.

INVITATION: Sealed bid documents for the following work will be received by the Division of Engineering and Contract Administration, 2nd Floor Bush Building, 403 Wapping Street, Commonwealth of Kentucky, Frankfort, KY 40601, in the manner and on the date hereinafter specified for the furnishing of all labor, materials, supplies, tools, appliances, equipment, services, etc., necessary for RE-ADVERTISEMENT OF RFB-216-13, Upgrade Billeting Lock System, Wendell H. Ford Regional Training Center, Dept. of Military Affairs, Greenville, Kentucky, as set forth in the specifications and as shown on the drawings prepared by John Phelps, John Phelps Engineering, Inc., 1725 Rosewood Ave., Louisville, KY 40204; and approved by the Department for Facilities and Support Services of the Commonwealth of Kentucky and under the terms and conditions to this Request for Bid.

2.

PROJECT DESCRIPTION: The Work consists of replacing the existing door lock access and property management system for Wendell ford Regional Training Center. This requires the removal of approximately 191 door locks and replacement with new RFID electronic battery powered locks. A new property management software system that is fully integrated and compatible with the new door access system shall be included. The system shall be fully compatible with Windows Server 2008 R2 and Windows 7 Pro 64 bit. All demolition of existing locks is included. All wiring and raceways, power supplies, CAT 5E and fiber optic system interface, remote controllers, installation of new electronic locks with batteries, software shall be included. Servers and work stations will be provided by the Owner. All cards for access shall be furnished and the entire system shall be left fully setup, programmed, and ready for the Owner’s use. All software licensing fees required shall be included in the proposal. A minimum of up to six (6) owner computer stations for accessing and running the software shall be included in the licensing fees.

3.

METHOD OF BIDDING: Bids will be received from Prime Contractors on a “Best Value” Basis for the total project. All phases of work shall be bid to and through the Prime Contracting Firms. Bids shall be submitted in the manner herein described and on the official bid document form included with the conditions and specifications and shall be subject to all the conditions as set forth and described in the Bid Documents. SPECIAL NOTE: Bids shall be submitted on the Official Form supplied by the Division of Engineering and Contract Administration. Failure to comply with the foregoing requirements will be cause for invalidation of bid.

4.

METHOD OF AWARD: The Commonwealth intends to award a contract to the Contractor, whose offer, conforming to the solicitation, is the most advantageous on the basis of "best value" for all products, services and requirements contained herein. The Commonwealth buyer will evaluate the information provided by the Contractor(s) in response to the established measurable criteria contained in the solicitation. With the ranking approach price is one of the measurable criteria components of the solicitation. The measurable criteria are added together to determine the Contractor’s total score. Measurable Criteria: Price Experience Modification Rating (EMR) Total Available Points

95 points 5 points 100 points

Price (Lump Sum Base Bid) (95 points) –The bidder with the “lowest total lump sum base bid” (LTLSBB) receives 95 points. The bidder with the next LTLSBB receives points by dividing the LTLSBB by the next lowest and multiplying that percentage by the available points. For example, assume the LTLSBB is $390,000 then that bidder receives 95 points ($390,000/$390,000 = 1.00 x 95 = 95). Assume the next LTLSBB is $395,000 then that bidder receives 93.8 points ($390,000/$395,000 = 0.987 x 95 = 93.8), etc.

RFB-227-13 PAGE 2 OF 5

Experience Modification Rating (EMR) (5 points) – The bidder with the lowest Experience Modification Rating (EMR) will receive 5 points. The bidder with the next lowest EMR receives points by dividing the lowest EMR by the next lowest and multiplying that percentage by the available points. For example the lowest EMR of all bidders is .6, then that bidder receives 5 points. Assume the next lowest EMR is .9 that bidder receives 3.33 points (.6/.9=.67 x 5 = 3.33). Contractors shall provide their current EMR score on the form included in the Official Bid Documents. This form must be filled out by their insurance carrier/agent. Failure to fill out this document correctly will result in the contractor being awarded zero (0) points for the EMR criteria. The Commonwealth reserves the right to reject contractors with an unacceptable EMR score. If a bidder does not have an established EMR they will be scored as having an EMR of 1.00. Any bidder indicating that they do not have an established EMR must provide documentation from their insurance carrier confirming that they do not have an established EMR and the reason why. Best Value scoring is subject to Reciprocal preference for Kentucky resident bidders and Preferences for a Qualified Bidder or the Department of Corrections, Division of Prison Industries (KAR 200 5:410). KRS 45A.490 Definitions for KRS 45A.490 to 45A.494. As used in KRS 45A.490 to 45A.494: (1) "Contract" means any agreement of a public agency, including grants and orders, for the purchase or disposal of supplies, services, construction, or any other item; and (2) "Public agency" has the same meaning as in KRS 61.805. KRS 45A.492 Legislative declarations. The General Assembly declares: (1) A public purpose of the Commonwealth is served by providing preference to Kentucky residents in contracts by public agencies; and (2) Providing preference to Kentucky residents equalizes the competition with other states that provide preference to their residents. KRS 45A.494 Reciprocal preference to be given by public agencies to resident bidders -- List of states -Administrative regulations. (1) Prior to a contract being awarded to the lowest responsible and responsive bidder on a contract by a public agency, a resident bidder of the Commonwealth shall be given a preference against a nonresident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the nonresident bidder. (2) A resident bidder is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: (a) Is authorized to transact business in the Commonwealth; and (b) Has for one (1) year prior to and through the date of the advertisement, filed Kentucky corporate income taxes, made payments to the Kentucky unemployment insurance fund established in KRS 341.490, and maintained a Kentucky workers' compensation policy in effect. (3) A nonresident bidder is an individual, partnership, association, corporation, or other business entity that does not meet the requirements of subsection (2) of this section. (4) If a procurement determination results in a tie between a resident bidder and a nonresident bidder, preference shall be given to the resident bidder. (5) This section shall apply to all contracts funded or controlled in whole or in part by a public agency. (6) The Finance and Administration Cabinet shall maintain a list of states that give to or require a preference for their own resident bidders, including details of the preference given to such bidders, to be used by public agencies in determining resident bidder preferences. The cabinet shall also promulgate administrative regulations in accordance with KRS Chapter 13A establishing the procedure by which the preferences required by this section shall be given. (7) The preference for resident bidders shall not be given if the preference conflicts with federal law. (8) Any public agency soliciting or advertising for bids for contracts shall make KRS 45A.490 to 45A.494 part of the solicitation or advertisement for bids. The reciprocal preference as described in KRS 45A.490-494 above shall be applied in accordance with 200 KAR 5:400. Determining the residency of a bidder for purposes of applying a reciprocal preference

RFB-227-13 PAGE 3 OF 5 Any individual, partnership, association, corporation, or other business entity claiming resident bidder status shall submit along with its response the attached Required Affidavit for Bidders, Offerors, and Contractors Claiming Resident Bidder Status. The BIDDING AGENCY reserves the right to request documentation supporting a bidder’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination. A nonresident bidder shall submit, along with its response, its certificate of authority to transact business in the Commonwealth as filed with the Commonwealth of Kentucky, Secretary of State. The location of the principal office indentified therein shall be deemed the state of residency for that bidder. If the bidder is not required by law to obtain said certificate, the state of residency for that bidder shall be deemed to be that which is identified in its mailing address as provided in its bid. 5.

PROJECT CONTACTS: 1. Architect/Engineer: John Phelps, John Phelps Engineering, Inc., 1725 Rosewood Ave., Louisville, KY 40204. Phone: (502) 459-2530, [email protected] 2. Project Manager: Brian Cottongim, Division of Engineering and Contract Administration, 403 Wapping Street, 2nd Floor, Frankfort, KY 40601. Phone: (502) 782-0317, [email protected] 3. Agency: Joe Sanderson, Dept. of Military Affairs, 100 Minuteman Pkwy., Frankfort, KY 40601. Phone: (502) 607-6536, [email protected] 4. Purchasing Agent: Margaret MacDonald, CPPB, Division of Engineering Contract Administration, 403 Wapping Street, 2nd Floor, Frankfort, KY 40601. Phone: (502) 564-5182, [email protected]

6.

BID SUBMITTAL: Bidders must submit the bid in a sealed envelope addressed as follows: Sealed Bid Clerk 403 Wapping Street, 2nd Floor Division of Engineering and Contract Administration Commonwealth of Kentucky Frankfort, Kentucky 40601-2638 The envelope must contain the following information on the outside lower left-hand corner: Sealed Request for Bid No:

RFB-227-13

Bid Receipt Closing Date:

May 24, 2013 2:00 P.M., Eastern Time

The bid must be received before the specified closing hour and date for receipt of bids. All bids are time stamped showing the hour and date officially received. A bid received after the scheduled closing time for reception of bids is a “late bid” and may not be considered for award providing any legal bid has been received on said Request for Bid. The time/date clock on the Bid Receipt Clerk’s desk is the official bid time/date receipt indicator. Bidder assumes full responsibility for timely delivery of the bid in compliance with the above described procedures and conditions. 7.

BID WITHDRAWAL: No bidder may withdraw his bid for a period of thirty (30) days after the date set for the opening of bids. Clerical errors and omissions in the computation of the lump sum bid shall not be cause for withdrawal of bid without forfeiture of bid bond. Bids may be withdrawn in person only, prior to the closing date for receipt of bids.

8.

BONDING: All bids shall be accompanied by a bid guarantee (in the form of a bid bond or certified check) of not less than five (5%) percent of the amount of the lump sum base bid. A 100% Performance Bond and a separate 100% Payment Bond shall be furnished by the successful bidder. All bonding and insurance requirements are contained in the Instructions to Bidders and/or General Conditions. Bonds should be executed by a surety company authorized to do business in the Commonwealth of Kentucky.

RFB-227-13 PAGE 4 OF 5

9.

RIGHT TO REJECT: The Division of Engineering and Contract Administration, Commonwealth of Kentucky, reserves the right to reject any and all bids and to waive all informalities and/or technicalities where the best interest of the Commonwealth may be served.

10.

GENERAL INFORMATION: A.

Bidder’s Qualifications, Unit Prices, Proposed Subcontractors are required to be submitted with the bid and List of Materials are to be submitted within one (1) hour after the bid opening.

B.

KRS 337.550 (1) Provides that if any contractor or subcontractor is found to be in violation of any provisions of KRS 337.505 to 337.550 by the Department of Labor and upon notification to the Commissioner of the Department for Facilities and Support Services, the Commissioner of the Department for Facilities and Support Services shall hold such contractor or subcontractor ineligible to bid on public works until such a time as that contractor or subcontractor is in substantial compliance as determined by the Commissioner of Labor.

C.

Each demolition/renovation project must comply with Kentucky Division of Air Pollution Control Regulation 401 KAR 57:011. This includes notification, in writing, to the Division of Air Pollution Control, ten (10) days before start of the project.

D.

REGISTRATION WITH SECRETARY OF STATE: Domestic and foreign corporations shall be registered with the Kentucky Secretary of State and declared to be in “good standing” prior to award of contract. Offeror should verify status at the following website: http://www.sos.ky.gov and click on “Business Services”. Failure to comply with this requirement within (5) days after notification may render your bid non-responsive.

E.

REGISTRATION WITH SECRETARY OF STATE BY A FOREIGN ENTITY: Pursuant to KRS 45A.480(1)(b), an agency, department, office, or political subdivision of the Commonwealth of Kentucky shall not award a state contract to a person that is a foreign entity required by KRS 14A.9-010 to obtain a certificate of authority to transact business in the Commonwealth (“certificate”) from the Secretary of State under KRS 14A.9-030 unless the person produces the certificate within fourteen (14) days of the bid or proposal opening. Therefore, foreign entities should submit a copy of their certificate with their solicitation response. If the foreign entity is not required to obtain a certificate as provided in KRS 14A.9-010, the foreign entity should identify the applicable exception in its solicitation response. Foreign entity is defined within KRS 14A.1-070. For all foreign entities required to obtain a certificate of authority to transact business in the Commonwealth, if a copy of the certificate is not received by the contracting agency within the time frame identified above, the foreign entity’s solicitation response shall be deemed nonresponsive or the awarded contract shall be cancelled.

F.

Businesses can register with the Secretary of State at https://secure.kentucky.gov/sos/ftbr/welcome.aspx . REGISTRATION with eMars (eProcurement): In order to receive a contract in the State’s electronic procurement system (eMars/eProcurement), a vendor/contractor shall be registered to conduct business therein. Business entities not already registered may register by visiting the eProcurement website at ( https://emars.ky.gov/online/vss/AltSelfService) and complete the registration information. The website has phone numbers and email addresses to facilitate answering any questions you may have with the registration or update process. Failure to comply with this requirement within (5) days after notification may render your bid non-responsive.

RFB-227-13 PAGE 5 OF 5 G.

LABOR LAW INFORMATION: Kentucky Prevailing Wage Rates are applicable to this project. The Kentucky Department of Labor has assigned Project No. 089-B-00159-12-8, Building, Determination Number CR 8-006, dated 11/19/2012, for Muhlenberg County to this project. This project number is to be included on all data and correspondence submitted to the Department for Facilities and Support Services and/or Department of Labor

H.

PRE-BID MEETING: There will not be a pre-bid on the above referenced project. Interested contractors are encouraged to contact Shonia Holland at (502) 607-7926 to schedule a site visit.

KENTUCKY LABOR CABINET PREVAILING WAGE DETERMINATION CURRENT REVISION LOCALITY NO. 006 PROJECT NO. 089-B-00159-12-8 Determination No. CR-8-006 _xx____BLDG

_______HH

Date of Determination: November 19, 2012

This schedule of the prevailing rate of wages for Locality No. 006, which includes Hopkins, Muhlenberg, Ohio Counties, has been determined in accordance with the provisions of KRS 337.505 to 337.550. This determination shall be referred to as Prevailing Wage Determination No. CR-8-006. Apprentices shall be permitted to work as such subject to Administrative Regulations adopted by the Executive Director of the Office of Workplace Standards. Copies of these regulations will be furnished upon request to any interested person. Overtime is to be computed at not less than one and one-half (1 1/2) times the indicated BASE RATE for all hours worked in excess of eight (8) per day, or in excess of forty (40) per week. However, KRS 337.540 permits an employee and employer to agree, in writing, that the employee will be compensated at a straight time base rate for hours worked in excess of eight (8) hours in any one workday, but not more than ten (10) hours worked in any one workday, if such written agreement is prior to the over eight (8) hours in a workday actually being worked, or where provided for in a collective bargaining agreement. The fringe benefit rate is to be paid for each hour worked at a straight time rate for all hours worked. Fringe benefit amounts are applicable for all hours worked except when otherwise noted. Welders will receive rate for craft in which welding is incidental. No laborer, workman or mechanic shall be paid at a rate less than that of the General Laborer except those classified as bona fide apprentices registered with the Kentucky State Apprenticeship Supervisor unless otherwise specified in this schedule of wage rates. NOTE: The type of construction shall be determined by applying the following definitions. BUILDING CONSTRUCTION Building construction is the construction of sheltered enclosures with walk-in access for the purpose of housing persons, machinery, equipment, or supplies. It includes all construction of such structures, the installation of utilities and the installation of equipment, both above and below grade level, as well as incidental grading, utilities and paving. HIGHWAY CONSTRUCTION Highway construction includes the construction, alteration or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, parking areas, and other similar projects not incidental to building or heavy construction. It includes all incidental construction in conjunction with the highway construction project. HEAVY CONSTRUCTION Heavy projects are those projects that are not properly classified as either "building" or "highway". For example, dredging projects, water and sewer line projects, dams, flood control projects, sewage treatment plants and facilities, and water treatment plants and facilities are considered heavy.

_________________________________________ Michael L. Dixon, Commissioner Department of Workplace Standards Kentucky Labor Cabinet

CR-8-006 2012 CLASSIFICATIONS

Page 2 of 8 BASE RATES AND FRINGE BENEFITS

HEAT & FROST INSULATORS/ASBESTOS WORKERS:

BASE RATE FRINGE BENEFITS

$28.96 14.66

BOILERMAKERS:

BASE RATE FRINGE BENEFITS

$34.49 18.06

BRICKLAYERS:

BASE RATE FRINGE BENEFITS

$28.47 13.10

BASE RATE FRINGE BENEFITS

$22.81 14.66

BUILDING

BASE RATE FRINGE BENEFITS

$23.31 14.66

Carpenters:

BUILDING

BASE RATE FRINGE BENEFITS

$21.83 13.25

Piledrivers:

BUILDING

BASE RATE FRINGE BENEFITS

$22.83 13.25

CARPENTERS / BUILDING: HOPKINS & MUHLENBERG COUNTIES: Carpenters: BUILDING

Piledrivermen:

CARPENTERS / BUILDING: OHIO COUNTY:

CARPENTERS / HEAVY & HIGHWAY: HOPKINS, MUHLENBERG & OHIO COUNTIES: Carpenters:

HEAVY & HIGHWAY

BASE RATE FRINGE BENEFITS

$26.40 13.95

Piledrivermen:

HEAVY & HIGHWAY

BASE RATE FRINGE BENEFITS

$26.65 13.95

Divers:

HEAVY & HIGHWAY

BASE RATE FRINGE BENEFITS

$39.98 13.95

BASE RATE FRINGE BENEFITS

$24.50 14.05

CEMENT MASONS:

Add $.25 to base rate for 50-75 feet above finished grade level; 75-100 feet above finished grade level; and each additional 50 feet thereafter.

ELECTRICIANS: Electrician:

Heliarc Welding & Cablesplicers:

BASE RATE FRINGE BENEFITS

$29.52 13.85

BASE RATE FRINGE BENEFITS

$29.19 13.58

CR-8-006 2012 CLASSIFICATIONS

Page 3 of 8 BASE RATES AND FRINGE BENEFITS

ELECTRICIANS: CONTINUED When workmen are requested to work from swinging seats or on radio and television towers, tanks, smoke stacks, structural steel and bridges and where a man can fall 35 feet or more, but not including outside linework, the rate of pay shall be twenty-five percent (25%) above the base rate. Structural steel is defined to mean unprotected, unfloored raw steel. LINEMAN:

HEAVY HIGHWAY

BASE RATE FRINGE BENEFITS

$31.86 11.63

EQUIPMENT OPERATOR:

HEAVY HIGHWAY

BASE RATE FRINGE BENFITS

$28.48 10.94

GROUNDMAN:

HEAVY HIGHWAY

BASE RATE FRINGE BENEFITS

$18.87 9.03

$23.00 FRINGE BENEFITS

6.26

BASE RATE FRINGE BENEFITS

$26.78 11.72

ELEVATOR CONSTRUCTORS:BASE RATE

GLAZIERS:

Add $.35 for glaziers working on a scaffold 30 ft. or more above ground or any permanent part of a structure

IRONWORKERS:

BASE RATE FRINGE BENEFITS

$26.25 15.49

LABORERS / BUILDING: BUILDING GROUP 1: General laborers, watchman, water boy, wrecking labor on building and structures, clearing of right-of-way and building site, carpenter tender, deck hand flagging traffic, truck spotters and dumpers, axe and cross cut saw filer, concrete puddlers and form strippers, asbestos abatement laborers, toxic waste removal laborer, lead abatement laborer and industrial deep cleaning : BUILDING

*BASE RATE FRINGE BENEFITS

$21.25 10.68

BUILDING GROUP 2: All power driven tools, hod carriers, mason tenders, finishing tenders, mortar mixers, jack hammer, vibrators, soil compactors, wagon drill, core drill, test drill, well drill, concrete pump machine, tunnel boring machine, men in tunnel and crib ditch work, signal men, riprap rock setters and handlers, asphalt rakers, tampers and smoothers, pipe layers, grout pump man, chain saw, pipe clearing, doping and wrapping, swampers and straight cable hooking, cement guns, grade checkers machine excavating, tool room checkers, batch plant scale man, sand hog free air, sand hog compressed air, cutting torch man on salvage work, road form setters, brick slingers, hand spikers, power buggy, handling of creosote material, sandblasters, curing of concrete and apply hardener, air and gas tampers, concrete saw, power post hole diggers and green cut men on concrete work, pavement breakers, multi-craft tender: BUILDING

*BASE RATE FRINGE BENEFITS

$21.45 10.68

CR-8-006 2012 CLASSIFICATIONS

Page 4 of 8 BASE RATES AND FRINGE BENEFITS

LABORERS / BUILDING: CONTINUED GROUP 3: Powderman and Blaster BUILDING

*BASE RATE FRINGE BENEFITS

$22.45 10.68

*Add the following amounts to the laborers' base rate: $1.00 for work with toxic waste, Level A; $.50 for work with toxic waste, Level B; and $.25 for work with toxic waste, Level C and chemically treated materials. There is no additional amount for work with toxic waste, Level D

LABORERS / HEAVY HIGHWAY: HEAVY HIGHWAY GROUP 1: Aging and curing of concrete (any mode or method), asbestos abatement worker, asphalt plant laborers, asphalt laborers, batch truck dumpers, carpenter tenders, cement mason tenders, cleaning of machines, concrete laborers, demolition laborers, dredging laborers, drill helper, environmental laborer - nuclear, radiation, toxic and hazardous waste - Level D, flagmen, grade checkers, all hand digging and hand back filling, highway marker placers, landscaping laborers, mesh handlers and placers, puddler, railroad laborers, rip-rap and grouters, right of way laborers, sign, guard rail and fence installers (all types), signal men, sound barrier installer, storm and sanitary sewer laborers, swampers, truck spotters and dumpers, and wrecking of concrete forms: HEAVY & HIGHWAY

BASE RATE FRINGE BENEFITS

$21.96 10.90

HEAVY HIGHWAY GROUP 2: Batter board men (sanitary and storm sewer), brickmason tenders, mortar mixer operator, scaffold builders, burner and welder, bushhammers, chain saw operator, concrete saw operators, deckhand scow man, dry cement handlers, environmental laborers - nuclear, radiation, toxic and hazardous waste - Level C, forklift operators for masonry, form setters, green concrete cutting, hand operated grouter and grinder machine operator, jack hammers, lead paint abatement, pavement breakers, paving joint machine, pipe layers-laser operators (non-metallic), plastic pipe fusion power driven Georgia buggy or wheelbarrow, power post hole diggers, precast manhole setters, walkbehind tampers, walk-behind trenchers, sand blasters, concrete chippers, surface grinders, vibrator operators, wagon drillers: HEAVY & HIGHWAY BASE RATE $22.21 FRINGE BENEFITS 10.90 HEAVY HIGHWAY GROUP 3: Asphalt luteman and rakers, gunnite nozzleman, gunnite operators and mixers, grout pump operator, side rail setters, rail paved ditches, screw operators, tunnel laborers (free air), and water blasters: HEAVY & HIGHWAY

BASE RATE FRINGE BENEFITS

$22.26 10.90

HEAVY HIGHWAY GROUP 4: Caisson workers (free air), cement finishers, environmental laborer - nuclear, radiation, toxic and hazardous waste - Levels A and B, miners and drillers (free air), tunnel blasters and tunnel muckers (free air), directional and horizontal boring, air track driller (all types), powderman and blaster, troxler and concrete tester : HEAVY & HIGHWAY

MARBLE, TILE & TERRAZZO: Finishers:

Workers:

BASE RATE FRINGE BENEFITS

$22.86 10.90

BASE RATE FRINGE BENEFITS

$12.33 2.65

BASE RATE FRINGE BENEFITS

$18.13 3.25

CR-8-006 2012 CLASSIFICATIONS MILLWRIGHTS HOPKINS COUNTY:

MUHLENBERG & OHIO COUNTIES:

Page 5 of 8 BASE RATES AND FRINGE BENEFITS BASE RATE FRINGE BENEFITS

$23.96 16.71

BASE RATE FRINGE BENEFITS

$24.18 16.56

OPERATING ENGINEERS / BUILDING: BUILDING CLASS A-1: (NCCCO OR OECP CERTIFIED): Crane, dragline, hoist (1 drum when used for stack or chimney construction or repair), hoisting engineer (2 or more drums), orangepeel bucket, overhead crane, piledriver, truck crane, hydraulic crane: BUILDING *BASE RATE $27.54 FRINGE BENEFITS 13.40 BUILDING CLASS A: Articulating Dump, auto Patrol, Batcher Plant, Bituminous Paver, Cableway, Carrydeck Crane, Central Compressor Plant, Clamshell, Concrete Mixer (21 cu. ft. or over), Concrete Pump, Crane, Crusher Plant, Derrick, Derrick Boat, Ditching and Trenching Machine, Dragline, Dredge Operator, Dredge Engineer, Elevating Grader and all types of Loaders, Heavy Equipment Robitics Operator/ Mechanic, Hoe-Type Machine, Hoist (1 drum when used for stack or chimney construction or repair), Hoisting Engine (2 or more drums), Horizontal Directional Drill Operator, Hydraulic Boom Trucks, Locomotive, Mechanically Operated Laxer Screed, Motor Scraper, Carry-all Scoop, Bulldozer, Heavy Duty Welder, Mechanic, Orangepeel Bucket, Overhead Crane, Piledriver, Power Blade, Motor Grader, Roller (bituminous), Scarifier, Shovel, Tractor Shovel, Truck Crane, Winch Truck, Push Dozer, Highlift, Forklift (regardless of lift height and except when used for masonry construction), Telescoping Type Forklift, All types of Boom Cats, Core Drill, Hopto, Tow or Push Boat, A-Frame Winch Truck, Concrete Paver, Gradeall, Hoist, Hyster, Pumpcrete, Ross Carrier, Boom, Tail Boom, Rotary Drill, Hydro Hammer, Mucking Machine, Rock Spreader attached to equipment, Scoopmobile, KeCal Loader, Tower Cranes (French, German and other types), Hydrocrane, Backfiller, Gurries, sub-Grader, Tunnel Mining Machines including Moles, Shields, or similar types of Tunnel Mining Equipment: BUILDING *BASE RATE $26.51 FRINGE BENEFITS 13.40 *Operators on cranes with boom one-hundred fifty feet (150’) and over including jib, shall receive ($1.00) above base rate, two-hundred twenty-five feet (225’) and over including jib shall receive ($1.50) above base rate. All cranes with piling leads will receive $1.00 above base rate regardless of boom length

BUILDING CLASS B: All Air Compressors (over 900 cfm), Bituminous Mixer, Joint Sealing Machine, Concrete Mixer (under 21 cu. ft), Form Grader, Roller (rock), tractor (50 HP and over), Bull Float, Finish Machine, Outboard Motor Boat, Flexplane, Fireman, Boom Type Tamping Machine, Truck Crane Oiler, Greaser on Grease Facilities servicing Heavy Equipment, Switchman or brakeman, Mechanic Helper, Whirley Oiler, Self-Propelled Compactor, Tractair and Road Widening Trencher and Farm Tractor with Attachments (except backhoe, highlift and endloader), Elevator (regardless of ownership when used for hoisting any building materials), Hoisting Engineer (1 drum or buck hoist),Forklift (when used for masonry construction firebrick masonry excluded), Well Points, Grout Pump, Throttle-Valve Man, Tugger, Electric Vibrator Compactor: BUILDING BASE RATE $23.69 FRINGE BENEFITS1 13.40 BUILDING CLASS C: Bituminous Distributor, Cement Gun, Conveyor, Mud Jack, Paving Joint Machine, Roller (earth), Tamping Machine, Tractors (under 50 HP), Vibrator, Oiler, Concrete Saw, Burlap and Curing Machine, Hydro-Seeder, Power Form handling Equipment, Deckhand Steersman, Hydraulic Post Driver and Drill Helper: BUILDING BASE RATE $22.90 FRINGE BENEFITS 13.40

CR-8-006 2012 CLASSIFICATIONS

Page 6 of 8 BASE RATES AND FRINGE BENEFITS

OPERATING ENGINEERS / HEAVY HIGHWAY: HEAVY HIGHWAY CLASS A-1: (NCCCO OR OECP CERTIFIED): Cableway, carry deck crane, cherry picker, clamshell, crane, derrick, derrick boat, dragline, hoist engine (2 or more drums), hydraulic boom truck, hydrocrane, orangepeel bucket, overhead crane, piledriver, rough terrain crane, tower cranes (French, German & other types), truck crane. HEAVY HIGHWAY BASE RATE $28.40 FRINGE BENEFITS 13.40 HEAVY HIGHWAY CLASS A: A-Frame Winch Truck, Auto Patrol, Backfiller, Batcher Plant, Bituminous Paver, Bituminous Transfer Machine, All types of Boom Cats, Bulldozer, Cableway, Carry-All Scoop, Carry Deck Crane, Central Compressor Plant Operator, Clamshell, Concrete Mixer (21 cu. ft. or over), Concrete Paver, Truck-Mounted Concrete Pump, Core Drills, Crane, Crusher Plant, Derrick, Derrick Boat, Ditching and Trenching Machine, Dragline, Dredge Operator, Dredge Engineer, Earth Movers, Elevating Grader and all types of Loaders, Grade-All, Gurries, Heavy Equipment Robotics Operator/Mechanic, Highlift, Hoe-Type Machine, Hoist (two or more drums), Hoisting Engine (two or more drums), Horizontal Directional Drill Operator, Hydraulic Boom Truck, Hydrocrane, Hyster, KeCal Loader, Letourneau, Locomotive, Mechanic, Mechanically Operated Laser Screed, Mechanic Welder, Mucking Machine, Motor Scraper, Orangepeel Bucket, Piledriver, Power Blade, Pumpcrete, Push Dozer, Rock Spreader attached to Equipment, All Rotary Drills, Roller (bituminous), Scarifier, Scoopmobile, Shovel, Side Boom, Subgrader, Tailboom, Telescoping Type Forklift, Tow or Push Boat, Tower Cranes (French, German and other types), Tractor Shovel, Truck Crane, Tunnel Mining Machines including Moles, Shields, or Similar types of Tunnel Mining Equipment: HEAVY & HIGHWAY **BASE RATE $27.35 FRINGE BENEFITS 13.40 **Operators on cranes with booms one hundred fifty feet (150’) and over including jib shall receive $1.00 above base rate. HEAVY HIGHWAY CLASS B: All Air Compressors (over 900 cu. ft. per min.), Bituminous Mixer, Boom Type Tamping Machine, Bull Float, Concrete Mixer (under 21 cu. ft.), Dredge Engineer, Electric Vibrator Compactor/Self-Propelled Compactor, Elevator (on drum or buck hoist), Elevator (regardless of ownership when used to hoist building material), Finish Machine, Firemen, Flex-Plane, Forklift (regardless of lift height), Form Grader, Hoist (one drum), Joint Sealing Machine, Mechanic Helper, Outboard Motor Boat, Power Sweeper (riding type), Roller (rock), Ross Carrier, Skid Mounted or Trailer Mounted Concrete Pumps, Skid Steer Machine with all Attachments, Switchman or Brakeman, Throttle Valve Man, Tractair and Road Widening Trencher, Tractor (50 HP and over), Truck Crane Oiler, Tugger, Welding Machine, Well Points, and Whirley Oiler: HEAVY & HIGHWAY BASE RATE $24.87 FRINGE BENEFITS 13.40 HEAVY HIGHWAY CLASS B2: Greaser on Grease Facilities servicing Heavy Equipment, All off road Material Handling Equipment, Including Articulating Dump Trucks HEAVY & HIGHWAY BASE RATE $25.26 FRINGE BENEFITS 13.40 HEAVY HIGHWAY CLASS C: Bituminous Distributor, Burlap and Curing Machine, Caisson Drill and Core Drill Helper (track or skid mounted), Cement Gun, Concrete Saw, Conveyor, Deckhand Oiler, Grout Pump, Hydraulic Post Driver, Hydro Seeder, Mud Jack, Oiler, Paving Joint Machine, Power Form Handling Equipment, Pump, Roller (earth), Steermen, Tamping Machine, Tractors (under 50 H.P.) and Vibrator: HEAVY & HIGHWAY BASE RATE $24.60 FRINGE BENEFITS 13.40 BUILDING & HEAVY HIGHWAY: Employees assigned to work below ground level are to be paid ten percent (10%) above base wage rate. This does not apply to open cut work.

CR-8-006 2012 CLASSIFICATIONS

Page 7 of 8 BASE RATES AND FRINGE BENEFITS

PAINTERS: Drywall Finishers & Plasters:

Brush, Roller & Paper Hanger:

BASE RATE FRINGE BENEFITS

$24.70 12.38

BASE RATE FRINGE BENEFITS

$24.45 12.38

Spray, Sandblast, Power Tools, Waterblast, Steam Cleaning, Brush & Roller of Mastics, Creosotes, Kwinch Koate & Coal Tar Epoxy: BASE RATE $25.45 FRINGE BENEFITS 12.38 Spray of mastics, Creosotes, Kwinch Koate & Coal Tar:

BASE RATE FRINGE BENEFITS

$26.45 12.38

Add $.75 per hour to base rate for employee working forty (40) feet or more above ground, $1.50 over seventy-five (75) feet, and $2.50 over one hundred (100) feet.

PLUMBERS & PIPEFITTERS:

BASE RATE FRINGE BENEFITS

$28.67 13.25

Men working 35 feet above ground or floor, or in a tunnel shall received $.25 per hour above the base rate add an additional $.25 per hour for each additional 25 feet

ROOFERS: (Excluding metal roofs)

BASE RATE FRINGE BENEFITS

$16.90 4.95

SHEETMETAL WORKERS: (Including metal roofs)

BASE RATE FRINGE BENEFITS

$26.65 11.52

SPRINKLER FITTERS:

BASE RATE FRINGE BENEFITS

$29.55 17.22

BASE RATE FRINGE BENEFITS

$10.06 1.33

BASE RATE FRINGE BENEFITS

$10.18 1.33

TRUCK DRIVERS / BUILDING: Truck Helper and Warehouseman: BUILDING

Driver - 3 tons and under, Greaser, Tire Changer and Mechanic Helper: BUILDING

Driver - over 3 tons, Drivers, Semi-Trailer or Pole Trailer; Dump Trucks, Tandem Axle; Farm Tractor when used to pull building material or equipment: BUILDING BASE RATE $10.29 FRINGE BENEFITS 1.33 Drivers, Concrete Mixer Trucks (all types, hauling on job sites only); Truck Mechanics: BUILDING BASE RATE FRINGE BENEFITS

$10.36 1.33

CR-8-006 2012 CLASSIFICATIONS

Page 8 of 8 BASE RATES AND FRINGE BENEFITS

TRUCK DRIVERS / BUILDING: CONTINUED Drivers, Euclid and other Heavy Earth Moving Equipment and Low Boy, Winch Truck and A-Frame Truck and Monorail Truck when used to transport building materials, Forklift Truck when used inside warehouse or storage area: BUILDING BASE RATE $10.46 FRINGE BENEFITS 1.33 TRUCK DRIVERS / HEAVY HIGHWAY: Truckhelper and warehouseman, mobile batch truck helper: HEAVY & HIGHWAY

Greaser, tire changer and mechanic helper: HEAVY & HIGHWAY

Truck mechanic:

HEAVY & HIGHWAY

BASE RATE FRINGE BENEFITS

$17.78 2.28

BASE RATE FRINGE BENEFITS

$17.83 2.28

BASE RATE FRINGE BENEFITS

$18.06 2.28

Driver-single axle dump and flatbed truck, semi-trailer or pole trailer when used to pull building materials and equipment, tandem axle dump truck, driver of distributors, driver on mixer trucks (all types): HEAVY & HIGHWAY BASE RATE $18.13 FRINGE BENEFITS 2.28 Driver-Euclid and other heavy earthmoving equipment and low-boy, articulator, cat truck, 5-axle wheel, winch truck and A-Frame truck when used in transporting materials, Ross Carrier, forklift truck when used to transport building materials, driver on pavement breakers: HEAVY & HIGHWAY BASE RATE $18.14 FRINGE BENEFITS 2.28

END OF DOCUMENT CR-8-006 November 19, 2012

SECTION 011000 - SUMMARY

PART 1 - GENERAL

1.1

SUMMARY OF WORK A.

Project: Wendell H. Ford Regional Training Center, DMA WHFRTC Upgrade Billeting Lock System.

B.

Owner: State of Kentucky.

C.

Architect: John Phelps Engineering, Inc., 1725 Rosewood Ave., Louisville, Kentucky 40204.

D.

The Work consists of replacing the existing door lock access and property management system for WHFRTC. This requires the removal of approximately 191 door locks and replacement with new RFID electronic battery powered locks. The new locks shall be interfaced with a door security access system that is RFID capable and provides real time access and control from the front desk of the facility. A new property management software system that is fully integrated and compatible with the new door access system shall be included. Door locks shall be able to be opened with a physical key overriding the electronic door access control system and have doors that are “Best” lock compatible. The system shall be fully compatible with Windows Server 2008 R2 and Windows 7 Pro 64 bit. All demolition of existing locks is included. All wiring and raceways, power supplies, CAT 5E and fiber optic system interface, remote controllers, installation of new electronic locks with batteries, software shall be included. Servers and work stations will be provided by the Owner. All cards for access shall be furnished and the entire system shall be left fully setup, programmed, and ready for the Owner’s use. All software licensing fees required shall be included in the proposal. A minimum of up to six (6) owner computer stations for accessing and running the software shall be included in the licensing fees.

E.

Time for substantial completion: Door Access System – July 30, 2013; Property Management System – June 15, 2013.

F.

Liquidated damages shall be $250 for every day project exceeds substantial completion and $250 for every day project exceeds final completion dates for each system..

1.2

WORK RESTRICTIONS A.

Contractor's Use of Premises: During construction, Contractor will have limited use of building indicated. Contractor's use of premises is limited only by Owner's right to perform work or employ other contractors on portions of Project. 1.

Owner will occupy premises during construction. Perform construction only during normal working hours (8 AM to 5 PM Monday thru Friday, other than holidays), unless otherwise agreed to in advance by Owner. Clean up work areas and return to a useable condition at the end of each work period. Contractor shall include in the Form of Proposal any overtime work that cannot be performed during normal work hours due to such factors as noise from construction, required electric or gas utility shutdown or other factors determined by the Owner. No additional compensation will be made for overtime work required as part of this project.

2.

No utility outages are allowed unless agreed to by Owner. Notify Owner at least one week in advance of any proposed outage. Adjust actual Owner agreed to outage per Owner’s schedule.

SUMMARY

011000 - 1

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION

3.1

Substantial Completion – Contractor shall be substantially complete bu June 15th, 2013 for Property Management system, by July 30th for Door Access system. Failure to complete substantial completion will result in a $250 per day penalty against the contractor for every day past date of substantial completion.

3.2

Final Completion – Contractor final completion date shall be 30 days after date of substantial completion. Liquidated damages shall be a $250 per day penalty against the contractor for every day past date of final completion.

END OF SECTION 011000

SUMMARY

011000 - 2

SECTION 012700 - UNIT PRICES PART 1 - GENERAL 1.1

SUMMARY A.

1.2

Section includes administrative and procedural requirements for unit prices. DEFINITIONS

A.

1.3

Unit price is an amount incorporated in the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. PROCEDURES

A.

Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit.

B.

Measurement and Payment: Refer to individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections.

C.

List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price.

PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1

SCHEDULE OF UNIT PRICES A.

Electronic Door Lock

____________________ea.

B.

Wireless Hub/Transceiver

____________________ea.

C.

Licensing Fees: Costs for all software licensing years 2-5 __________________$ END OF SECTION 012700

UNIT PRICES -1

012700

SECTION 281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

1.1 GENERAL I.

A. Furnishing and installing an electronic door access control system and integrated, fully compatible property management system. The system and all software shall be completely installed and left fully operational for the Owner’s use. All software licensing fees required shall be included in the proposal. A minimum of up to six (6) owner computer stations at different locations for accessing and running the software shall be included in the licensing fees.

1.3 REFERENCES A.

ANSI/BHMA A156.13 - Locks and Latches, Mortise (Grade 1).

B.

ANSI/BHMA A156.25 – Electrified Locks (Grade1).

C.

UL 10C and ULC S-104, on fire-rated door up to and including three hours.

D.

FCC part 15 Class A and CE directive 89/336/EEC.

E.

ADA compliant

F.

RoHS and Shabbat compliant

1.4

DEFINITIONS USED WITH STAND-ALONE ELECTRONIC LOCKING SYSTEM

A.

RFID: Radio Frequency Identification

B.

RFID Credential: “Keycard” using Read/Write MIFARE smart card technology available in various formats (keyfobs, cards, and wristbands) and card capacities (mini, 1K, 4K).

C.

RFID Encoder: A device used to encode access privileges on to smart cards.

D.

Card Reader: A device used to read a credential.

E.

Remote Access Controller: A device used to read credentials and make access control decisions when interfaced with electric strikes, electromagnetic locks, etc where a self-contained card reader/door lock is not feasible or desired.

F.

System 6000 is the software system used to manage the credentials and doors/access points including management reports. It can interface with Property Management Systems

G.

Messenger is an add-on component to System 6000 that enables it to communicate with doors/access points via wireless communication and includes the Lock Event Notification System (LENS).

1 281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

1.5 A.

1.6

SYSTEM DESCRIPTION – (Basis of Design – Saflok with Visual One Property Management) The Saflok RT electronic locking system consists of an access control management system (Saflok System 6000 with Messenger for Wireless), with RFID encoders, resident room lock(s), and RFID credentials. It may include Card Readers for elevators, electric strikes, or magnetic locks, and Panic Device Operator(s). The system is controlled by Authorization levels, is defined by site codes, and is fully auditable. Any function can be audited, both at the Lock and the system level. The system shall be integrated and fully compatible with a property management system based on “Visual One”.

SUBMITTALS A.

Product Data: Manufacturer's product data sheets including installation details, material descriptions (including but not limited to, energy usage, recycled content), dimensions of individual components and profiles, operational descriptions and finishes.

B.

System Operational Descriptions: Complete system operational narratives for each electronic access controlled opening defining the owner's prescribed requirements for the opening functionality. Narratives include, but are not limited to, the following situations: normal secured/unsecured state of door; authorized access; authorized egress; unauthorized access; unauthorized egress; fire alarm and loss of power conditions, and interfaces with other building control systems.

C.

Shop Drawings: Details of electrified integrated locking hardware and access control firmware, indicating the following: 1.

Wiring Diagrams: Upon receipt of approved schedules, submit detailed system wiring diagrams for power, signaling, monitoring, communication and control of the access control system electrified hardware and firmware. Differentiate between manufacturerinstalled and field-installed wiring. Include the following:

2.

D.

a.

Basic Riser/ Elevation diagram(s) of each unique access controlled opening showing location and interconnection of major system components with respect to their placement in the respective door openings.

b.

Complete SMS system, riser and point-to-point block wiring diagrams.

Electric Coordination: Coordinate with related Division 26 Electrical Sections the voltages and wiring details required at electrically controlled and operated hardware openings.

Factory Certification: Provide copy of manufacturer(s) official certification or accreditation document indicating proof of status as a qualified and authorized provider of the primary access control components from either one of the systems below or approved equal. 1. Saflok 6000 with Messenger. 2.

E.

ASSA ABLOY Aperio Wireless “Authorized Channel Partner” (ACP) and “Certified Integrator” (CI)

IP-Enabled Access Control Products Supplier Qualifications: Integrated access control products and accessories shall be certified by the door access system manufacturer. Suppliers are to be factory trained, certified prior to project bid, and a direct purchaser of the specified product. Installers are 2

281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

F.

to be factory trained, certified prior to project bid, and are responsible for commissioning, servicing, and warranting the installed equipment specified for the project. A copy of the factory certification will be required prior to acknowledgement of any purchase orders.

G.

Keying Schedule: Reference Drawings.

H.

Product Test Reports: Indicating compliance with cycle testing requirements, based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified independent testing agency.

I.

Operating and Maintenance Manuals: Provide 3 bound copies of manufacturers operating and maintenance manuals for each item comprising the complete access control and site management installation in quantity as required in Division 01, Closeout Submittals. The manual to include the name, address, and telephone number of the supplier/integrator providing the installation and the nearest service representatives for each item of equipment included in the system. The final copies delivered after completion of the installation test to include "as built" modifications made during installation, checkout, and acceptance. a.

J.

As-Built Drawings: During system installation, the Contractor is to maintain a separate hard copy set of drawings, elevation diagrams, and wiring diagrams of the access control system to be used for record drawings. This set to be kept accurately recorded and up to date by the SMS contractor for a minimum of 3 months from the date the system is turned over to the owner including all changes and additions to the access control system.

Warranties and Maintenance: Special warranties and maintenance agreements specified in this Section.

1.7 QUALITY ASSURANCE A.

Manufacturer Qualifications: 1. Responsible for all components (does not include computers and servers). 2.Continuously engaged in electronic access control system construction with a minimum of 5 years successful experience. 3. Able to demonstrate successful performance on comparable projects. 4. Responsible for system design, including: a. Preparation of engineering and production documentation. b. Development of testing program and interpretation of test results. 5. Design and Manufacturing Process: 6.Capability of providing manufacturer-certified field service personnel for installation assistance as required. 7.Capability of providing 24-hour, 7 days per week technical service assistance through a toll free telephone number after acceptance of work by the Owner. 8.Capability of providing manufacturer-certified field service personnel for technical service and maintenance after acceptance of work by the Owner.

B.

Installer Qualifications: To be approved by manufacturer.

C.

Pre-installation Meeting: A pre-installation meeting is required. The manufacturer must provide a project management group experienced in scheduling and following up installation details. 3

281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

D.

The door access system and property management system: Contractor shall submit certification that the two systems are fully integrated and are fully compatible.

1.8 DELIVERY, STORAGE, AND HANDLING A.

Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying product name and manufacturer.

B.

Storage: Store materials indoors, in a clean, dry area in accordance with manufacturer's instructions.

C.

Handling: Protect materials and finishes during handling and installation to prevent damage.

1.9 COORDINATION A. Coordinate quantity and arrangement of assemblies with ceiling space configuration and with components occupying ceiling space, including structural members, pipes, air-distribution components, raceways, cable trays, recessed lighting fixtures, and other items. B. Provisioning of WiFi and Ethernet Local Area Network (LAN) information such as user name and password shall be provided by Owner, but shall require coordination with contractor for integration with systems referenced in this specification. C. Integrated Access Control Door Hardware and Electrical Coordination: Coordinate the layout and installation of scheduled integrated access control door hardware, and related access control equipment, with required connections to source power junction boxes, power supplies, detection and monitoring hardware and fire alarm system. 1. Door Hardware Interface: The access control system to interface and be connected to electrified and integrated access control door hardware as required. Coordinate the installation and configuration of electrified door hardware being monitored or controlled with the controls, software and access control hardware specified in this Section. D. Templates: Obtain and distribute to the parties involved templates for doors, frames, and other work specified to be factory prepared for installing electrified door hardware and access control system components. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing access control system hardware to comply with indicated requirements. E. Door and Frame Preparation: Doors and corresponding frames are to be prepared, reinforced and pre-wired (if applicable) to receive the installation of the specified electrified, monitoring, signaling and access control system hardware without additional in-field modifications.

PART 2 2.1 A.

PRODUCTS

MANUFACTURER Kaba Access & Data Systems - Kaba Ilco, Inc., 7301 Decarie Boulevard, Montreal, Quebec, Canada H4P2G7 Tel. 514-735-5411, Fax 514-735-6589, website www.kabamultihousing.com or approved equal. 4

281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

Kaba Access & Data Systems - Saflok 31750 Sherman Avenue, Madison Heights, MI 48071 Toll-Free: 1.800.999. Phone: 1.248.837.3700 Fax: 1.248.583.3228, or

B.

2.2

ASSA Abloy Aperio Wireless “Authorized Channel Partner” and “Certified Integrated” with “Front Desk” property management system of approved equal. STAND-ALONE ELECTRONIC ACCESS CONTROL

A.

Stand-Alone Electronic Access Control Locks for Multihousing Applications: SAFLOK RT Lock Series

B.

Locks: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26.

27. 28. 29.

30.

Style: Contactless Card Reader Lockset: ASM mortise, ANSI/BHMA A156.13, Grade 1 for residential units Deleted Cylindrical option Optional door Ajar featured required Certified ANSI/BHMA 156.25 electrified locks (Grade 1) All metal construction, for interior and exterior applications Supplied with ADA compliant levers and thumbturn, outside lever free to rotate in locked mode Outside housing Material: Outside material is zinc for long life Lock Finish: Satin Chrome, [ Satin Brass optional] [Other finishes available] Power: 3 AA standard alkaline batteries - located in outside escutcheon for ease of access when door is closed. Door Thickness: Adaptable from 1 3/8 inches to 2 ½ inches (35mm to 66mm) thick doors Operation Indicators: Visual and audible Low Battery Indication: Low battery indication is visible at the lock Audit memory: Minimum of 1000 transactions in lock memory Read-write technology, audit held in lock and at system level of resident and staff use. Updating and Auditing: Updating and auditing is done via Wireless access from a central location without having to open the door. Critical Parts: Coated for environmental protection. Exterior Mounting and Assembly Screws: concealed Override Options (require authorization): a. Electronic (Standard) – Via authorized system access Mechanical – Mechanical Key Override via BEST SFIC cylinder. Core not supplied by lock manufacturer. Contactless Smart (Radio Frequency Identification, read-write) Card Reader: Lock card reader reads Mifare credentials designed to operate at 13.56MHz in accordance with ISO 14443A Credentials: Credentials are encoded with proprietary encryption Credentials: Credentials operate at 13.56MHz in accordance with ISO 14443A Lock Firmware: Lock firmware can be upgraded in field without removing the lock Lock Microprocessor: Conforms to Federal and CE requirements for RF emissions and immunity Operating Environment: a. Between –30 degrees F and 150 degrees F (-35 C to 66 C) b. Weather Resistant: Withstands rain, dust and salt Complies with FCC Part 15, Class A and CE Directive 89/336/EEC Florida Building Code Approval number FL13061 Fire Ratings, UL 10B and ULC S-104, ASM Cylindrical a. Wood Doors: 20 Minutes b. Steel Doors: 3 Hours Dimensions: a. Lever Return: Within ½ inch (13mm) of door b. Zinc Deadbolt with (Stand or auto) for cylindrical: 1 inch (25mm) 5

281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

c. d. e. f. C.

D.

Steel latch for cylindrical: ¾ inch (19mm) Steel 1/2 inch Cylindrical latch Backset: 2 ¾ inches (70mm) Weight: 7.4 pounds (3.4kg)

System 6000 and Messenger™ 1. System 60000 software is installed on a PC or server. System shall be fully compatible with Windows Server 2008 R2 and workstations with Windows 7 Enterprise 64 bit. RFID Encoders are used to encode resident, Staff and Special credentials. 2. RFID contactless encoder: Encodes Mifare credentials designed to operate at 13.56MHz in accordance with ISO 14443A. Status indicator LED, USB connectivity. Complies with FCC part 15 class A and EMC Directives 89/336/EEC, UL/C, IEC, CE certified, Temperature 0 degrees C to 40 degrees C (32 degrees F to 104 degrees F). 3. Keycard features in System 6000 include Limited use keys, Fail-Safe keys, Dual-Security keys, Latching/Unlatching keys, Emergency Keys, Guestroom, Suite and Connector Keys, Staff Keys. 4. SafLok Messenger provides Upstream Messaging, Downstream Messaging and Event Notification Subscription 5. Interfaces with a variety of PMS systems. 6. Secure networking (128 AES encryption) 7. Lock Event Notification System disemminates information to a specified group of recipients as it occurs (by email, SMS, and web services) 8. Serial interface to a site’s Property Management Software (PMS) a. Processes multiple PMS requests simultaneously b. Monitor active requests c. View request history 9. Audit Capability: Unlimited system activity audit 10. Verification: Each pass of the credential includes both encoding and verification of encoding 11. Printer Connection: any network printer or printer connected to workstation

Remote Access Controller 1. 2. 3. 4. 5. 6.

7. 8. 9. 10. 11.

Reader Style: Contactless Black Plastic Contactless Smart (Radio Frequency Identification, read-write) Card Reader: Lock card reader reads Mifare credentials designed to operate at 13.56MHz in accordance with ISO 14443A Power: 120 Volts AC, from building power (Optional battery backup available) Operation Indicators: Visual Remote programming interface available up to 100 feet from controller Operating Environment (Reader only): a. Between –30 degrees F and 150 degrees F (-35 C to 66 C) b. Weather Resistant: Withstands rain, dust and salt Conforms to UL294 and CSA standards Interfaces with fire panels meeting NFPA 101 fire access alarm standards Meets FCC and CE requirements Certified to ETL 294 Switch Configuration: Single Switch and 8 Switch Controller for elevators

2.3

PROPERTY MANAGEMENT SYSTEM

2.3.1

General: The property management system shall provide all features as listed below and be fully integrated with the Saflok 6000 Plus Messenger door access system. Basis of design: Agilysis “Visual One”. “Front 6

281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

Desk” integrated with the ASSA Abloy Aperio wireless “Authorized Channel Partner” and “Certified Integrator” is acceptable, or approved equal.

2.3.2`System Software Requirements: A. The system shall provide a minimum of six (6) logins. B. The software shall support three hundred (300) hotel rooms with expansion up to five hundred (500) rooms. C. The system shall have touch screen capability. D. The software shall be Windows Server 2008 R2 compatible. E. The software shall be compatible with Windows 7 Pro, 64 bit. F. The software shall have customizable fields and views on the software and reports and the ability to send automatic emails to specific recipients G. The system shall allow PBX interface: This allows information to be updated when a guest checks in or out. H. The system shall allow credit card processing. The credit card processing shall allow authorization for both debit and credit card using high speed internet. I.

The system shall allow check verification. The interface dials into a check processor system and verifies the account number against a database of bad checks.

J. The system shall allow the ability to export accounting information. This allows financial information to be imported into other Microsoft Programs such as Excel (required). K. The system shall interface with RFID: Compatibility with RFID locks including a “Best” Lock Core System. L. The system shall allow the ability for central reservations. This interface process allows the user to automatically enter reservations from a central processing center that can handle both one way and two way communications. M. The system interface shall interact with voice mail. The interface shall provide automated guest mailbox administration. The mailbox is turned on when the guest checks in and cleared when the guest checks out. N. The system shall provide POINT-OF-SALE which allows transactions to be posted to a folio, such as a lost key or parking pass. O. The system shall provide the ability to scan a driver’s license or business card. When a driver’s license is scanned, it shall automatically populate the guest's name, address, city, state, and zip. P. The system shall have signature capture capability. This shall capture a signature to registration card, folio receipt, and credit card receipt and can be recalled at any time.

7 281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

Q. The system shall include a website booking engine that allows guests to book reservations from the property website as well as retrieve modify or cancel an existing reservation, and allows online comment card. R. The system shall include an accounting program that restricts voids/reversals to specific log-ins, alphanumeric account numbers, unlimited direct bill customer accounts, and defer payment of security deposits. S. The system shall include guest functions to include the following: Merge duplicate guest files, Userdefined retention of guest history, track preferred room information, and detailed stay history. T. The system shall provide the ability to create custom rates, automatic re-rate and re-post on rate changes, and restrict rate overrides to specific logins. U. The system shall provide the ability to automatically extend overdue departures, automatically process no shows, predefine end of day reports, and automatic rate posting to not allow any duplications. V. The system shall have the ability to generate Daily, Weekly, and Monthly stay revenue reports. W. The system shall have the ability to generate ROOMS/ROOM TYPES information. Display by room usage or by room type, Alphanumeric room names, Specify maximum guests by room type, Multiple phone extensions, Room usage and auto reporting and auto balancing, track maintenance issues and severity, and housekeeping zones. X. The system shall have the ability to track group sales. Master folio billing, Route specific charges to master folio, proposal, booked, and guaranteed statuses, and to auto release room blocks by dates. Y. The system shall provide a concierge card file with printable maps and change due calculator. Z. The system shall provide support for reservation inquiry, pre-post entire stay, inventory item available and posting, and company association tracking. AA. The system shall include a PBX interface with the capability for housekeeping to dial in clean rooms when completed. BB. The system shall provide a rate lock feature. This feature shall ensure that a rate on a reservation will be retained, even if existing rates are edited when rates change. CC. Licensing: All licensing fees for all software shall be included. Contractor shall be responsible for obtaining all signatures as required for the licensing fees and agreements and include all costs for a full year beginning after date of substantial compliance.. Owner will require a minimum of 6 different computer locations where the software can be accessed and run. All licensing fees for these six locations shall be included. See specification Section Unit Prices for extended multiple year licensing fees costs after the 1st year. 2.3.3

Hardware Requirements

A. All hardware required for credit card processing. The credit card processing shall allow authorization for both debit and credit card using high speed internet. B. All hardware required to allow check verification. The interface dials into a check processor system and verifies the account number against a database of bad checks. 8 281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

C. All hardware required for the system to provide POINT OF SALE which allows transactions to be posted to a folio, such as a lost key or parking pass. Hardware and cash drawer along with terminator block and cables shall be included in bid. D. All hardware and cables required for the system to provide the ability to scan a driver’s license or business card. When a driver’s license is scanned, it shall automatically populate the guest's name, address, city, state, and zip. E. All hardware and cables to provide signature capture capability. This shall capture a signature from a registration card, folio receipt, or credit card receipt and can be recalled at any time. F. All hardware and cables to provide the ability for biometric fingerprint scan. This feature supports fingerprint scanning using digital persona hardware. Encrypted technology ensures the complete login process remains secure.

PART 3 3.1 A.

3.2

EXECUTION

EXAMINATION Examine areas to receive electronic access control and property management system. Notify Engineer if areas are not acceptable. Do not begin installation until unacceptable conditions have been corrected.

INSTALLATION

A. Install electronic access control and property management system in accordance with manufacturer's instructions. B. Centralized Distributed Power Management System and Boxed Power Supplies: 1. Configuration: Provide the least number of power supplies required to adequately serve doors with access control hardware and equipment. 2. Dual Path Failover and Redundancy: The centralized distributed power management system shall support the ability to failover to a secondary reliable, stable supply of electricity in the event that the primary electricity source fails under a variety of operating conditions. This failover will be seamless to the System Operator to ensure functionality when the primary power source is disconnected. The failover shall occur in less than 60 seconds from the time the primary power source goes offline, thus minimizing functional gaps in the SMS. Acceptable options are: a. Backup Generator b. UPS System c. Battery Backup C.

Install system at locations as indicated on the Electronic Access Control System Schedule. 9

281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

D.

Use manufacturer’s supplied hardware.

E.

Replace defective or damaged components as directed by the Engineer.

F.

Furnish to the Owner all required keys and credentials (3 sets of each).

3.3

FIELD QUALITY CONTROL

A.

3.4

Test completed installation to verify each component of electronic access control and property management system is properly installed and operating.

ADJUSTING A. Adjust and check each operating item of integrated access control door hardware, and each door opening to ensure proper secured operation and function of every unit. Replace units that cannot be adjusted to operate as intended. 1.

Integrated Access Control Products: a. Provide a detailed schedule of doors and integrated lock functions tested. b. Verify integrated lockset functional operation signals are being recognized by the SMS in the following ways, but are not limited to: i.

Verify power is connected to the integrated lockset by means of the PoE Injector, Switch or SMS panel.

ii.

Present compatible credential and verify LED and sounder activity.

iii.

When a valid credential is presented to card reader, the door unlocks.

iv.

Functional operation of integrated Request to Exit (REX) is observed when the inside lever or push rail is retracted.

v.

A change in Real-time door status monitoring is recognized when the door is not closed and latched.

B.

Adjust locksets for smooth operation without binding.

C.

Verify and obtain Owner’s approval that all electronic door locks and software are operating correctly and are fully integrated with the property management system. System and software shall be corrected as necessary until Owner accepts and approves both the door access and integrated property management system.

3.5

CLEANING

A.

Clean surfaces in accordance with manufacturer's instructions.

B.

Do not use abrasive cleaners. 10

281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

3.6 A.

DEMONSTRATION Provide on-site system setup by manufacturer-certified personnel. 1. 2.

Demonstrate complete system to Owner’s personnel. Train Owner’s personnel in proper operation and maintenance. Provide a minimum of 8 hours training on the door access system and 8 hours additional on the property management system to Owner’s staff.

END OF SECTION

11 281350 – DOOR ACCESS CONTROL/PROPERTY MANAGEMENT SYSTEM

Suggest Documents