• No results found

INVITATION TO BID (ITB) ITB # TAMPA DATA CENTER #2 INFRASTRUCTURE IMPROVEMENTS

N/A
N/A
Protected

Academic year: 2021

Share "INVITATION TO BID (ITB) ITB # TAMPA DATA CENTER #2 INFRASTRUCTURE IMPROVEMENTS"

Copied!
13
0
0

Loading.... (view fulltext now)

Full text

(1)

INVITATION TO BID (ITB)

FOR

ITB #08-0017

TAMPA DATA CENTER #2

INFRASTRUCTURE IMPROVEMENTS

Refer ALL Inquiries to Procurement Officer

Barbara Carter, Procurement Officer

Purchasing Department

Citizens Property Insurance Corporation

2101 Maryland Circle

Tallahassee, FL 32303

(850) 521-8973 Phone

(850) 575-0936 Facsimile

E-Mail: Purchasing@citizensfla.com

(2)

TABLE OF CONTENTS

Section 1.0 – Project Overview and Timeline

1.1 Project Overview

1.2 Mandatory Pre-Bid Conference

1.3 Issuing Office

1.4 Submission of Bids

1.5 Calendar of Events

Section 2.0 – General Information

2.1 Company Background

2.2 Questions

2.3 Review and Evaluation of Bids

Section 3.0 – Statement of Work

3.1 Scope Overview 3.2 Scope of Work 3.3 Professional Services 3.4 General Constructions 3.5 Electrical Contractions 3.6 Mechanical Constructions

3.7 Low Voltage Constructions

3.8 Fire Protection Constructions

3.9 Schedule and Delivery

3.10 Warranties 3.11 Insurance Requirements 3.12 Access to Jobsite 3.13 Work Hours 3.14 Materials 3.15 Project Documents 3.16 Vendor Team 3.17 Required Providers 3.18 Required Certifications

3.19 References and History

3.20 Invoicing For Services

3.21 Vendor Requirements

3.22 Liquidated Damages

3.23 Payment and Performance Bonds

Section 4.0 - Attachments:

Attachment “A” – Price Sheet & Response Submittal Form (fill out and return with response)

Attachment “B” – Firm’s Experience and Reference Form (fill out and return with response)

Attachment “C”– Corporate Background Form (fill out and return with response)

Attachment “D” – Vendor Conflict of Interest Disclosure Form (fill out and return with response)

Attachment “E” – Diagram – TPA-TE-CR1-Power Plan Computer Room Attachment “F” – Diagram – TPA-TEN-1-Electrical Riser Diagram Attachment “G” – Diagram – TPA-TEN-2 Modified Electrical Riser

Attachment “H” – Diagram – TPA-TM-CR Mechanical Connections Computer Room Attachment “I” – Diagram – TPA-DC-FP Project DC2

Attachment “J” – Standard Definitions Attachment “K” – Rules of Procurement

Attachment “L” – Citizens Contract Terms and Conditions Attachment “M” – Standard Terms and Conditions Attachment “N” – Code of Ethics

(3)

SECTION 1.0 – Project Overview and Timeline

1.1 Project Overview

This Invitation to Bid (ITB) seeks a qualified general contractor to provide infrastructure improvements to Citizens Property Insurance Corporation (Citizens) Tampa Data Center #2 located in Tampa, Florida.

1.2 Mandatory Pre-Bid Conference

In an effort to ensure that all Vendors are familiar with the conditions of the project site, a mandatory pre-bid conference will be held at the project site on the date and time specified in Section 1.5, Calendar of Events. Failure to attend this mandatory meeting and walk-through will result in disqualification to bid on these projects. Exception: Companies that submitted a written response to ITB#08-0006 are exempt from attending above specified mandatory pre-bid meeting. Participation in the pre-bid conference for ITB#08-0006 is deemed as meeting this mandatory requirement.

1.3 Issuing Office

This Invitation to Bid is issued by the Purchasing Department of Citizens Property Insurance Corporation. The Purchasing Department is the sole point of contact concerning this solicitation. All communication must be done through the below specified Purchasing Representative:

Barbara Carter, Procurement Officer Purchasing Department

Citizens Property Insurance Corporation 2101 Maryland Circle

Tallahassee, Florida 32303 (850) 521-8973

Purchasing@citizensfla.com

Note: From the date this solicitation is issued until a notice of recommended award, rejection of all bids or other notice is made, there shall be no contact related to the solicitation between a Vendor and any Citizens staff or member of the Board of Governors, with the exception of the above referenced Purchasing Officer or his/her designee. Any unauthorized contact may disqualify the Vendor from further consideration.

1.4 Submission of Bids

The purpose of this solicitation is to demonstrate the Vendor’s qualifications, competence and capacity to undertake services in conformity with the requirements specified in this solicitation. The bid response should demonstrate the qualifications of the Vendor and of the particular staff to be assigned to this engagement.

Due to the fast response requested by Citizens, electronic responses are allowed. All Vendors are instructed to

submit proposals ELECTRONICALLY as an e-mail attachment to Barbara Carter, Purchasing Officer, at

Purchasing@citizensfla.com on or before due date and time specified in Section 1.5, Calendar of Events. In the subject line of your e-mail submission, please type Response to ITB #08-0017, Tampa Data Center #2 Infrastructure Improvements.

1.5 Calendar of Events

Listed below is the calendar of important actions, with corresponding estimated dates or times by which the actions must be taken or completed. All listed times are local time in Tallahassee, Florida. Any change or modification to this calendar, modifications to this solicitation, or other important notices will be accomplished by the posting of an addendum on the Purchasing Department section of Citizens website which is located at the following address: (http://www.citizensfla.com/about/purchasing-current_reqs.cfm). It is each Vendor’s responsibility to monitor Citizens’ Website for changes. Citizens is under no obligation to notify potential Vendors of the posting of an addendum, or underlying information contained in the addendum.

No. Estimated Calendar of Events Date and Time

1. Invitation to Bid issued and published on Citizens website at:

http://www.CITIZENSfla.com/about/purchasing-current_reqs.cfm

May 7, 2008

(4)

@ 10 a.m.

3. Vendors Deadline for Questions May 15, 2008

@ 4 p.m.

4. Questions Posted on Website (via addendum) May 16, 2008

@ 5:00 p.m.

5. Bid Responses Due – Electronic Submission (email) May 21, 2008

@ 2 p.m.

6. Estimated Project Start Date June 2, 2008

7. Estimated Project Completion Date (45 calendar days) July 18, 2008

SECTION 2.0 – GENERAL INFORMATION

2.1 Company Background

Citizens Property Insurance Corporation is a statutorily-created entity effective August 1, 2002, that provides certain residential property and casualty insurance coverage to qualified risks in the State of Florida (the "State") as specified in Section 627.351(6), Florida Statutes, as amended (the "Act"). Citizens resulted from a legislatively-mandated combination of the Florida Residential Property and Casualty Joint Underwriting Association ("FRPCJUA") and the Florida Windstorm Underwriting Association ("FWUA"). FRPCJUA was renamed Citizens and the rights, obligations, assets, liabilities and all insurance policies of FWUA were transferred to Citizens. FRPCJUA and FWUA – both commonly referred to as "residual market mechanisms" – were statutorily created associations to provide property insurance to persons unable to obtain coverage from a private insurer. Citizens operates pursuant to a Plan of Operation (the "Plan") approved by the Florida Department of Financial Services, Office of Insurance Regulation (the "Department") and under the supervision of an eight member Board of Governors.

2.2 Questions

Vendors shall address all questions regarding this solicitation to the Procurement Officer. Questions must be RECEIVED NO LATER THAN the time and date reflected on the Calendar of Events. However, Citizens in its sole discretion reserves the right to answer any questions received after the deadline. Questions shall be answered by Citizens in accordance with the Calendar of Events. All questions submitted shall be published and answered in a manner that all Respondents will be able to view. Respondents shall not contact any other employee of Citizens or members of the Board of Governors for information with respect to this solicitation.

2.3 Review and Evaluation of Bids

Citizens will review and evaluate the bids received in response to this solicitation, in compliance with the due dates specified in Section 1.5, Calendar of Events.

The award will be made to the Vendor(s) meeting all qualifications, project schedule, mandatory requirements and providing the overall best cost to Citizens. Citizens reserves the right to make an award with or without further negotiations or discussions with the Vendor providing the overall best bid. Citizens also reserves the right to reject any and all bids if it is in the best interest of Citizens. Issuance of the solicitation in no way constitutes a commitment by Citizens to award a contract.

This section is to provide an overview of the review and evaluation process. It follows the process from receipt of Bid to award of contract.

Phase 1. Review of Price Proposals & Ranking According to Price:

Each price sheet will be reviewed to determine compliance with the instructions in this solicitation. Pricing will be examined for completeness, and to determine if there are inconsistencies or inaccuracies, which may result in the bid being rejected by Citizens. No deviations, qualifications or counter offers will be accepted.

All bid calculations will be verified for accuracy by Citizens’ staff. In the event that a mathematical error is identified, unit costs submitted by the Vendor will prevail. The Vendor that submits the price with the lowest cost to

(5)

Citizens, and that demonstrates its ability to meet all technical requirements and project timelines outlined in this solicitation, will be awarded the project.

Phase 2. Review of Requested Attachments:

Timely submitted bids will be reviewed by Citizens to determine if they comply with the attachments required with submission of solicitation. Failure to meet any of these requirements may render a bid non-responsive and result in rejection of the entire bid.

SECTION 3.0 – STATEMENT OF WORK

3.1 Scope Overview

The Tampa Data Center existing computer room #2 shell space needs to have interior constructions which will permit the facility to properly support the critical business functions for the below operational platforms:

• Disaster Recovery (Primary)

• Enterprise Business Platforms

• Forthcoming Enterprise Initiatives

• Blade-centric platform deployments.

The improvement of this space requires the addition of substantial electrical and mechanical connections to support Data Center facilities. The Tampa Data Center #2 has been initially assessed and audited for Electrical & HVAC plant capacity. Actual capacity assessment shall be the responsibility of a licensed engineer and shall be the financial responsibility of the awarded Vendor.

These improvements will prepare the data center for a minimum operational life-cycle through 2011. Citizen’s Property Insurance Corporation is requesting your firm to provide a bid for the turn-key installation of the scope of work identified herein.

This scope of work is inclusive of Design-Build Construction Services. Services are inclusive of, but not limited to, Professional Engineering and Construction Management, which are to produce and deliver construction drawing documents (plans and specifications), ready for permitting and Owner use. Equipment commissioning services shall not be required as part of this scope of work.

This project will require work to be performed at the following location: Tampa Data Center facility

Citizen’s Property Insurance Corporation 3802 Coconut Palm Drive

Tampa, FL 33619

3.2 Scope of Work

The below tabled information shall serve as the minimum Scope of Work, from which a turn-key price is requested. The Vendor is strongly encouraged to draw upon their experience when preparing their response and include any recognized missing project elements, which may create a significant change order post award. There shall be NO optional elements to this Scope of Work. All elements MUST be included. The Scope of Work for this project will be, at a minimum, as listed in the following sections.

3.3 Professional Services Item Description

1 Vendor shall provide professional engineering services for the disciplines in Section 3.3 items 2 through

6 below. Professional engineering services shall be retained throughout the construction process and shall include (a) preparation of permit drawings by a licensed engineer, (b) preparation of owner review drawings by a licensed engineer, (c) weekly construction observation reporting by a licensed engineer to ensure the quality and integrity of installation, and (d) as-built documentation submittals.

All professional services will require field survey, measurement, and production of facility drawings. Citizens will not be providing engineering plans and Vendors shall NOT assume or rely on Citizens or

(6)

the building owner for the provision of usable engineering plans.

2 Vendor shall provide structural engineering review and design of all roofing elements relative to the

HVAC scope of work in the IT communications rooms A & B. A certified letter shall be provided by the structural engineer stating that the integrity of existing roofing and bracing elements has not been compromised by their design. This letter shall be provided to Citizens with the Vendor’s final project submittals for review by the property owner.

3 Vendor shall provide an engineering sealed letter from Civil Engineer stating the jurisdiction

classification of the adjacent properties and abutting lands to this facility. The Civil Engineer shall also provide a current survey of utilities on the property. This survey shall NOT be required by Citizens for the submittal package to the property owner, but shall be required as part of the close-out documentation and as required by the Authority having jurisdiction. The site survey shall clearly indicate ALL utilities traversing the property, including but not limited to, Electrical, Mechanical, Telecommunications, Gas, and Sewer.

4 Vendor shall provide electrical engineering design of the power distribution elements relative to the

supportive distribution service feed and branch circuit connections from the Main Switchboard to the Data Center 2 panel boards, UPS-E, UPS-E secondary PDU unit, & all HVAC equipment affected by this scope of work.

5 Vendor shall provide mechanical engineering design of all piping distribution elements relative to the

drain & condensate connections to all HVAC equipment affected by this scope of work.

6 Vendor shall provide Fire Protection Engineering design of all piping distribution elements relative to the expansion of the existing Sapphire Clean Agent suppression system.

7 Vendor shall provide all permitting, payments, and code official responses required to pass inspections

and approvals relative to this project scope of work.

8 Vendor shall provide cost control mechanisms for project QOS.

9 Vendor shall provide full time, on-site construction management services (on-site construction

supervisor) throughout the duration of the project. These construction management services must be performed by the General Contractor and shall be responsible for the performance of all sub-contracted vendors associated with this scope of work.

3.4 General Constructions Item Description

1 Vendor shall provide patch and seal of the entire interior perimeter of Data Center #2 to prepare room for clean agent fire suppression.

2 Vendor shall provide exterior wall openings and seals for the communication of interconnecting piping

and services required to support the HVAC equipment installation into Data Center #2 and IT communications closets A & B.

3 Vendor shall provide jobsite waste management and post-construction cleaning of the interior and

exterior scope of work areas.

4 Vendor shall provide on-site, secure storage and handling for the safe keeping of Vendor furnished

materials.

5 Vendor shall provide the construction of a 4-inch wall to divide existing Citizens mail room staff

(7)

3.5 Electrical Constructions Item Description

1 Vendor shall provide (1) new 480v, 3p, 400A service feeder and panel board in Data Center #2, to

support branch circuit connections to UPS-E and all HVAC interior and exterior equipment. New service feeder shall originate from the existing main electrical switchboard. New service shall be protected by a shunt trip circuit breaker connected to the existing EPO system.

New service shall include (min) of (1) 42 position, 480V,400A, 3p rated surface mounted panel board, 400A ST-MCB, 400A feeder from MSB, and a new MSB distribution breaker.

The new panel board shall be labeled “PNL HCC”.

2 Vendor shall provide phased amp-probe measurements prior to construction efforts and post construction

efforts, to validate the capacity of the electrical distribution system.

3 Vendor shall provide up to (5) EPO tie-in connections between new HVAC systems and existing EPO

devices. **The existing services within Data Centers 1 & 2 shall remain operational through-out construction**

4 Vendor shall provide (1) new 480v, 3p, 150A equipment branch circuit from new panel HCC, routed

overhead to the new UPS-E.

5 Rework (1) existing 480v, 3p, 40A equipment branch circuit from panel HCB (located in DC#1), routed

beneath the raised floor system, to the new location of AC RP unit #9.

6 Vendor shall provide (1) new 480v, 3p, 40A equipment branch circuit from new panel HCC, routed

beneath the raised floor system, to the new AC RP unit #10.

Vendor shall provide (1) new 480v, 3p, 15A equipment branch circuit from new panel HCC to the new CU unit #10 on exterior of building.

7 Vendor shall provide (1) new 480v, 3p, 40A equipment branch circuit from new panel HCC, routed

beneath the raised floor system, to the new AC RP unit #11.

Vendor shall provide (1) new 480v, 3p, 15A equipment branch circuit from new panel HCC to the new CU unit #11 on exterior of building.

8 Vendor shall provide (1) new 480v, 3p, 40A equipment branch circuit from new panel HCC, routed

beneath the raised floor system, to the new AC RP unit #12.

Vendor shall provide (1) new 480v, 3p, 15A equipment branch circuit from new panel HCC to the new CU unit #12 on exterior of building.

9 Vendor shall provide (1) new 480v, 3p, 40A equipment branch circuit from new panel HCC, routed

beneath the raised floor system, to the new AC RP unit #13.

Vendor shall provide (1) new 480v, 3p, 15A equipment branch circuit from new panel HCC to the new CU unit #13 on exterior of building.

10 Vendor shall provide branch circuit connections to (2) new IT closet AC units and matched condensing

units on roof.

11 Vendor shall provide (1) new 208v, 3p, 225A distribution feeder from existing UPS-E 225A

(8)

12 Vendor shall provide (min) 200 linear feet of ladder type cable tray for inter cabinet distribution support of low voltage cabling. Ladder tray system shall conform with distribution scheme within Data Center #1.

13 Vendor shall provide demolition of existing electrical conduit and circuitry from MGE-UPS sub-panel to

unused receptacle locations within Data Center #2.

14 Vendor shall provide demolition of step down transformer and sub-panel located on the secondary side of

the MGE UPS within Data Center #2.

3.6 Mechanical Constructions Item Description

1 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #9 (formerly

#7).

2 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #10.

3 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #11.

4 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #12.

5 Vendor shall provide under floor connections (drain line, condensate line) to AC RP unit #13.

6 Vendor shall provide exterior wall penetration, seal, and condenser line connections between AC RP unit

#9 and CU #7.

7 Vendor shall provide exterior wall penetration, seal, and condenser line connections between AC RP unit

#10 and CU #10.

8 Vendor shall provide exterior wall penetration, seal, and condenser line connections between AC RP unit

#11 and CU #11.

9 Vendor shall provide exterior wall penetration, seal, and condenser line connections between AC RP unit

#12 and CU #12.

10 Vendor shall provide concrete pad and curb constructions for (4) new condensing units #10, 11, 12, 13.

Include all constructions required to support condenser units to a matched elevation of the existing units.

11 Vendor shall provide all field terminations and industrial grade materials required to make field

connections to Citizens furnished APC RP101 DX precision air systems and matched condensers.

12 Vendor shall provide services for the placement and installation of (4) new condenser units #10, 11, 12,

13.

13 Vendor shall provide boom truck / crane services for the placement and installation of (2) new closet AC

condenser units.

14 Vendor shall provide roof curb constructions for (2) new IT closet AC condensing units. Include all

constructions, flashings, penetrations, and seals to maintain integrity of roofing system.

15 Vendor shall provide all field terminations and industrial grade materials required to make field

connections to (2) Citizens furnished Stulz, 9kW, ceiling mounted IT closet AC units for IT closets A & B. Vendor shall provide drain line connections and condensate line connections to matched condenser

(9)

units on roof. Provide roof bracing (as required) to ensure proper support of inside and exterior units. Model of Citizens furnished equipment is: Stulz #OHS-120-DAR with #SCS-144-DSA (Condenser).

16 Vendor shall provide the removal of existing building AC duct from Data Center #2. Remove duct work

all the way back to the Air Handling Unit. Provide patch and seal of rated wall at supply and return penetrations.

3.7 Low Voltage Constructions Item Description

1 Vendor shall provide Cat6, UTP connections between all HVAC appliances and the central switching

hardware for the environmental management system.

3.8 Fire Protection Constructions Item Description

1 Vendor shall provide the installation of the remaining Sapphire clean agent dispersion system within

Data Center #2. The existing Sapphire system was designed to support this room.

3.9 Schedule & Delivery

Citizens requires this scope of work to be completed in accordance with the project schedule provided in Section 1.5, Calendar of Events. All vendors are encouraged to identify and iterate opportunities which may accelerate the project schedule or improve the quality of delivery of the scope of work.

3.10 Warranties

All installation and workmanship rendered, provided, or required to complete this scope of work shall carry:

1. A manufacturer warranty, as follows, where an installation interconnects or physically attaches elements of a

common system.

a. HVAC

i. Data Center precision air conditioning – APC Gold Authorized

ii. IT Communication Closets – Stulz Service Authorized

b. Fiber Optic Cabling – Corning EMP Authorized and Systimax Business Partner

c. Copper Communications Cabling – Commscope performance warranty

2. A standard material defect warranty of not less than one (1) year.

3. A general workmanship warranty of not less than ninety (90) days.

All Vendors shall possess a minimum active manufacturer certification, as prescribed herein, to convey and entitle Citizens to the installation warranty described above.

3.11 Insurance Requirements

Vendors agree to maintain the insurance coverages specified in the Contract Terms and Conditions (Attachment L, Item 2). Additionally, Citizens Property Insurance must be named as an additional insured on the certificate and copy of the certificate of insurance must be provided to the Purchasing Department prior to commencement of work. Certificate of Insurance shall be submitted to the Purchasing Department on or before June 2, 2008.

3.12 Access to Jobsite

Citizens’ facilities will be made available during the work hours indicated below. Access will be restricted via

security badge. Vendors must provide the names and contact information for all foreman / lead personnel to

Citizens Project Manager forty-eight (48) hoursprior to arrival on site. Citizens Project Manager must be notified of all third party or carrier deliveries forty-eight (48) hoursprior to arrival on site.

(10)

3.13 Work Hours

Citizens facilities operate on a standard work week (Monday – Friday; 7:30am – 4:30pm). Unless otherwise specified, vendor will be expected to work during those standard work hours.

If you believe that non-standard hours of work will be required to complete the requested scope within the specified project timeline, then you should clearly indicate in your response the additional hours and non-standard work week schedule required to complete the project.

Due to the operational criticality of this data center, Citizens Data Center staff will require all vendors to provide a twenty-four (24) hour emergency point of contact, for handling and remedy of emergency issues, involving or affecting this scope of work.

3.14 Materials

Commercial deliveries can be received at the jobsite with proper notice to Citizens; however, Citizens staff shall not be liable for the coordination or acceptance of any material delivery required to complete this scope of work. The Vendor shall be responsible for delivery of all materials, services, and solutions associated with the scope of work awarded to the vendor. The vendor shall deliver the goods and services specified herein (respective to scope), and all common and reasonable provisions associated with the supply of those goods and services, which could be considered necessary to complete their scope of work. Delivery responsibilities shall include, but not be unreasonably restricted, to the coordination of transport logistics, material unloads, material de-palletization & unpacking, trash removal, storage and staging.

The Tampa facility has a receiving dock, but does not have excessive storage. The scope of work area within the project facility has a clear access path, which permits the movement of palletized supplies and equipment. This facility has a limited dumpster for waste disposal. It shall be the Vendor’s responsibility to provide on-site waste containment and disposal of project created debris.

3.15 Project Documents

Project documents related to this statement of work include:

• Section 3.0, Statement of Work

• Project Reference Drawings:

o Attachment “E” – Diagram – TPA-TE-CR1-Power Plan Computer Room

o Attachment “F” – Diagram – TPA-TEN-1-Electrical Riser Diagram

o Attachment “G” – Diagram – TPA-TEN-2 Modified Electrical Riser

o Attachment “H” – Diagram – TPA-TM-CR Mechanical Connections Computer Room

o Attachment “I” – Diagram – TPA-DC-FP Project DC2

3.16 Vendor Team

The Vendor shall provide to Citizens a list of all primary and sub-contract parties. The list shall clearly identify the following items for each Vendor on the Vendor team:

1. Legal name of the company.

2. Legal company address.

3. Verifiable telephone number.

4. Verifiable website address and or email address. 5. Point of contact for the project.

6. Applicable manufacturer certifications (in accordance with the manufacturer certification requirements

specified herein).

7. Copy of a verifiable active State of Florida Licensure.

8. Verifiable References (in accordance with the reference requirements herein).

3.17 Required Providers

Specific providers indicated herein currently support Data Center operational, warranty, and maintenance activities within this facility. The successful Vendor to this solicitation is required to engage these providers for those scope segments identified in the table below. The Vendor shall also clearly convey all subcontractor/vendor assignments of the project Scope of Work in their bid response (in Attachment “A”).

(11)

Statement of Work Subcontractor/Vendor Assignment Requirement Example Vendor “A” Option / Recommended /

Mandatory

Section 3.3, Item 2, Professional Services

(to be filled in by vendor and returned with bid response)

Vendor Option

Section 3.3, Item 3, Professional Services

(to be filled in by vendor and returned with bid response)

Vendor Option

Section 3.3, Item 4, Profession Services ERS Engineering 5775 Timuquanna Road Jacksonville, FL 32210 Mr. Eric Schultz, PE 904.777.3089 Recommended Firm

ERS Engineering is the recommended firm for these

services due to their completion of the load study

for this building. If submitting an alternative firm , include in your response

the firm name and sufficient information to review firm’s

qualifications. Citizens reserves the right to accept or reject any alternative

firm proposed. If alternative firm is rejected, Vendor will

be required to use ERS Engineering. Section 3.3, Item 5, Professional Services ERS Engineering 5775 Timuquanna Road Jacksonville, FL 32210 Mr. Eric Schultz, PE 904.777.3089 Recommended Firm

ERS Engineering is the recommended firm for these

services due to their completion of the load study

for this building. If submitting an alternative firm , include in your response

the firm name and sufficient information to review firm’s

qualifications. Citizens reserves the right to accept or reject any alternative

firm proposed. If alternative firm is rejected, Vendor will

be required to use ERS Engineering. Section 3.3, Item 6,

Professional Services

United Fire Protection 12001 31st. Court St. Petersburg, FL 33716

Mr. Rick Scott (727) 471-0860

Mandatory Firm Use

(bidder must use only the identified vendor for work

relating to this section) Vendor currently holds the

bond and warranty on the operational disaster recovery

(12)

operational through-out construction. Section 3.4 – General

Construction

(to be filled in by vendor and returned with bid response)

Vendor Option

Section 3.5 - Electrical (to be filled in by vendor and returned with

bid response)

Vendor Option

Section 3.6 - Mechanical (to be filled in by vendor and returned with

bid response)

Vendor Option

Section 3.7 – Low Voltage (to be filled in by vendor and returned with

bid response)

Vendor Option

Section 3.8 – Fire Protection United Fire Protection

12001 31st. Court St. Petersburg, FL 33716

Mr. Rick Scott (727) 471-0860

Mandatory Firm Use

(bidder must use only the identified vendor for work

relating to this section) Vendor currently holds the

bond and warranty on the operational disaster recovery

site that must remain operational through-out

construction.

3.18 Required Certifications

The prime Vendor or contracted sub-vendor shall possess the proper manufacturer certification identified in the table below. This certification is required to preserve the operational functions, integrity and warranty of the current Data Center environment. The Vendor shall proved verifiable proof of this certification in their bid response.

Statement of Work Manufacturer Certification

Example Manufacturer “A” Level 1

Section 3.6 - Mechanical APC Gold

Section 3.7 – Low Voltage Commscope (Uniprise) UCI

Section 3.8 – Low Voltage Systimax Authorized Business Partner

3.19 References & History

The prime Vendor and contracted sub-vendors shall possess the following minimum, verifiable references:

1. Five (5) years consecutive experience providing commercial construction services to critical operation

environments.

2. Three (3) contact references for work experience performed within operational data center environments

relative to live, mission critical loads (Attachment “B”).

3.20 Invoicing for Services

Progress payments are allowed under this project. Vendor may submit invoices after thirty (30) days of work based on percentage of work completed. All services shall be billed and paid after project inspection and acceptance by Citizens Project Manager. All invoices must include purchase order number, project title, applicable supporting documentation, warranty information, maintenance documentation and any other relative documentation.

3.21 Vendor Requirements

Each Vendor must, at a minimum, meet and maintain the requirements listed in the following sections.

a. Professional Requirements

• Vendors must be licensed and registered with the State of Florida;

• Vendor shall maintain all required licenses for its work and will be responsible for obtaining all required

permits;

(13)

• Vendors must provide proof of current general contractors license with response;

b. Service Requirements

• Vendors shall furnish all materials and labor necessary to perform the services;

• All work shall be completed in a workmanlike manner according to standard practices and any additional

specifications provided by Citizens;

• All parts, materials, and supplies used by Vendor shall be new and free of defects;

• Vendor shall warrant that all repairs and improvements provided as part of the services shall be free of

defects in materials and workmanship for a period of one-year from the date of completion of each repair or improvement.

• Vendors must have adequate facilities, tools and equipment to provide the services both properly and

expeditiously;

• Vendors must have local staff to support Citizens’ location specified in this solicitation;

• Vendors must have adequate staff and technical experience to provide the services both properly and

expeditiously;

• Vendors shall arrange for all shipments and pay all costs for delivery of those components and

consumables required to perform their work to the level of service agreed. The delivery and handling of system components and consumables must be in accordance with standard industry practices and manufacturer requirements, so as to maintain all original, material warranties;

• Vendors shall provide a wipe-cleaning of the work environment, equipment housings, and equipment

rooms after all provided work;

• Vendors shall keep all work areas clean and free from all debris and rubbish, to the most reasonable extent possible. The Vendor shall remove all debris and rubbish from the work area daily and shall maintain the work area in a broom clean condition;

3.22 Liquidated Damages

If the Vendor refuses or fails to perform the work with such diligence as will insure its completion with the specified calendar day time frame from the notice to proceed, Citizens may assess liquidated damages against the Vendor for delays beyond the contract completion date. If actual damages for any delay in completion time will be impossible to determine, as in lieu of actual damages, the Vendor and his sureties shall pay to Citizens as liquidated damages

the sum as follows for this project: $1,000 per day for each calendar day of delay on completion of project;

provided that the right of the Vendor to proceed shall not be terminated nor the Vendor has been charged with liquidated damages because of delays in the completion of work due to unforeseeable causes beyond the control and without fault or negligence of the Vendor.

3.23 Payment and Performance Bonds

The successful Vendor shall furnish performance and payment bonds as security for the good faith performance of this project and for the payment of all persons performing labor on project and furnishing materials in connection with the project. The bonds shall be written by a surety licensed to do business in the State of Florida and shall be in a form satisfactory to Citizens. Bonds shall be submitted to Citizens prior to commencement of work. Payment and Performance Bonds shall be submitted to the Purchasing Department on or before June 2, 2008.

References

Related documents

Award will be made to the responsive and responsible Bidder, quoting the lowest price, for that product or service that will best serve the needs of the Greater Naples Fire Rescue

Specifications are detailed in Annex A of this document. Please note that figures have been stated to enable bidders to have an indication of the projected

united states in a osition to ,e a -aNor +ontri,utor to the ,e a -aNor +ontri,utor to the ,rand)s osition ,rand)s osition glo,all/. Custo-er ,ut also that the/ 6t

Responses to questions received from potential Bidder(s) and any changes to the scope shall be confirmed in writing and will be posted to the HAS website (www.fly2houston.com) prior

j) In the event of termination of the employment of the Engineer, the Employer shall appoint another suitable professional to perform the Engineer's duties. k) The Engineer

UNAIDS also reserves the right to enter into negotiations with one or more bidders of its choice, including but not limited to negotiation of the terms of

UNHCR General Conditions of Contract for Provision of Goods (July 2018): Your technical offer should contain your acknowledgement of the UNHCR General Conditions of Contracts for

The Contractor shall hand over or make available the goods, and UNHCR shall receive the goods, at the place for the delivery of the goods and within the time for delivery of the