, T y f F r a n c i s c o ITSFI MQ

Size: px
Start display at page:

Download ", T y f F r a n c i s c o ITSFI MQ"

Transcription

1 & C, T y f F r a n c i s c o ITSFI MQ Purpose The purpose of this bid is to provide the City and County of San Francisco Public Utilitie Commission Water Quality Division (WQD), Rollins Road Office with new workstations This will help maximize the utilization of the existing floor space by removing 10 workstations and replacing them with 12 new workstations. The new layout will increase the amount of workstations, enhance privacy, ergonomics, and will facilitate a smoother flow of foot traffic. II. Scope of Work A. The Contractor shall provide and deliver the proposed product as specified under this Bid Proposal. B. The Contractor shall provide services for the disassembly and disposal of the existing workstations, as well as installation and set-up of the new workstations stated under this Bid Proposal. III. General Requirements A. All bid prices must be on the City and County of San Francisco's Bid Sheet. B. All attached forms are to be completed and submitted with your bid package Any incomplete package may result in the rejection of your bid. C. Bidders shall refer to Bid Sheets, Attachments A, C, D and E for additional specifications and requirements. D. Bidder must meet all City, State, and Federal regulatory requirements. IV. Bidder/yanufacturer's Qualifications A. The City may make such investigations, as deemed necessary, prior to award of this contract to determine if bidder meets the qualifications and conditions under which work is to be performed. In order to receive consideration, bidder must be a manufacturer or an authorized dealer for the manufacturer; and have sufficient knowledge and experience in the products and services covered by the contract. B. Bidder must have experience or have sub-contractors that are experienced with installing the proposed product and have adequate support staff to facilitate procurement and installation. Page 1 of 7 3/20/2015

2 JTSF S/MQ V, Authorized Dealer A. If Bidder is not the manufacturer, Bidder must be the manufacturer's direct and certified authorized dealer or distributor. B. Bidder will provide a copy of written certification as an authorized dealer from the manufacturer (on manufacturer's letterhead) with the bid. VI. References A. Bidder will provide a minimum of three (3) references of customers, located in the United States, who have purchased and installed a similar product within the last 5 years. At least one of the three references given must be a government agency. B. The SFPUC may consult with other parties and perform independent references checks. C. The provided references will include names and contact information. Refer to Attachment D. VII. Manufacturing, Material, and Design Practices The Bidder, in the selection of components, shall use material and design practices that are best available, and meet or exceed industry standards. The components and parts must be in new condition and are of the current product line of the manufacturer. Vill. Material Specifications and Requirements for the System Material and technical specifications which are a part of this bid describe equipment, parts, and materials suitable for the City's needs. The proposed product shall include; workstations, measuring 8! -6!! by TOT; organized in 2 clusters of 6, in a 2 X 3 pattern as displayed in attachment C. 2 - CLUSTER 1-6 pack workstation; All workstations have (1) 60"W overhead with tasklight, (1) box box file pedestal measuring 27'H,15"W,24"D, clear glass 12" stackers on all 54"H panels, 66"H panels for wing panels and shared spine wall have no glass stacker. All workstations share a 66"H spine wall and power whip - location TBD. Page 2 of 7 3/20/2015

3 Purch a i s A d m i n, s t r a t, o n ITSF /MQ (3) of the (6) workstations have 24 x 78 worksurface and 24 x 60 return worksurface with an additional 24 x 48 surface, 42"H panel and 48"W transaction top (Marked as JM, KB, Guest), (2) of the (6) workstations have 102 x 24 worksurface and 24 x 60 return worksurface (Marked as SG, 5203 (CIP)). (1) of the (6) workstations has a 102 x 24 worksurface and 24 x 60 return worksurface and a 30" 2 high undersurface hinged door storage cabinet" this workstation will have a minimum of 4 data jacks.(marked as Printer Station). CLUSTER 2-6 pack workstation: (3) of the (6) have a 24 x 78 worksurface, 24 x 60 return, 60"W overhead with tasklight, box box file pedestal measuring 27'H,15"W.24"D, clear glass 12" stackers on all 54"H panels, 66"H panels for wings panels and shared spine wall have no glass stacker. All workstations share a spine wall and power whip - location TBD (Marked as TEMP/GUEST, 5207, J.Z.) (3) of the (6) workstations have a 24 x 78 worksurface, 24 x 60 return 60"W overhead with tasklight, box box file pedestal measuring 27'H 15"W 24"D 48"W surface with a 42"H panel and 48"W transaction top, clear glass 12"' stackers on all 54"H panels, 66"H panels for wings panels and shared spine wall have no glass stacker. All workstations share a spine wall and power whip - location TBD (Marked as IE, RG, Ken B.) 3. Each of the 12 workstations will have its own "set" of unique keys to open its respective lockabte drawers and storage unit. There wiil be two (2) copies made of each unique key for a total of three (3) keys per workstation which make up a "set". Each lock within the workstation will be able to open with this unique key "set". None of the unique key "sets" can be duplicated within the 12 workstations. 4. Materials for all 12 workstations: Surfaces - Wood Grain Laminate in Brighton/Honey Maple finish or approved equivalent. Eaoejs - Powered, Clear Glass Stackers, with Grade B fabric in the color of Reflection Titanium, or approved equivalent. Storage - Keyed alike; Standard paint in the color of Storm, or approved equivalent. Qverheads - Include tasklights; Keyed alike; Standard paint in the color of Storm, or approved equivalent. Page 3 of 7 3/20/2015

4 ITSF /MQ ^Specifications for colors and materials iisted above are based on Kimball Office products*** IX. Technical Specifications A, Each workstation must be wired to a 120v source, with capability of expansion through means of surge protectors. B. Each workstation must accommodate data cables, including but not limited to Ethernet and standard phone. X. Submittals A. All bid sheets must be completed and signed. B. Three (3) complete sets of manufacturer's original illustrative literature, photographs, diagrams/drawings, instructions and/or manuals of the proposed product must be submitted with the bid packet. C. References. Refer to Attachment D. D. Copy of the manufacturer's written warranty submitted with the bid packet. XI. Removal/Installation A. The contractor shall disassemble, remove and dispose of ali elements of the existing workstations. B. The contractor shall assemble and install all elements of the new workstations. C. All costs associated with the aforementioned activities (A and B) shall be included in the bid line item cost, including any applicable shipping, disposal and labor charges. D. Assembly and disassembly will occur during normal business hours,.8:00 a.m. to 5:00 p.m. E. Disassembly of existing cubicles and assembly of frames/electrical components for new installation will occur on a Friday and assembly and installation of remaining cubicle components shall occur on the following Monday. Page 4 of 7 3/20/2015

5 ITSFI5O00558/MQ Xii. NOTE--- NOTE ****Pre-Bid Conference**** NOTE - NOTE A pre-bid conference will be held Tuesday May 12, 2015 at 10:30am, at the installation site: 1657 Rollins Rd, Burlingame CA Please check in with the receptionist at the front desk upon arrival. XIII. Final Acceptance A. Final acceptance of the project by the SFPUC will occur upon the completed installation of the new workstations, removal of the old workstations and any associated cleanup. B. The City will make payments for ail products and installation 30 days after Final Acceptance by the SFPUC. The City will not make any payments prior to the City's Final Acceptance. XIV. Warranty A. A copy of the warranty policy for the product and installation shall be provided with the bid. B. The initial warranty period will begin after Final Acceptance of the project. C. During the warranty period, if any components of the assembled product fail or are defective, the contractor shall repair or replace any defective parts. The contractor will be responsible for all costs associated with acquisition of the warrantable replacement part(s) as well as any installation/removal and disposal charges. D. If the successful bidder is not the manufacturer, upon request, the bidder shall provide a copy of the manufacturer's guarantee, (on manufacturer's letterhead addressed to the City), that the manufacturer's warranty will be converted to the City. Failure to provide this document within three (3) business days from date of written notification may result in the rejection of the bidder's bid. XV. Price A. Pricing (in U.S. Dollars and Cents) for the workstations must be quoted as indicated in the space provided on the City's Bid Sheet. Prices shown anywhere other than the on bid sheet will not be considered and may deem your bid non-responsive. B. Bid prices shall be firm from the award date of contract through completion and final acceptance of system by SFPUC. Page 5 of 7 3/20/2015

6 City & County ot San Francisco ITSFI /MQ Genera! Requirements and Specifications for C. Oniy prices that appear on City Bid Proposal Sheets will be considered. No other pages with prices or attached price list, catalog prices, will be considered. D. Bid prices shall be inclusive of all costs to the City. E. Bid prices to be exclusive of any federal, state, local sales, or use taxes. XVI. Bid Evaluation Except as otherwise noted on Bid Sheets, bid prices will be evaluated based on the estimated quantity multiplied by the bid price per specified unit, less applicable discount payment terms offered (See Attachment A). This award will be made in the aggregate; bidder must bid on all lines to be responsive. XVII. Prevailing Wages In accordance with San Francisco Administrative Code section 6.22(E), the Contractor and its subcontractors shall pay their workers the general rates of prevailing wage based on the type of work performed. The Contractor and its subcontractors are advised that for on this project, employees shall be paid not less than the prevailing wage rate for Modular Installers (Carpenters). The prevailing wage rates have been adopted by the San Francisco Board of Supervisors. These rates are available at XVIII. Award Award will be made in the aggregate to the lowest priced, most responsive and responsible bidder. Bidder must bid on all bid lines to be responsive to this bid. In determining the award, wiil take into consideration, but will not be limited to: 1. Price (evaluated) 2. References 3. Satisfactory review of bidders' qualifications XIX. Failure to Execute Contract Within ten days of the receipt of a notice of award, the bidder to whom the contract is awarded shall deliver the specified insurance certificates to City. If the bidder fails or Page 6 of 7 3/20/2015

7 1TSF15O0O558/MQ refuses to furnish the required insurance within ten days after receiving notice from, may, at its option, determine that this bidder has abandoned its bid. Thereupon the tentative award of said contract to this bidder shouid be cancelled and rejected as "non-responsive". XX. Delivery Delivery/freight charges shail be FOB Destination, Burlingame, CA. Delivery shall be made to the SFPUC location between the hours of 8:00 a.m. and 4:00 p.m. at: City and County of San Francisco San Francisco Water Power Sewer Attn: Lilia Makiyevsky, Business Services Manager 1657 Rollins Rd. Burlingame, CA Prior to delivery, bidder must contact the office 48 hours in advance. XXI. Questions Any questions or clarifications concerning the requirements in this bid proposal must be submitted, in writing, and received by the Office of Contract Administration no less than five business days prior to the bid opening date and time. Questions or Clarifications should be addressed to: Howard Teveison, Senior Purchaser, Office of Contract Administration 525 Golden Gate Ave. San Francisco, CA Bidders who fail to do so will waive ali further rights to protest, based on these specifications and conditions. Page 7 of 7 3/20/2015