090445.doc

23
HARRIS COUNTY REQUEST FOR QUALIFICATIONS Cover Sheet REQUEST FOR QUALIFICATION FOR: Provide Design of the Data Centers for the Holly Hall Ambulatory Specialty Clinic and Ben Taub General Hospital for the Harris County Hospital District OFFERORS NOTE!! Carefully read all instructions, requirements and specifications. Fill out all forms properly and completely. Submit your RFQ with all appropriate supplements and/or samples. Please return request for qualifications in an appropriately sized envelope or box. PACKAGE MUST SHOW THE JOB NUMBER, DESCRIPTION AND BE MARKED "SEALED REQUEST FOR QUALIFICATIONS". RETURN TO: HARRIS COUNTY PURCHASING AGENT 1001 PRESTON AVENUE, SUITE 670 HOUSTON, TEXAS 77002 For additional information, contact DeWight Dopslauf at (713) 755-4656_ You must sign below in INK; failure to sign WILL disqualify the offer. All prices must be typewritten or written in ink. Company Name:________________________________________________________________ Company Address: ________________________________________________________________ City, State, Zip Code: ________________________________________________________________ Taxpayer Identification Number (T.I.N.): _________________________________________________ Telephone No. __________________FAX No. _____________________e-mail__________________ Print Name: ________________________________________________________________________ Signature: ________________________________________________ Date:_ DMD/rjb Revised 04/04 Page 1 of 23 Job No. 09/0445 Date Due: November 16 , 2009 DUE NO LATER THAN 2:00 P.M. LOCAL TIME IN HOUSTON, TEXAS Responses received later than the date and time above will not be considered.

Upload: datacenters

Post on 20-Jul-2015

124 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 090445.doc

HARRIS COUNTYREQUEST FOR

QUALIFICATIONS Cover Sheet

REQUEST FOR QUALIFICATION FOR: Provide Design of the Data Centers for the Holly Hall Ambulatory Specialty Clinic and Ben Taub General Hospital for the Harris County Hospital District

OFFERORS NOTE!!

Carefully read all instructions, requirements and specifications. Fill out all forms properly and completely. Submit your RFQ with all appropriate supplements and/or samples.

Please return request for qualifications in an appropriately sized envelope or box. PACKAGE MUST SHOW THE JOB NUMBER, DESCRIPTION AND BE MARKED "SEALED REQUEST FOR QUALIFICATIONS".

RETURN TO:HARRIS COUNTY PURCHASING AGENT

1001 PRESTON AVENUE, SUITE 670HOUSTON, TEXAS 77002

For additional information, contact DeWight Dopslauf at (713) 755-4656_

You must sign below in INK; failure to sign WILL disqualify the offer. All prices must be typewritten or written in ink.

Company Name:________________________________________________________________

Company Address: ________________________________________________________________

City, State, Zip Code: ________________________________________________________________

Taxpayer Identification Number (T.I.N.): _________________________________________________

Telephone No. __________________FAX No. _____________________e-mail__________________

Print Name: ________________________________________________________________________

Signature: ________________________________________________ Date:_

DMD/rjb

Revised 04/04

Page 1 of 23

Job No. 09/0445 Date Due: November 16 , 2009 DUE NO LATER THAN 2:00 P.M.

LOCAL TIME IN HOUSTON, TEXASResponses received later than the date and time above will not be considered.

Page 2: 090445.doc

TABLE OF CONTENTS

Items checked below represent components which comprise this request for qualifications package. If the item IS NOT checked, it is NOT APPLICABLE to this RFQ. Respondents are asked to review the package to be sure that all applicable parts are included. If any portion of the package is missing, notify the Purchasing Department immediately.

It is the Respondent's responsibility to be thoroughly familiar with all Requirements and Specifications. Be sure you understand the following before you return your bid packet.__X__ 1. Cover Sheet

Your company name, address, and your signature (IN INK) should appear on this page.

__X__ 2. Table of ContentsThis page is the Table of Contents.

_____ 3. General Requirements To be contained in resultant agreement, if any. See attached sample Agreement for Architectural Services.

__X__ 4. Special Requirements/Instructions This section provides information you must know in order to make an offer properly.

__X__ 5. SpecificationsThis section contains the detailed description of the product/service sought by the County.

_____ 6. Pricing/Delivery InformationThis form is used to solicit exact pricing of goods/services and delivery costs.

__X__ 7. Attachments__X__ a. Residence Certification/Tax Form

Be sure to complete this form and return with packet.

_____ b. Bid Guaranty & Performance Bond Information & RequirementsThis form applies only to certain bids/proposals. All public work contracts over $25,000 require a Payment Bond and over $100,000 must also have a Performance Bond, in a form approved by the County. Please read carefully and fill out completely.

_____ c. Bid Check Return Authorization FormThis form applies only to certain bids/proposals. Please read carefully and fill out completely.

_____ d. Vehicle Delivery InstructionsIncluded only when purchasing vehicles.

_____ e. Minimum Insurance Requirements(Included in specific requirements when applicable (does not supersede “Hold Harmless” section of General Requirements).

_____ f. Worker’s Compensation Insurance Coverage Rule 110.110This requirement is applicable for a building or construction contract.

_____ g. Financial StatementWhen this information is required, you must use this form.

__X__ h. Reference SheetWhen this information is required, you must use this sheet.

__X__ i. Questionnaire

__X__ j. Architect - Engineer Qualifications Standard Form 330__X__ k. General Construction and Architectural Requirements

Revised 03/04

Page 2 of 23

Page 3: 090445.doc

SPECIAL REQUIREMENTS/INSTRUCTIONS

The following requirements and instructions supersede General Requirements where applicable.

Should this contract apply to other governmental entities, references to “Harris County” and the “Harris County Commissioners Court” may apply to one or more of the following:

--“Harris County Flood Control District” governed by “Harris County Commissioners Court”--“Harris County Hospital District” governed by its “Board of Managers”--“Harris County Community Supervision and Corrections Department” governed by its Standing Committee for Probation Matters”--“Greater Harris County 9-1-1 Emergency Network” governed by its “Board of Managers”

A. INSTRUCTIONS

1. Nature of Request For Qualifications (RFQ)This RFQ is governed by the procedures as contained in the Texas Government Code §2254.004. Therefore, award of contract(s) shall be made to the provider of the required services that is evaluated to be the most qualified on the basis of demonstrated competence and qualifications, and, after negotiations, whose pricing is considered to be fair and reasonable. Harris County Hospital District (HCHD) does not accept any financial responsibility incurred in order to respond to this RFQ. In addition, HCHD reserves the right to accept or reject any or all RFQs, or waive any and all formalities not considered advantageous to HCHD.

In this first phase of the RFQ process, Harris County is soliciting a Statement of Qualifications (SOQ) from professional engineering and architectural firms (may partner with consulting firm) with the experience, capabilities, and qualified available staff to fulfill the efforts described in Section V., Specifications, of this RFQ. The HCHD evaluation committee will then evaluate and rank the offerors, from most to least qualified based on the evaluation/selection criteria as detailed below and the task as described in Section V., Specifications. No information regarding fees or prices is to be included with the SOQs.

After ranking of the SOQs in the first phase, proposers will be notified, in writing, of their status in the selection process. If interviews are needed, the short-list (no more than five) proposers may be given additional information for interviews. (Please note: HCHD retains the right to select only one (1) respondent at this stage and begin negotiations. HCHD may also determine that no qualified submittals have been received and reject all submittals.) These interviews will relate less to the past experience and qualifications already detailed in the submittal than to identification of the proposers program approach and to an appraisal of the people who would be directly involved in the project.

In the second phase of the RFQ process, the HCHD evaluation committee will request from the highest ranked offeror, as selected in the first phase, a fee proposal to complete the tasks as described in Section V., Specifications. If a fair and reasonable price can be negotiated, the contract will be awarded to the most qualified offeror. If not, the next most qualified offeror will be selected to provide and negotiate pricing, and so on, until a contract is awarded to the most qualified offeror with which a fair and reasonable price can be agreed. 2. Evaluation/SelectionAn evaluation committee comprised of HCHD staff will review and evaluate the statements of qualifications and will select the most highly qualified provider of the services requested on the basis of demonstrated competence and qualifications. Thereafter, HCHD will attempt to negotiate a contract at a fair and reasonable price with that provider. If a satisfactory contract cannot be negotiated with the most

Page 4: 090445.doc

qualified provider, HCHD will formally end negotiations, select the next most highly qualified provider, and attempt to negotiate a contract with that provider at a fair and reasonable price. It is HCHD’s intent to continue the process described above until a contract is entered into.

The following considerations will be utilized accordingly in evaluating the qualifications (Maximum of 80 points):

a. Completeness of submittal response: ……………………………………………………………………………... 10 (SOQ follows the prescribed format and contains all information requested in RFQ (maximum 10 points)).

b. Strong, established, and proven working relationships among team members:………….…………………10 (As indicated in Part I, Section F of attachment j, Standard Form 330 (SF-330) Architect-Engineer Qualifications and described further in attachment i., Questionnaire, Section C., Narrative (maximum 10 points)).

c. Experience in similar or relevant projects by team members:………..…………………………………………10 (As shown in attachment j, Standard Form 330 (SF-330) Architect-Engineer Qualifications and as detailed in attachment i., Questionnaire, Section B, Team Organization and Experience, Item 4, Project Briefs (maximum 10 points)).

d. Project experience by firms and individuals with local governmental agencies or institutions………..10 (As shown in Part II, Item 11 of attachment j, Standard Form 330 (SF-330) Architect-Engineer Qualifications and attachment i., Questionnaire, Section B, Team Organization and Experience, Item 4, Project Briefs (maximum 10 points)).

e. A suitably-sized staff to meet the peak phases of work:…………………………………………………………..10 (As shown in Part II, Item 9 of attachment j, Standard Form 330 (SF-330) Architect-Engineer Qualifications (maximum 10 points)).

f. Track record for meeting deadlines, working within budget, providing quality performance:………...10 (As described in attachment i., Questionnaire, Section B, Item 4, Project Briefs, as shown in Section C., Narrative, and as mentioned in Section D, Testimonials (maximum of 10 points)).

g. Understanding HCHD’s needs and appropriateness of team’s approach to this project:…………….…10 (As described in attachment i., Questionnaire, Section C., Narrative (maximum 10 points)).

h. Applicability and quality of references:………………………………………………………………………..…….10 (As provided in attachment i., Questionnaire, Section D, Testimonials (maximum 10 points)).

The above referenced selection criteria totals a maximum of eighty (80) points, which will be utilized during the initial evaluation process. Once the top five proposers have been identified, the Harris County evaluation committee will assign up to twenty (20) points to each selected firm, based on information received during the subsequent interview process. The County will then request approval from HCHD Board of Managers to begin negotiations with the firm receiving the highest point total, and continue with each selected proposer, as required, until a fair and reasonable price is agreed upon.

3. Changes to ContractDue to the nature and scope of the work required, it may be necessary to increase, decrease, or otherwise modify the scope of the effort or terms of the agreement. Therefore, HCHD may, from time to time, request revisions in order to adjust to its needs. Modifications require approval by Harris County.

4. Termination of Agreement

Page 5: 090445.doc

HCHD reserves the right to terminate any agreement based upon failure to comply with usual and customary practices of the industry, breach of any laws, rules or regulations, or failure to significantly comply or meet the performance expectations as established in a subsequent contract, if any, between HCHD and a respondent.

B. SPECIAL REQUIREMENTS

Carefully review the components of this RFQ as listed in the Table of Contents. Include with your response all required forms, completed and signed as necessary. Submit your RFQ in the envelope provided, or one of comparable size, clearly indicating the Job Number, Job Description, and the wording, "SEALED REQUEST FOR QUALIFICATIONS", on the outside of the envelope.

Firms shall not contact any members or employees of HCHD regarding this RFQ, evaluation, or selection process from the time the RFQ is issued until the time a notification of intent to award is announced, except if, such contact is in writing, with a copy of any written communication being forwarded to the Office of the Purchasing Agent. Contact discovered in any such manner, other than in writing and copied to the Office of the Purchasing Agent, would be considered as grounds for elimination.

Any submitted qualification and subsequent proposal shall remain valid for six (6) months after the RFQ due date or until HCHD executes a contract, whichever is sooner. HCHD may, in the event the selected firm fails to perform and/or the contract is terminated within forty-five days of its initiation, request the next most qualified firm(s) to enter into price negotiations.

Each SOQ must be submitted in a binder with one (1) original copy (labeled) and six (6) duplicate copies (labeled) and include the signed RFQ Cover Sheet and the remaining items and information as required in Sections I. through V. as detailed below. Clearly identify and address each requirement as specifically as possible, in ink or typewritten. Use additional pages, if necessary, maintaining proper identification of items.

Section I., RFQ Cover Sheet The offeror should complete and include as the first page of Section I. of the submitted package the first page of this RFQ, the RFQ Cover Sheet. The authorizing signature indicates the respondent's desire to provide the services as submitted in the applicable request for qualifications.

Section II., QuestionnaireEach proposer should include in Section II. of their offer a detailed explanation for each question listed in Attachment i., Questionnaire, to this RFQ. For evaluation purposes, when providing explanations for each question, please label each question as it is labeled in attachment i., Questionnaire. The information will be used in the evaluation process; therefore, responses should be as thorough and definitive as possible.

Section III., Residence Certification/Tax FormEach respondent will complete the Attachment a., Residence Certification/Tax Form, to this RFQ and include it in Section III. of the submitted response.

Section IV., Special RequirementsThe respondent should include in Section IV. of the submitted response any appropriate company brochures, product guides, etc.

Section V., Contact InformationEach respondent should include in Section V. of the submitted response the identity(ies) and telephone number(s) of a representative(s) that can be reached for the purpose of clarifying, verifying, and/or negotiating the contents of the submitted response.

Page 6: 090445.doc

VENDORS OWING TAXESPursuant to TX Local Government Code 262.0276, Harris County Commissioners Court has adopted a policy which requires that vendors’ taxes be current as of the date bids/proposals are due. Bidders with delinquent taxes on the due date will not be eligible for award. Whether or not a vendor’s taxes are delinquent will be determined by an independent review of the Tax Office records. Vendors who believe a delinquency is reflected in error must contact the Tax Office to correct any errors or discrepancies prior to submitting their bid in order to ensure that their bid will be considered. Tax records are available online at the Tax Office website—www.hctax.net. Prior to submitting a bid, vendors are encouraged to visit the Tax Office website, set up a portfolio of their accounts and make their own initial determination of the status of their tax accounts. Furthermore, if, during the performance of this contract, a vendor’s taxes become delinquent, Harris County reserves the right to provide notice to the Auditor or Treasurer pursuant to Texas Local Government Code §154.045. This policy is effective for all bids due on or after May 1, 2004.

Page 7: 090445.doc

SPECIFICATIONS

Request for Qualifications to Provide Design of the Data Centers for the Holly Hall Ambulatory Specialty Clinic and Ben Taub General Hospital for the Harris County Hospital District

SCOPE

The Harris County Office of the Purchasing Agent is seeking a professional engineering and/or architectural firm (may partner with consulting firm) with the experience, capabilities, and qualified available staff to provide design of the Data Centers for the Holly Hall Ambulatory Specialty Clinic and Ben Taub General Hospital for the Harris County Hospital District.

For information regarding the RFQ process, please contact DeWight Dopslauf, Office of Purchasing Agent at (713) 755-4656. It is the responsibility of each firm to examine the entire RFQ, seek clarification in writing, and review their submittal for accuracy before submitting. Once the submission deadline has passed, all submissions will be final. Questions relating to the RFQ must be submitted in writing and directed to DeWight Dopslauf, Office of the Purchasing Agent, via email to [email protected] or by fax to (713) 755-6695. The deadline for submission of questions relating to this RFQ is 12:00 p.m., Monday, November 9, 2009. All questions submitted in writing prior to the deadline will be compiled and answered in writing. A copy of all questions and answers will be forwarded via fax and/or email to all firms. The County will not be bound by any information conveyed verbally.

DESCRIPTION

Harris County invites the submittal of Statement of Qualification (SOQs), not later than the date due, as listed on page 1 of this RFQ, from highly qualified professional engineering and/or architectural firm (may partner with consulting firm) with the experience, capabilities, and qualified available staff to provide design of the Data Centers for the Holly Hall Ambulatory Specialty Clinic and Ben Taub General Hospital.

The HCHD is in the process of planning for two new data centers (computer rooms). One data center is to be constructed on the Holly Hall (HH) property, where the current data center resides. Upon completion, the current data center will be relocated to that new facility. The second data center will be built on a designated floor in the old Ben Taub (BT) General Hospital facility. These data centers are to be designed to back each other up.

Both facilities are to be built in two phases. Phase-1 is the design engineering and building of shell space and Phase-2 is the build-out and occupancy of these spaces. Phase-1 is to include all infrastructure, layout requirements and equipment and network planning and engineering required for Phase-2.

Two (2) of the key goals that are desired to be accomplished through the construction of these new data centers are:

• System and Application availability – It is the IT Departments commitment to provide our users access to their systems at a continuous availability level of 99.99% or higher. To aid in this commitment, we are recommending that we build a Tier II+ data center, defined by the Uptime Institute (see attachment k, Appendix A). Under the column labeled HCHD Selection, we have identified those desired exceptions.

Page 8: 090445.doc

• Disaster Recovery - A key component of any Disaster Recovery Plan is first to eliminate as many causes of a disaster as possible and to minimize the effects that a disaster may cause. The new HH facility should be designed to accommodate a disaster free environment, where possible. The BT facility should also be designed to accommodate a disaster free environment as well as function as a fail-over backup to the HH data center.

The HCHD Planning Department is currently working on Phase-1 of the new HH data center, which is limited to building a “shell” only and this “shell” will be built as part of the construction of the new HH Imaging Center. The interior and infrastructure build out design and engineering is required as part of Phase-1, to ensure that all infrastructure requirements can be met for construction and occupancy that will take place in Phase-2, at a later date. Additionally, Planning is working on the build-out of the old BT facility, which will include another data center.

The designers, architects and engineers must have a general understanding and take into consideration what IT desires to accomplish through these new data centers. The following recommendations are intended to provide these people with a high level understanding of those requirements. It will be the responsibility of the computer room designer to take these recommendations into consideration and advise the HCHD staff of other options and considerations. We anticipate collaborating closely with the designers, architects and engineers with the final detail. For additional information refer to attachment k., General Construction and Architectural requirements for the data centers.

Page 9: 090445.doc

Attachment a. Residence Certification/Tax Form

Job No.09/0445

RESIDENCE CERTIFICATION/TAX FORM Pursuant to Texas Government Code §2252.001 et seq., as amended, Harris County requests Residence Certification. §2252.001 et seq. of the Government Code provides some restrictions on the awarding of governmental contracts; pertinent provisions of §2252.001 are stated below:

(3) "Nonresident bidder" refers to a person who is not a resident.

(4) "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state.

I certify that is a Resident Bidder of Texas as defined in [Company Name]

Government Code §2252.001.

I certify that is a Nonresident Bidder as defined in [Company Name]

Government Code §2252.001 and our principal place of business is . [City and State]

Taxpayer Identification Number (T. I. N.):

Company Name submitting Bid/Proposal:

Mailing Address:

If you are an individual, list the names and addresses of any partnership of which you are a general partner:      

     

PROPERTY: List all taxable property owned by you or above partnerships in Harris County.

Harris County Tax Acct. No.* Property address or location**

           

           

           

           

* This is the property account identification number assigned by the Harris County Appraisal District.** For real property, specify the property address or legal description. For business personal property,

specify the address where the property is located. For example, office equipment will normally be at your office, but inventory may be stored at a warehouse or other location.

Revised 11/06

Page 10: 090445.doc

Attachment i.Questionnaire

Page 1 of 2QUESTIONNAIRE

To be considered, prospective firms must submit a complete response as required by the SOQ. Firms must submit evidence of their ability to provide complete, thorough and comprehensive responses and information for each of the following components of this SOQ in the order listed below:

A. Transmittal Letter – One (1) page transmittal letter saying that the signer of the document is authorized by the proposer to sign the document. The transmittal letter shall contain the names of all firms proposed for the team. A minimum of one (1) copy of the transmittal letter shall contain the original signature of a partner, principal or officer of proposer.

B. Team Organization and Experience 1. List of Team Members – On one (1) page, list the team members firms along with the primary

responsibilities (e.g. Structural Engineer, MEP Engineer, etc.) they will have on the team. Please indicate the lead firm. It is a requirement of HCHD that all SOQs will indicate the lead firm proposed for the project and that firm must agree to maintain a Houston office during the term of the contract.

2. Organization Chart – Shall provide a simple organization chart of the team, showing the reporting structure of the people proposed to do the work.

3. Standard Form 330 (SF-330) Architect-Engineer Qualifications – Include a completed SF-330 (attachment j., Standard Form 330 (SF-330) Architect-Engineer Qualifications) for the proposed team. Include all team members under Part I, Section C., and include a completed Part II, General Qualifications, for each team member. Under Part II, Item 11.a., list all the work performed for any government agency.

4. Project Brief – The proposer shall select three projects from Part I, Section f. of the SF-330, to highlight, as best representing the team’s project experience with facilities of this type and design environment, and provide a briefing sheet for each. Each briefing sheet shall be one (1) page and shall contain information, which shows the capability of the proposed team to provide the range of services that are required by this project. The work described must have been performed within the past eight (8) years. Minimally, each brief shall contain:

a. Project name and location, b. Year project completed (or “In Design” or “Under Construction”) and brief explanation

regarding steps proposer’s team member(s) took to maintain project schedule,c. Short description of services provided,d. Name of lead design firm and current telephone number and/or email address,e. Name of client and/or owner/operator and current telephone number and/or email address,f. Name of general contractor and current telephone number and/or email address,g. Construction cost and information regarding adherence to owner’s budget.

Attachment i.Questionnaire

Page 2 of 2

Page 11: 090445.doc

5. Graphic Information – If the proposer includes photographs, drawings or other graphical information about any of the three projects, the back of the project brief, the facing page or a separate page may be utilized for this purpose. Photographs or other graphical information used to illustrate these projects may also be incorporated into the one (1) page brief sheet itself.

C. Narrative - The proposer shall provide no more than four (4) pages of narrative that describes the following:• Team’s track record of working within a budget (provide specific examples),• Team’s track record of meeting deadlines (provide specific examples),• Team’s track record of quality performance (provide specific examples), • Team’s understanding of the HCHD’s need(s) and team’s approach to this project.

D. Quality of Service (Testimonials) – Proposer may include no more than three (3) one (1) page letters from clients and/or general contractors that they have worked with on previous projects. At least one (1) copy of these letters shall contain the original signature of the person writing the letter. Letters should comment on budget and/or scheduling experiences and qualitative matters related to services received from the proposer or team members.

Page 12: 090445.doc

Attachment j.Architect - Engineer Qualifications Standard Form 330

Attachment j.Architect-Engineer Qualifications Standard Form

SF-330 Instructions: 8 pages SF-330 Form: 6 pages

(for prospective respondents downloading this RFQ from the Internet, Architect Engineer Qualifications Standard Form 330, may also be downloaded from the US GSA Forms Library website which is www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF or may be picked up between 7:30 a.m. and 4:30 p.m., Monday through Friday at the Office of the Purchasing Agent, 1001 Preston Avenue, Suite 670, Houston, TX)

Page 13: 090445.doc

Attachment kGeneral Construction and Architectural Requirements

Page 1 of 11

General Construction and Architectural Requirements

General Requirements

The estimated data center space requirement is 6,000 sq. ft. and is to be designed by a company that has both experience and a long history of data center design and construction. Additional space may be needed for infrastructure equipment.

Both facilities are to be designed and engineered to the N+1 model. This would include but not be limited to A/C and Power.

The footprint should be square or moderately rectangular.

The design should meet life safety and ADA requirements.

The computer rooms are to be designed and engineered to facilitate current and future infrastructure requirements.

Building Recommendations

The data center should not be located text to, above or under any source of fire or accelerants (kitchens, heaters, flammable materials and oxygen storage, etc).

The floor rating should be 150 lbs. psf.

The floor should be encapsulated with a 100% epoxy coating product. The encapsulant should have the following properties:

High FlexibilityA high flexibility is necessary in order to bridge minor cracks in the subfloor surface, and to achieve a suitable bond between the deck and other surfaces, such as access floor pedestals and perimeter walls.

Low PorosityThe finished seal will effectively isolate the subfloor surface, as well as to limit and contain deposits or liquid accumulations on the surface of the seal.

No out-gassingIn an on-line room, the encapsulant should not emit any chemicals that are a threat to hardware reliability.

Pigmented EncapsulantThe encapsulant used is pigmented that will ensure a complete and effective seal. Any unsealed areas are immediately evident. A clear encapsulant is not easily visible, and large portions of the subfloor air plenum are often missed in the application.

The floor height should be a minimum of 24”to 36”. It is desired to have the required ramps on the exterior of the rooms.

Attachment kGeneral Construction and Architectural Requirements

Page 2 of 11

Page 14: 090445.doc

There should be an adequate amount of floor drains throughout the data centers. These drains are to be recessed and the floors are to be properly sloped to ensure liquids cannot “puddle” under the floor. All drains should terminate into sumps, with sump pumps (redundancy), connected to the general sewer system. This is to prevent backup into the facility, from the sewer.

Telephones should be strategically placed throughout the data center.

There is a requirement of a loading dock and a freight elevator, capable of handling weight and size of IT equipment.

Data Center Space Walls and Ceilings

The building structures should be designed to withstand Catagory-5 hurricane winds. The walls should be hardened to withstand penetration of flying debris.

The data center perimeter should be sealed at the floor to prevent intrusion from water. This barrier should be

approximately 4” high.

There will not be exterior windows. The roof structure above the room should also be hurricane rated. If the floor(s) above the data center is

occupied, the floor should be sealed and absent of floor penetrations and water, sewer and sprinkler lines.

All walls should be fire rated for a minimum of 2-hour and provide thermal insulation and vapor control, from the remainder of the facility. The roof structure above the room should be fire rated.

If the data center is adjacent to other tenants, all common walls should be fire rated and sealed to the roof. Preferably, this barrier would be of masonry construction.

Inside wall surfaces should be finished with a vapor retardant finish.

The data center acoustic lay-in ceiling tiles, if used, should be placed a minimum of 10’ above the surface of the raised access floor to accommodate computer equipment such as tall server cabinets and to facilitate removal of heat. The minimum height from the top of cabinets to the ceiling is 18 inches. If lay-in tiles are used, they must be engineered to not fail, during a gaseous agent discharge.

Ceiling tiles in the data center should be specially manufactured for these environments and will be surfaced with vinyl, metal foil or some other type of impact and moisture resistant facing. This vinyl clad tile will help control the room humidity and dust as ceiling tiles are removed for attic access.

The data center raised floor area is estimated to be 5,300 sq. ft. The UPS room is estimated to require 600 sq. ft and does not require raised flooring.

An appropriately sized room should be adjacent to the data center to facilitate staging of equipment.

A 30” to 36” high (finished floor height) bolted stringer access floor system is recommended.

Attachment kGeneral Construction and Architectural Requirements

Page 3 of 11

The surface of the floor panels should be high density plastic laminate. The floor panels should be steel with minimum loading capacities of a 1250 lb caster point load and a 500 – 800 lb rolling load.

The number of perforated tiles, baffling, etc. will be determined during Phase-2.

Page 15: 090445.doc

Tile cuts with be trimmed with plastic trim edge and all cable and wiring access holes will be covered with Kold-Lok type brush inserts.

Network Operations Center (NOC)

The NOC should be designed and sized to accommodate 10 people and support equipment. Each NOC may or may not have tiered seating. There will be 6 50”wall mounted LCD monitors.

Anti-static carpet should be provided to create a comfortable environment.

Provide windows for viewing between the Network Operation Center and the Server Room.

Install special lighting and temperature control. The NOC A/C should be self contained and hyper-filtered.

There should be a “man-trap”, with glass wall and teller type pass-thru on one of the external walls.

Printer Room A printing room is not planned.

UPS / Power Room

The power system will follow the same N+1 configuration that is being installed currently in the existing HH data center.

All power used in the data centers will be provided through the UPS units. There will be no house power supplied to the computer room, other than the ceiling light fixtures.

There will be 2-UPS units with full fail-over redundancy. These UPS units, batteries (sealed), switch-gear and all associated equipment will require a separate room located adjacent to the data center space. It is anticipated, at this time, that the estimated need for this equipment will be approximately 600 sq. ft. and will be part of the 6,000 sq. ft. total.

Provide proper working clearances around all electrical equipment.

The UPS room does not require raised floor and tile or epoxy finish floors are recommended.

Fire protection systems, with remote monitoring, are required for the UPS room.

Fire Protection Systems Recommendations

Fire Protection – Suppression

o This system will be engineered to industry standard and local code.

Attachment k General Construction and Architectural Requirements

Page 4 of 11

o Because the existing HH facility is approximately the same size, the gaseous agent cylinders can probably be relocated to the new HH data center.

Smoke Detection and Fire Alarm

o These components will be engineered to industry stand and local code.

Mechanical Systems Recommendations

Page 16: 090445.doc

These components will be engineered to industry standard and local code. Thought should be given in Phase-1 to identify and provide for any required electrical room requirements and associated space.

Cabling

All below or above floor cabling is to be in cable trays. All below floor cabling must be configured and installed in a manner that prevents “cable dams” for under floor

air distribution.

Air Conditioning and CRAC Systems

A/C- Computer Room

o The current HH data center has four (4) 30-ton air-handlers. This room and the placement of these units were not designed for high-density equipment, resulting in hotspots and inadequate backup.

o The air conditioning in the new data centers is to be engineered to handle a hot-isle/cold-isle environment with adequate backup cooling should any of the air-handlers fail. Thought should be given to ducting the hot-isle air directly back to the air-handlers.

o If chilled-water air handlers are designated, the under-floor lines are to run around the room perimeter to prevent air-flow obstruction. Additionally, the water chilling plant must have N+1 capability.

Notes:

All environmental and data center air is to be highly filtered. All entrances are to have contamination control. There is to be a water detection system to run the parameter of the room, at each CRAC unit and at

each floor drain. Piping should be located along the perimeter of the data center walls where possible.

A/C - Network Operation Center o The NOC should have stand-alone A/C and controls and be highly filtered.

A/C - UPS Room

o Provide dedicated cooling system for the UPS battery room to maintain environment at the UPS and Battery vendors’ recommendation.

Attachment k General Construction and Architectural Requirements

Page 5 of 11

o Provide for two (2) appropriately sized cooling systems. These systems are redundant to meet N+ 1 operation requirements. Install a control system to interlock the air conditioners for one to operate as primary and the other as back-up. Alternating controls should be included and follow a week on/off schedule.

Electrical

Page 17: 090445.doc

N+1 o All power supplied to the data center will be engineered using the A/B model. All power will be A/B

from the utilities transformer to the equipment racks.

Electrical Systems Recommendations

o There should be a minimum amount of light fixtures on the UPS with the remainder on the generator. o All power, with the exception of wiring, to the data center (NOC, computer room, etc.) is to be provided

by the UPS. There are to be no wall receptacles. o All non-critical equipment is to be powered through a generator circuit. o All single corded equipment is to be powered by a centralized Automatic Transfer Switch (ATS).

Redundant Electrical Service to Data Center o Where it is not currently available, supply two (2) separate utility feeds, from separate sub-stations, if this

becomes available within the next two (2) years.

Generator

o Much thought should be given in Phase-1, on the logistics that will be required in attaching the existing HH N+1 electrical infrastructure to the new HH data center. At the time of Phase-2, the current data center will be in full N+1 mode. This connectivity will be required to be rerouted to the new data center. This will include the two (2) generators.

o The engineering of this activity should be completed in Phase-1.

UPS/Battery

o Engineering and design will be N+1.

o The batteries are to be sealed cell.

Power Distribution Units

o Provide six (6) 75 kva power distribution units (PDU). These units are to be configured to the current N+1 environment.

o Provide one (1) 75 kva PDU, containing a static switch, to power all single corded equipment.

o Planning and engineering for these should be completed in Phase-1.

Security o Implement system to meet specific corporate standards.

o This is to include but not be limited to:Attachment k

General Construction and Architectural RequirementsPage 6 of 11

CCTV at all entrances and logistically placed with the data center. Proximity badge readers with biometrics, with remote access from the NOC.

Environmental Monitoring Systems o All monitoring systems, at minimum, are to be located in the NOC.

o Monitor alarms of mechanical systems.

o Monitor fire protection system.

Page 18: 090445.doc

o Monitor the under floor water leak detection system and room temperature alarms, including the UPS room.

o Monitor electrical systems, such as the generator, UPS, and other electrical components.

o Monitoring will be will be with console and SNMP, where SNMP monitoring is available.

Page 19: 090445.doc

Attachment k General Construction and Architectural Requirements

Page 7 of 11

Appendix A

Uptime Institute Tier Classification

IBM has included the following information for reference purposes and was obtained in 2004 from the White Paper on The Uptime Institute web site: http://www.upsite.com. This is presented here to illustrate another view of data center reliability / availability.

Industry Standard Tier Classification of Site Infrastructure Performance by the Uptime Institute

Tier I Data Center – Typically Delivers 99.671% Availability (Basic)

A Tier 1 data center is susceptible to disruptions from both planned and unplanned activity. It has computer power distribution and cooling, but it may or may not have a raised floor, a UPS, or an engine generator. If it does have a UPS or generators, they are single-module systems and have many single points of failure. The infrastructure should be completely shut down on an annual basis to perform preventative maintenance and repair work. Urgent situations may require more frequent shutdowns. Operation errors or spontaneous failures of site infrastructure components will cause a data center disruption.

Tier II Data Center – Typically Delivers 99.749% Availability (Redundant Components)

Tier II facilities with redundant components are slightly less susceptible to disruptions from both planned and unplanned activity than a basic data center. They have a raised floor, UPS, and engine generators, but their capacity design is “Need plus One” (N+1), which has a single-threaded distribution path throughout. Maintenance of the critical power path and other parts of the site infrastructure will require a processing shutdown.

Tier III Data Center – Typically Delivers 99.982% Availability (Concurrently Maintainable)

Tier III level capability allows for any planned site infrastructure activity without disrupting the computer hardware operation in any way. Planned activities include preventative and programmable maintenance, repair and replacement of components, addition or removal of capacity components, testing of components and systems, and more. For large sites using chilled water, this means two independent sets of pipes. Sufficient capacity and distribution must be available to simultaneously carry the load on one path while performing maintenance or testing on the other path. Unplanned activities such as errors in operation or spontaneous failures of facility infrastructure components will still cause a data center disruption. Tier III sites are often designed to be upgraded to Tier IV when the client’s business case justifies the cost of additional protection.

Tier IV Data Center – Typically Delivers 99.995% Availability (Fault-Tolerant)

Tier IV provide site infrastructure capacity and capability to permit any planned activity without disruption to the critical load. Fault-tolerant functionality also provides the ability of the site infrastructure to sustain at least one worst-case unplanned failure or event with no critical load impact. This requires simultaneously active distribution paths, typically in a System + System configuration. Electrically, this means two separate UPS systems in which each system has N+1 redundancy. Because of fire and electrical safety codes, there will still be downtime exposure due to fire alarms or people initiating an Emergency Power Off (EPO). Tier IV requires all computer hardware to have dual

Attachment k General Construction and Architectural Requirements

Page 8 of 11

Page 20: 090445.doc

power inputs as defined by the Institute’s Fault Tolerant Power Compliance Specification Version 2.0 (www.uptimeinstitute.org/spec.html). Tier IV site infrastructures are the most compatible with high availability IT concepts that employ CPU clustering, RAID, DASD, and redundant communications to achieve reliability, availability, and serviceability.

Tier I Tier II Tier III Tier IV HCHD Sel S Selections

Number of delivery paths Only 1 Only 1 1 active,1 passive

2 active 1 active,1 passive

Redundant Components N N+1 N+1 2 (N+1) or S+S

N+1

Support Space to Raised-FloorRatio

20% 30% 80-90% 100% 30%

Initial watts/square foot 2-30 40-50 40-60 50-80 50-80

Ultimate watts/square foot 20-30 40-50 100-150 150+ 100-150, z zoned

Raised Floor Height 12” 18” 30” – 36” 30” – 36” 24” – 30”

Floor Loading - psf 85 100 150 150+ 100

Utility Voltage 208,480 208,480 12-15 KV 12-15 KV 208,480

Months to Implement 3 3-6 15-20 15-20 3-6

Year First Deployed 1965 1970 1985 1995 na

Construction $/Raised Floor Footage*

$450 $600 $900 $1,100+ ~$600+

IT Site Downtime/YR 28.8 hours 22.0 hours 1.6 hours 0.4 hours ? hours

Availability 99.671% 99.749% 99.982% 99.995% 99.99% is g goal

* Excludes land and abnormal civil costs. Assumes a minimum of 15,000 sf of raised floor, architecturally plain one story fitted out with initial capacity, but with the backbone designed to reach the ultimate capacity with the installation of additional components. Make adjustments for New York City, Chicago, and other high cost areas.

Attachment k General Construction and Architectural Requirements

Page 9 of 11

Appendix B

Page 21: 090445.doc

Current Holly Hall Data Center Demographics

Floor Areas in sq ft Computer room - 4,358 NOC 400 Print room and Lab 1281 UPS Room (20x15) 300 UPS Computer Room 300

Estimated Total 6,639 Excludes panels and switch gear in mechanical room

Electrical UPS - 2 ea 225 kva, drawing approximately 172 kva (excludes 4 air-handlers and condensers) PDU - 6 ea at 75 kva each Air handlers and condensers - 4 ea, approximately 150kva Diesel Generator - 2 ea 700 kva, with estimated current data center load of 313 kva Circuits (as of 01/08/09) Duel Circuits 85 x 2 = 170 Single Circuits 75 Total Circuits 245 Air Conditioning 4 ea on-floor air handlers, 30 tons each with affective capacity of 25 tons ea Walls Approximately 261 running ft. Fire Protection HFC-125 gaseous agent

Attachment k General Construction and Architectural Requirements

Page 10 of 11

Page 22: 090445.doc

Attachment k General Construction and Architectural Requirements

Page 11 of 11

Page 23: 090445.doc