31
__________________________________________________________________________________ DATE: September 27, 2012 University Health System - Business Center Purchasing Department – 2 nd Floor 355-2 Spencer Lane San Antonio, TX 78201 SOLICITATION: RFQ-212-09-045-SVC Renovations – Phase “2” Clinics, Observation Unit, Pharmacy AMENDMENT NO. 1 __________________________________________________________________________________ The purpose of Amendment No. 1 is to provide a revised copy of the RFQ, post responses to questions submitted and to extend the due date. Original Due Date: October 1, 2012 – 2:00 p.m. CST New Due Date: October 5, 2012 – 2:00 p.m. CST Details attached after page 1. NOTICE TO BIDDERS: A. Receipt of this Amendment shall be acknowledged on the Bid Form. B. Bidders are required to sign this amendment acknowledging receipt and return a copy to the UHS Purchasing Department. The Purchasing Department fax number is 210-358- 9145. C. This Amendment Form is part of the RFQ-212-09-045-SVC documents for the above referenced project and shall be incorporated integrally therewith. D. Each bidder shall make necessary adjustments and submit their proposal with full knowledge of all modifications, clarifications, and supplemental data included therein. Company Name: _________________________________________________________ _________________________________________ ________________________ Vendor Signature Date

DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

__________________________________________________________________________________ DATE: September 27, 2012 University Health System - Business Center Purchasing Department – 2nd Floor 355-2 Spencer Lane San Antonio, TX 78201 SOLICITATION: RFQ-212-09-045-SVC Renovations – Phase “2” Clinics, Observation Unit, Pharmacy AMENDMENT NO. 1 __________________________________________________________________________________ The purpose of Amendment No. 1 is to provide a revised copy of the RFQ, post responses to questions submitted and to extend the due date. Original Due Date: October 1, 2012 – 2:00 p.m. CST New Due Date: October 5, 2012 – 2:00 p.m. CST Details attached after page 1. NOTICE TO BIDDERS:

A. Receipt of this Amendment shall be acknowledged on the Bid Form. B. Bidders are required to sign this amendment acknowledging receipt and return a copy to

the UHS Purchasing Department. The Purchasing Department fax number is 210-358-9145.

C. This Amendment Form is part of the RFQ-212-09-045-SVC documents for the above referenced project and shall be incorporated integrally therewith.

D. Each bidder shall make necessary adjustments and submit their proposal with full knowledge of all modifications, clarifications, and supplemental data included therein.

Company Name: _________________________________________________________

_________________________________________ ________________________ Vendor Signature Date  

Page 2: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System Capital Improvement Program 

Renovations – Phase “2” Clinics, Observation and Pharmacy Request For Qualifications 

Response to Questions 

Renovations – Phase “2” Clinics, Observation and Pharmacy ‐  Response to Questions RFQ–212‐09‐045‐SVC     1 of 4  

 

 

 

RESPONSE TO QUESTIONS

RFQ-212-09-045-SVC

September 27, 2012

4502 MEDICAL DRIVE

SAN ANTONIO, TEXAS 78229-4493

Page 3: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System Capital Improvement Program 

Renovations – Phase “2” Clinics, Observation and Pharmacy Request For Qualifications 

Response to Questions 

Renovations – Phase “2” Clinics, Observation and Pharmacy ‐  Response to Questions RFQ–212‐09‐045‐SVC     2 of 4  

Question 1: Would our participation in the design phase of Phase 2 Renovation keep us from

participating in the construction of these upcoming projects? Answer 1: Yes, the design and construction phase will be kept separate and not treated as a design-

build project.

Question 2: Has UHS been satisfied with working with firms that are not local? Answer 2: Irrelevant to RFQ Question 3: Has your experience with RTKL been good? Answer 3: Irrelevant to RFQ Question 4: May we obtain a copy of the meeting minutes from the Pre-Submittal Conference

held on 9/17/12? Answer 4: Yes. Meeting minutes have been uploaded to the website. You can access the document

through the link in listed in the RFQ. Question 5: How much percentage can be assessed to a firm for SMWBVE plan? Answer 5: Firms should submit their SMWBVE plan but, firms will not be assessed by this plan.

Evaluation factors are broken out in 7.1 of the RFQ documents. Question 6: Could you clarify the expectations on your request for a Design Phase Schedule

(Tab 6.6)? Answer 6: The description of the scope on page 14 of 34 in item 6.6 adequately describes UHS

expectations. Question 7: How does UHS look at having the MEP in house? Answer 7: UHS will not fulfill the MEP design requirements in house. MEP design services

associated with the Phase 2 scope of work should be included in your solicitation responses.

Question 8: What are you looking for from an A/E firm? Answer 8: Firms will be evaluated based on the evaluation factors listed in section 7.1 of the RFQ. Question 9: May we have a copy of the sign-in sheets for the Pre-Submittal Conference? Answer 9: Yes. The Sign-In Sheet has been uploaded to the website. You can access the document

through the link in listed in the RFQ.

Page 4: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System Capital Improvement Program 

Renovations – Phase “2” Clinics, Observation and Pharmacy Request For Qualifications 

Response to Questions 

Renovations – Phase “2” Clinics, Observation and Pharmacy ‐  Response to Questions RFQ–212‐09‐045‐SVC     3 of 4  

Question 10: According to the RFQ, this construction should start in 2015. Are you being

proactive in starting the design phase now, so do you want a definitive GMP to budget well ahead of time?

Answer 10: Yes, UHS is being proactive in starting the design phase now. Construction will start immediately after the tower is occupied which is in March, 2014.

Question 11: Is pricing to be provided in this Statement of Qualifications? Answer 11: No. Pricing is not required to be provided in the Statement of Qualifications. Question 12: Is HUB Certification by Texas Comptroller of public Accounts a valid Certification

in determining SMWBVE participation? Answer 12: Yes. UHS does recognize Texas State HUB certification. Question 13: Re: page 22 of 34, Appendix V, “Confidentiality and Nondisclosure Agreement”. Is

this form supposed to be filled out and attached with the Statement of Qualifications?

Answer 13: Yes. Question 14: We are having problems accessing the links to additional documents indicated in

Exhibit A of the above indicated RFP. Can you please confirm that those links are in working order?

Answer 14: Copies will be forwarded by email upon request of vendors if link continues to not function correctly.

Question 15: If 1) the vendor has recently, for the like purpose of accompanying a solicitation

response, submitted to University Health System all financial documents listed in Section 9.9.1 and 2) those documents have not changed in the meantime, does the requirement to submit all said documents still stand?

Answer 15: Yes. All financial documents will need to be submitted with this solicitation response even if they have recently been submitted to UHS as part of a different solicitation response.

Question 16: Would you happen to have the projected budget for this project? Answer 16: Yes, but it is not being released for this solicitation.

Page 5: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System Capital Improvement Program 

Renovations – Phase “2” Clinics, Observation and Pharmacy Request For Qualifications 

Response to Questions 

Renovations – Phase “2” Clinics, Observation and Pharmacy ‐  Response to Questions RFQ–212‐09‐045‐SVC     4 of 4  

Page 6: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

/University Health System Capital Improvement Program

Renovations – Phase “2” Clinics, Observation and Pharmacy Request For Qualifications

Renovations – Phase “2” Clinics, Observation and Pharmacy RFQ–212-09-045-SVC � PAGE �1� of � NUMPAGES �26�

/

REQUEST FOR QUALIFICATIONS for

ARCHITECTURAL, ENGININEERING AND CONSULTATION SERVICES

RENOVATIONS – PHASE “2” CLINIC, OBSERVATION UNIT AND PHARMACY

for UNIVERSITY HEALTH SYSTEM - CIP

at the UNIVERSITY HOSPITAL (UH)

IN THE SOUTH TEXAS MEDICAL CENTER

RFQ-212-09-045-SVC

September 12, 2012

4502 MEDICAL DRIVE SAN ANTONIO, TEXAS 78229-4493

Page 7: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �2� of � NUMPAGES �26�

REQUEST FOR QUALIFICATIONS ARCHITECTURAL, ENGININEERING AND CONSULTATION SERVICES

RENOVATIONS – PHASE “2” CLINIC, OBSERVATION UNIT AND PHARMACY for

UNIVERSITY HEALTH SYSTEM - CIP RFQ-212-09-045-SVC

TABLE OF CONTENTS 1.0 Selection Timeline. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3.

2.0 Solicitation Description . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4.

3.0 Scope. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5.

4.0 Terms and Conditions of the Qualifications Statement Responses. . . . . . . . . 7.

5.0 Award of Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9.

6.0 Information to be Submitted . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10.

7.0 Selection Criteria . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16.

Appendices: I Litigation Disclosure . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18. II Vendor Question Form . . . . . . . . . . . . . . . . . . . . . . . . . 19. III Vendor Checklist . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20. IV Discloser of Sub Contractors . . . . . . . . . . . . . . . . . . . . 21. V Confidentially and Non Disclosure Agreement . . . . . . 22. VI Reimbursement for Travel Expenses . . . . . . . . . . . . . . 24. VII Schedule of Reimbursement Amounts . . . . . . . . . . . . . 31. VIII Schedule of Official Mileage . . . . . . . . . . . . . . . . . . . . . 32.

Exhibits

A List of Documents Available On-Line. . . . . . . . . . . . . 33.

Page 8: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �3� of � NUMPAGES �26�

SELECTION TIMELINE An evaluation committee will review the Statements of Qualifications, and select the most highly qualified provider. If UHS decides it will be beneficial to conduct interviews with some or all of the submitters, the presentations will be evaluated as part of the process. The committee's recommendation will require consideration and approval by the University Health System Board of Managers. Upon action by the Board of Managers, step two will commence, which will involve negotiating a contract at a fair and reasonable price. Should the parties be unable to reach agreement, negotiations will be terminated, and negotiations shall then commence with the next most highly qualified provider. All times are (local) Central Standard Time.

1.1 The Timeline will be as follows:

Date: Description Time 9/10/2012 Announcement of RFQ TBD

9/17/2012 Pre-Submittal Conference 9:00 a.m.

Rosario Conference Room – 1st Floor 8401 Datapoint Drive San Antonio, Texas 78229 (Rosario Conference Room is off the 1st floor lobby)

9/20/2012 Deadline for Receipt of Questions 2:00 p.m. Email: [email protected] or submit to: University Health System Business Center Purchasing Department 355-2 Spencer Lane San Antonio, Texas 78201

9/274/2012 Final Addendum posted to University Health 5:00 p.m. System website 10/051/2012 RFQ responses due by no later than 2:00 p.m.

University Health System Business Center Purchasing Department 355-2 Spencer Lane San Antonio, Texas 78201

10/08/2012 Evaluation Committee review Statements of TBD

Qualifications 10/15/2012 Proposed firm interviews with Evaluation TBD Committee (if necessary)

Page 9: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �4� of � NUMPAGES �26�

10/15/2012 Notification of Selection/Contract Negotiations TBD 11/30/2012 Board Action on Contract/Notice To Proceed 12/30/2012 Executed Contract Distribution 1.0 SOLICITATION DESCRIPTION

1.1 PURPOSE 1.1.1 This solicitation is to select an Architects/Engineer, or multiple

Architect/Engineers to provide Architectural, Engineering, and other Consultative Services for the University Health System Hospital Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Project at the South Texas Medical Center for the University Health System Capital Improvements Program (CIP).

1.2 PREAMBLE

1.2.1 The University Health System seeks qualified firms to provide Architectural, Engineering, and other Consultative Services for a shared, multidiscipline, multispecialty follow-up Clinic to be constructed on the 3rd floor of the existing University Hospital (UH), as well as an Observation Unit and a Pharmacy to be constructed on the Ground Floor. Project construction is to commence immediately after the New Patient Tower at UH is occupied which is anticipated during the first quarter of 20152014. The successful firm will work under the direction of the UHS Facilities Development & Project Management Department through their Lead Program Manager (“LPM”), Jacobs Project Management Co., and Site Project Manager (“SPM”) Broaddus+Muñoz.

1.2.2 This solicitation is open to all qualified firms even if said firms are currently working on the UHS CIP project.

1.2.3 UHS may elect to award all of the scope of work identified in this RFQ to one firm, or at UHS sole discretion, break the scope of work into multiple awards. To that end, UHS will accept proposals that address either any one, any two, or all three of the departments described in this solicitation:

1.2.3.1 Clinic

1.2.3.2 Observation Unit

1.2.3.3 Pharmacy

Page 10: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �5� of � NUMPAGES �26�

1.3 BACKGROUND 1.3.1 The existing UH campus contain roughly 735,00 departmental gross square feet

(DGSF) of clinical space predominantly located in 2 contiguous structures; the “1968 building” and the “1981 building”. A central plant of roughly 17,000 DGSF serves these two buildings is located in the basement of the existing South Parking Garage.

1.3.2 New construction is complete on the UH campus providing a 3,300 car West Parking Structure and in progress to add 1,000,000 square foot patient care tower and central plant addition.

1.3.3 Phase “0” Renovations are underway to temporarily relocate departments to the third floor of the 1968 building which are affected by the Phase “1” expansion/ remodeling/ refurbishment of the existing hospital’s main lobby as well as the installation of systems which interconnect the new tower with the existing buildings.

1.3.4 The Phase “0” departments will be relocated for a second time off the third floor to space made available by the occupancy of the new patient tower or to other space off campus. The third floor space thus vacated becomes the site of the Clinic which is the subject of this RFQ.

1.3.5 Once the New Tower is occupied and the existing emergency department is moved, the space required for Observation and Pharmacy becomes available

1.3.6 Attachment “B” lists background data that is available for review by respondents and will be provided to the selected candidate for use during the study.

2.0 SCOPE 2.1 General

2.1.1 Provide complete Architectural, Engineering and Consultation Services as described in the attached Contract Draft.

2.1.2 LEED certification will not be pursued, but achievement of LEED Gold standards is desirable.

2.1.3 Project may be undertaken in CAD or BIM. There is no existing BIM of the existing buildings. There are recently completed CAD “as-built” drawings of these spaces and the Phase “0” construction documents are also available in CAD.

2.1.4 Mechanical, Electrical, Plumbing, Fire Suppression, and Fire Alarm and all other systems will connect to the existing building supplies, not those of the new tower.

2.1.5 An integrated Existing and new Pneumatic Tube System will interconnect these departments to the remainder of the facility, both existing and new.

2.2 Clinic

Page 11: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �6� of � NUMPAGES �26�

2.2.1 The area identified for this Follow-up Clinic will consist of approximately 35,000 Departmental Gross Square Feet on the third floor of the 1968 building.

2.2.2 Phased Implementation will be required since a portion of the space to be constructed is currently occupied by the Rehabilitation Clinic which must remain in constant operation.

2.2.3 Renovations to accommodate connections to the New Tower will be required at two, predetermined points. Ramping to accommodate floor-to-floor height variation will be needed.

2.2.4 The Owner has engaged RTKL to simulate various conceptual designs for the Follow-up Clinic. The RTKL Simulation Team and the successful respondent to this solicitation for the Clinic scope of work will work together to prepare key room bubble diagrams for review at End User Meetings. These diagrams will be reflect in the Functional and Space Program to be prepared by the respondent, they will support the defined patient flow processes through each clinic, for each patient type, and they will also reflect the existing backfill space limitations, including current life safety requirements.

2.2.5 The following clinic functions are currently anticipated to be components of the shared, multidiscipline, multispecialty Follow-up Clinic

2.2.5.1 Adult Trauma 2.2.5.2 Pediatric Trauma

2.2.5.3 Transplant

2.2.5.4 Rehabilitation

2.2.5.5 Vascular

2.2.5.5.1 Existing Space to remain

2.2.5.5.2 Extent of refurbishment to be determined

2.2.5.5.3 Portions may be repurposed

2.2.5.6 Hyperbaric Oxygen Therapy

2.2.5.6.1 Existing Space to remain

2.2.5.6.2 Extent of refurbishment to be determined

2.2.6 Depending on the space available and the outcome of simulation studies, the following clinic functions may become components of the shared, multidiscipline, multispecialty Follow-up Clinic

2.2.6.1 Hematology/Oncology

2.2.6.2 Pulmonary Function

2.2.6.3 Eye

2.2.6.4 Pediatric Specialty

Page 12: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �7� of � NUMPAGES �26�

2.3 Observation Unit

2.3.1 The Observation Unit will support the New Trauma Center and future Heart & Vascular Institute in the New Tower. It will contain a combination of licensed and unlicensed beds as well as recliners and related support space. It will consist of approximately 16,000 Departmental Gross Square Feet on the Ground floor of the 1981 building; space currently occupied by the Hospital’s Emergency Center

2.3.2 Although a preliminary Space Program exists for this department, it is incomplete. The scope of work is in this project is the creation of a new Project Definition for this space. This program is available for reference and historical interest.

2.4 Pharmacy

2.4.1 The area identified for this Pharmacy will support inpatients in the New Tower and the Existing Buildings on the campus as well as the Outpatient Pharmacy in the UHS Outpatient Pavilion directly across Medical Drive from the Hospital. It will consist of approximately 14,000 Departmental Gross Square Feet on the Ground floor of the 1981 building; space currently occupied predominantly by the Hospital’s Emergency Center and Central Supply Departments. Both of these functions will be moving to the new Tower.

2.4.2 The pharmacy may receive and distribute some of its products via Automated Guided Vehicle. The hospital is in the process of selecting this vendor. The successful respondent will coordinate and cooperate with this vendor during the design, construction and occupancy process.

2.4.3 The Owner is in the process of selecting a Pharmacy Consultant, to be paid by the Owner. This consultant will complete the Basis of Design and Functional and Space Program scopes of work described herein. The Pharmacy Consultant to prepare key room bubble diagrams for review at User Meetings. These bubble diagrams will be reflected in the Conceptual Designs to be prepared by the respondent, they will support the defined flows and processes within and outside the Pharmacy, by type, and they will also reflect the existing backfill space limitations, including current life safety requirements.

2.5 Schedule of Performance

2.5.1 Anticipated Contract Award from this Solicitation – See Selection Timeline 1.1 2.5.2 Completion of 100% Construction Documents – to be proposed in this Solicitation.

See Section 6.65.1 Design Phase Schedule.

4.0 TERMS AND CONDITIONS OF THE STATEMENT OF QUALIFICATIONS RESPONSE 4.1 GENERAL CONDITIONS

4.1.1 Firms are required to submit their Qualification Statements based upon the following

Page 13: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �8� of � NUMPAGES �26�

express conditions: 4.1.1.1 Firms shall thoroughly examine the existing building plans, reports and all

other documents included in Attachment “B”

4.1.1.2 Firms shall make all investigations, necessary to thoroughly inform and acquaint themselves with existing conditions of facilities and physical plant. No plea of ignorance by the vendor of conditions that exist will relieve firms from fulfilling every detail of the Health System’s requirements.

4.1.1.3 A Respondent’s submission of a Proposal shall constitute the Respondent’s express representation and warranty to UHS that: (i) Respondent has consulted and fully considered the advice and input of its legal, insurance and other business advisors, (ii) and Respondent thereby grants and conveys to UHS and its successors and assigns all right, copyright and title to all concepts, information or ideas described or included in Respondent’s Proposal for use by UHS and its consultants and contractors. Exceptions or qualifications to the Renovations - Phase “2” Clinic, Observation Unit and Pharmacy Agreement may be stated in the Proposal, but shall (a) specifically identify the clause in the Agreement to which the exception or qualification applies and (b) indicate the precise language revision Respondent proposes to resolve the exception or qualification. No exception or qualification will be deemed accepted by UHS unless the same has been approved in writing by UHS and incorporated into the Renovations - Phase “2” Clinic, Observation Unit and Pharmacy Agreement. UHS’ attachment of the Renovations - Phase “2” Clinic, Observation Unit and Pharmacy Agreement to this RFQ and its request for Respondents’ qualifications and exceptions to the same is not for the purpose of and shall not be construed as entering into negotiations on the Renovations - Phase “2” Clinic, Observation Unit and Pharmacy Agreement, but is only for purpose of expediting negotiation of the Renovations - Phase “2” Clinic, Observation Unit and Pharmacy Agreement after a Respondent has been selected by UHS’ Board of Managers. Submitter shall clearly state his/her willingness to permit UHS and its advisors to review with submitter and submitter’s insurance broker/agent a copy of complete program of liability insurance coverage, subject to the written agreement of UHS to keep confidential all such information, and to not retain in its possession a copy of such information. Firms indicating their unwillingness to permit such confidential review may be disqualified.

4.2 PREPARATION OF QUALIFICATION STATEMENTS: 4.2.1 All information required by the RFQ form shall be furnished. The submitter shall

print or type his/her name and manually sign the cover letter of each copy of the RFQ. Any separate addenda must be properly acknowledged and signed.

4.3 WITHDRAWAL OF RFQ RESPONSE: 4.3.1 A response may be formally withdrawn with the courtesy of a formal withdrawal

Page 14: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �9� of � NUMPAGES �26�

letter to the Vice President, Project Development, and Project Management Department after the time set for receipt of Qualifications Statements.

4.4 PROOF OF INSURABILITY 4.4.1 Submit a letter from insurance provider stating provider’s commitment to insure the

Respondent for the types of coverage and at the levels specified in this RFQ if awarded a contract in response to the attachment to this RFQ. Respondent shall also submit a copy of their current insurance certificate.

4.5 LATE SUBMITTAL OF RFQ RESPONSE OR MODIFICATIONS 4.5.1 RFQ responses and modifications received after the time set for receipt of

submission documents will not be considered and will be returned unopened.

4.6 RFQ RESPONSE COSTS 4.6.1 All cost directly or indirectly related to preparation of a response to the RFQ or any

oral presentation required to supplement and/or clarify a proposal shall be the sole responsibility of and shall be borne by Submitters.

4.7 PROPOSAL ACCEPTANCE PERIOD 4.7.1 All Statements must include a statement that they are valid for a minimal period of

one hundred twenty (120) days following the RFQ closing date.

4.8 RELEASE OF INFORMATION 4.8.1 Submission of information relative to this RFQ shall not be released by the Health

System during the submittal evaluation process or prior to contract award.

4.9 PROPRIETARY INFORMATION 4.9.1 Proposer is required to identify any proprietary information in the submittal that is

not for public disclosure. If the Proposer fails to identify proprietary information, the Proposer agrees by the submission of his/her Proposal that those sections shall be deemed non-proprietary and made available upon public request.

5.0 AWARD OF CONTRACT 5.1 This procurement will utilize a two step process. Step one is the submission and evaluation of

qualification statements, from which responding firms will be evaluated. If the evaluation committee decides interviews will be helpful to UHS, some or all of the respondents will be invited to make presentations to the committee.

5.2 Final selection will be based on Responses to the RFQ and in-person interviews (if they occur), from which the evaluation committee will determine the most qualified firms.

5.3 PROTEST 5.3.1 Any Submitter who believes he/she is or may be aggrieved in connection with

solicitation specifications or requirements; or award of a contract or any matter

Page 15: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �10� of � NUMPAGES �26�

related to the work performed hereunder, and who wishes to protest, must protest the same to the Director of Purchasing in accordance herewith. ALL PROTESTS MUST BE RESOLVED UNDER THIS SECTION. Protests received after the dates described below, will be returned to the protestor and will be considered overruled. All protests must refer to specific incidents forming the basis for the grievance and must describe specifically how the specific incidents materially affect the award, by hindering competition or otherwise or by affecting the work.

5.3.2 On protests of solicitation specifications or requirements the protest must be submitted in writing and received in the Purchasing office no later than seven (7) days prior to the closing date for receipt of Qualifications Statements.

5.3.2.1 On protests of awards (where solicitation specifications and requirements are not disputed), protests must be received in the Purchasing office no later than seven (7) days after the award of any resulting contract.

5.3.2.2 On protests of any decisions, directions, or other matters during performance of the work under this contract, protests must be received in the Purchasing office no later than seven (7) days after Submitter knows or should have known of the grievance.

5.3.3 The Director of Purchasing has the authority to resolve a protest following a review of the facts in regards to the solicitation and/or award (whichever is applicable, or both). The Director of Purchasing shall prepare a written response to the protest letter and forward the same to the Submitter stating the official decision regarding the protest.

5.3.4 If the protest is not resolved to the satisfaction of the Submitter, and the Submitter seeks further remedy, the Submitter may submit a request for administrative review of the protest to the Director of Purchasing within seven (7) days of receipt of the Director of Purchasing’s written response to the protest. The request for administrative review will be forwarded with comment from the Director of Purchasing to the Executive Director of Purchased Resources for final review. The Executive Director of Purchased Resources shall review the protest, the Director of Purchasing’s written response to the protest, the request for administrative review and any other documents deemed necessary to fully and fairly evaluate the protest. The Executive Director of Purchased Resources shall prepare a written response to the request for administrative review and forward the same to the Proposer, with a copy to the Director of Purchasing. This written response shall be the final determination of the protest.

5.3.5 Any and all protests or requests for administrative review shall be mailed or hand carried directly to the Purchasing Department and time and date stamped upon arrival. No other format for submission will be accepted including fax, phone (verbal) or email.

Page 16: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �11� of � NUMPAGES �26�

6.0 INFORMATION TO BE SUBMITTED SUBMISSION

Location - See Selection Timeline for Date and Time of Submission.

RFQ responses are to be delivered to:

University Health System Business Center Purchasing Department 355-2 Spencer Lane San Antonio, Texas 78201

Form - All materials listed below should be placed in a sealed box. Clearly label the box with the name of the RFQ, the RFQ number, and name of the submitting firm.

STATEMENT OF QUALIFICATIONS FORMAT

Three Ring Binders 10 Three Ring Binders with Covers and Spines labeled with name of the RFQ, the RFQ number, submission date and name of the submitting firm.

Memory Sticks 10 Memory Sticks with complete PDFs of the Submission. Place in a sealed envelope labeled with name of the RFQ, the RFQ number, submission date and name of the submitting firm. Place envelope within the sealed box.

Page and Type Font Limitations - Page limitations listed in the following sections refer to single sided sheets. If the respondent submits double sided copies, each face of a double sided copy counts as a page. Double sided submissions are preferable. Minimum Font for body text is 12 point.

All Pages Are to be Consecutively Page Numbered – This RFQ will be reviewed by groups of individuals who will need to call attention, quickly, to various specific pages within your submission.

Submission is to be Tabbed – Except for the document required in 6.11 which is to be submitted in a separate sealed envelope, use the tab numbers and titles listed on the following pages, ie, the first tab in your submission should be labeled “6.1 Firm Capabilities”.

Page 17: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �12� of � NUMPAGES �26�

CONTENT – In your submission, include all of the following:

Cover Letter: The submitter shall print or type his/her name and manually sign each copy. In the reference line, identify which combination of scope of work your proposal addresses: Clinic, Observation Unit or Pharmacy, all three, or which combination of two. This letter shall be bound into the Statement of Qualifications as the 1st page. Within this letter identify the Primary Contact Person(s) and local address for this project and the names of Principals who would have responsibility for this project. Resumes for these individuals should be placed in the Resume section 6.2.2. This section shall be limited to 2 pages (8 ½ x 11).

Table of Contents: List the tab number and tab name at a minimum including the starting page

number. Include additional detail at your discretion including the starting page number of such subsections. This section shall be limited to 1 page (8 ½ x 11).

6.1 Firm Capabilities: Statement of your firm's and of your subconsultant’s firms history and qualifications citing only experience of similar types, size, and complexity to this project, and scopes of professional and technical services provided, emphasizing experience in large public hospitals located in academic medical centers in designing shared, multipurpose, multispecialty follow-up clinics. This section shall be limited to 2 pages (8 ½ x 11).

6.2 Staff Experience:

6.2.1 Experience Matrix: In matrix form, describe only relevant (i.e. similar) project experience versus each team member’s personal past experience. Experience should only be provided for personnel to be assigned to this project and should only be for similar projects where construction was completed during or after 2007. List all personnel of the prime consultant and all sub-consultant team members and their roles in the project. This section shall be limited to 2 pages (8-1/2 x 11).

6.2.2 Projects: Project narratives describing the nature of the services provided only for projects listed in the Experience Matrix. This section of the submittal shall be limited to 10 pages (8 ½ x 11).

6.2.3 Resumes of Assigned Personnel: Provide resumes of all Assigned Personnel in alphabetical order by last name. Resumes do not have a page limitation.

6.3 References: In matrix form include references for each Project for which a Project Narrative is submitted in this RFQ. Supply the project title, year of construction completion, and reference name, title, present address, present employer, email address, and phone number of principal person for whom the projects were accomplished. This section shall be limited to 1 page (8-1/2 x 11).

Page 18: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �13� of � NUMPAGES �26�

6.4 Team: Provide information that identifies all the individuals that your firm will involve on

your design team, including all sub-consultants to provide the services required on this project. If your team is selected, the individuals identified in your RFQ shall be specified in the resulting contract as the individuals who will perform this work. Any substitution of personnel may disqualify your team from consideration, and any such substitution must be approved by University Health System. 6.4.1 Organizational Chart: Provide an Organization Chart that fully describes all

subconsultants and individuals to be assigned, along with their responsibilities. This section shall be limited to 1 page (11 x 17 foldout).

6.4.2 Local Participation Plan: Identify in tabular format the firms that make up the team that have local offices listing the number of personnel, when the office was established, and the percentage of the work that will be performed by those firms; and identify the firms that make up the team that are out of town firms and the percentage of the work that will be performed by those firms. Also describe the history of experience of the firms working together on the projects listed in section 6.2. For purposes of this RFQ, the term “local” means the principal place of business for the company is located within Bexar County, Texas. In narrative form, describe previous Local Participation Plans implemented by your firm and the level of success achieved. This section shall be limited to 2 pages (8 ½ x 11).

6.4.3 SMWBVE Plan: 6.4.3.1 In tabular form, identify each of the firm’s SMWBVE status listing recognized certifications from all agencies and the anticipated percentages of contract involvement that each firm will have in the project. . In narrative form, describe previous SMWVBE SMWBVE Plans implemented by your firm and the level of success achieved. This section shall be limited to 2 pages (8 ½ x 11). 6.4.3.2 Include copies of Certificates from all agencies for all firms listed in the previous table. There is no page limit for Certificates in this section. 6.4.3.3 It should be noted that any deviations from the anticipated percentages of contract involvement of the SMWBVESWMBVE firms must be approved by University Health System, and any SWMBVE SMWBVE firm who discontinues its involvement shall, to the extent possible, be replaced with a like SMWBVE firm to maintain consistent percentages of contract involvement.

6.4.4 Time Commitment Schedule: In matrix format, include for all professional personnel by name, title and firm, the primary work assignment, the percentage of their time anticipated, and the total time commitment in hours to be devoted to this project. Provide column and row hour totals. This section shall be limited to 1 page (8 ½ x 11).

Page 19: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �14� of � NUMPAGES �26�

6.5 Process: 6.5.1 Process Narrative: Provide a narrative describing the processes your firm will

utilize in providing the services requested in this RFQ including any unique practice that makes your firm or team stand out as a leader in the design and planning of shared, multipurpose, multispecialty follow-up clinics, observation units, and/or pharmacies in large public hospitals located in academic medical centers. Include a preliminary workplan outlining how your firm will approach each of the key issues outlined in the Scope description. For instance, are you a proponent of CAD or BIM for this project? What CAD system does your firm propose, what layering standards and file naming conventions would you recommend be employed? Discuss the proposed design phase schedule and the respondent’s team’s ability to meet that schedule. Include a description of any Special Services which you feel are needed, are not requested, but which you would plan to provide as a basic service. Also describe any Additional Services which you feel are optional, but which you feel would bring high value to UHS. Finally, supply any additional information which you feel would be helpful to the Owner in making the final selection. This section of the submittal shall be limited to 15 pages (8 ½ x 11).

6.6 Design Phase Schedule: Provide a milestone schedule illustrating the process work plan which your team proposes across time. This schedule should run from contract award through the initiation of construction work on site. Assume a duration of 4 months from completion of 100% construction documents to construction commencement on site to provide time for 100% CD estimates, value engineering if necessary, bidding, addenda, preparation of Guaranteed Maximum Price, drafting of Board Captions and Memos, Board Action accepting Construction Manager’s Guaranteed Maximum Price and execution of CM Contract Amendment. This section shall be limited to 1 page (11 x 17 foldout).

6.7 Insurance: $2M per occurrence and aggregate Professional Liability, Statutory Workers’

Compensation, $1M per occurrence and aggregate Employer’s Liability, $1M per occurrence and aggregate Commercial General Liability, and $1M per occurrence and aggregate Automobile Liability will be required. All policies will require waiver of subrogation and additional insured endorsements in favor of the Owner Group consisting of the UHS, LPM and SPM. All policies must be placed with insurance companies with a minimum rating by A.M. Best Company of A- or better. Supply a letter from insurance carrier indicating that coverages with these limits can be obtained. Indicate in bold type if any of the required coverages or endorsements cannot be provided, what substitute coverage could be offered, and what if any insurance coverage exclusions would apply. Respondent shall also submit a copy of their current insurance certificate(s).

The letter required in this section of the submittal shall be limited to 2 pages (8 ½ x 11). Insurance Certificate(s) are not included in the page count.

6.8 Litigation: Complete the attached Litigation Disclosure form (Appendix I)

Page 20: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �15� of � NUMPAGES �26�

6.9 Financial: The Lead Firm shall submit the following financial statement:

6.9.1 If Submitter is organized as a corporation, partnership, LLP, LLC or joint venture, submit complete financial statements, including a Balance Sheet, Income Statement and Statement of Cash Flows, prepared in accordance with generally accepted accounting principles, for the current fiscal year-to-date, and the most recent three complete fiscal years. Footnote disclosures must accompany the submitted year to date financial statements. If available, financial statements audited or certified by an independent certified public accountant should be submitted; otherwise, a notarized statement certifying the accuracy of the financial information and signed by an officer of the proposing entity must accompany the financial information.

6.9.2 If the Submitter is a wholly-owned subsidiary of another entity, then the above referenced financial information of the parent entity must also be submitted.

6.9.3 If Submitter intends to organize as a partnership, LLP, LLC, or joint venture, then the above-referenced financial information of each partner, LLC/LLP member or joint-venture member must be submitted.

6.9.4 University Health System reserves the right to obtain, at its own cost, and all members of your Team, by making and participating in a submission, agrees to allow University Health System to obtain, a Dun and Bradstreet financial report, or other credit report, on your Team members and all partners, affiliates and sub-consultants, if any, to facilitate University Health System’ financial evaluation of the Submitter.

6.10 Other Forms:

6.10.1 Provide a written statement acknowledging the acceptance of the terms and conditions of this RFQ and the Agreement for Renovations - Phase “2” Clinic, Observation Unit and Pharmacy Consulting Services. Place all other forms required by this solicitation in this section as well.

6.10.1.1 Any separate addenda must be properly acknowledged and signed.

6.10.1.2 Forms provided in the Appendices or documents referenced therein

6.11 Exceptions to Architect/Engineer Agreement: 6.11.1 Respondent, if selected as the most qualified for purposes of negotiating an agreement

with UHS, is willing to accept the form of the Architect/Engineer Agreement posted on line in association with this RFQ subject to negotiation of fee, staffing, and schedule. Exceptions or qualifications to the Architect/Engineer Agreement shall be included in the Respondent’s SOQ for purposes of future negotiation of the agreement only if Respondent is first selected as the most qualified. Respondent shall enclose such exceptions or qualifications in a separate sealed envelope, opened by UHS only after all Respondents’ submissions have been evaluated and ranked based on

Page 21: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �16� of � NUMPAGES �26�

qualifications. UHS will request to enter into contract negotiations with the Respondent evaluated as the most qualified. Respondent shall state any exceptions or qualifications to the terms and conditions of the form of the Architect/Engineer Agreement by (a) specifically identifying the clause in the Architect/Engineer Agreement to which each exception or qualification applies and (b) indicating the precise language revision Respondent proposes to resolve the exception or qualification. No exception or qualification will be deemed accepted by UHS unless and until the same has been approved in writing by UHS and incorporated into the Architect/Engineer Agreement. UHS’ attachment of the Architect/Engineer Agreement to this RFQ and its request for Respondents’ qualifications and exceptions to the same is not for the purpose of and shall not be construed as entering into negotiations on the Architect/Engineer Agreement.

6.11.2 The furnishing of such exceptions or qualifications with the SOQ is required only for the purpose of expediting negotiations of the Architect/Engineer Agreement with a Respondent that has been first determined by UHS to be the most qualified (or next most qualified, as applicable) for such negotiation purposes. Respondent must have consulted and fully incorporated the advice of its legal, insurance and other business advisors prior to submission of its response. This section of the submittal is not page limited (8 ½ x 11).

7.0 SELECTION CRITERIA

This procurement will comply with the applicable University Health System Purchasing Policy. Firm(s) will be selected by University Health System to participate in the interview process from the qualification statement evaluation phase, if deemed necessary to conduct interviews as a part of this selection process. The evaluation factors shall be applied to all eligible, responsive firms in comparing submittals and selecting the most qualified respondent. Award of a contract may be made without discussion with the firms prior to or at the completion of the interview phase. Submittals should, therefore, be submitted on the most favorable terms describing qualifications, experience, capabilities, availabilities, and all factors deemed necessary to make a formal recommendation as required herein. Any misinformation or omission may disqualify a firm from consideration. The recommended firm(s) will represent to the selection committee the best available from among the pool of respondents with regard to Firm Capabilities, Staff Experience, References, Team, Process and Risk Profile offered for the delivery of a Best Practice/State of the Art hospital based, Academic Medical Center, Follow-Up Clinic, Observation Unit, and/or Pharmacy at the University Hospital.

Page 22: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �17� of � NUMPAGES �26�

EVALUATION FACTORS: 7.1.1 5% Tab 6.1 Firm Capabilities 7.1.2 20% Tab 6.2 Staff Experience

7.1.3 5% Tab 6.3 References 7.1.4 15% Tab 6.4 Team 7.1.5 25% Tab 6.5 Process 7.1.6 10% Tab 6.6 Design Phase Schedule 7.1.7 20% Tabs 6.6 – 6.10 Risk Analysis

100%

Page 23: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �18� of � NUMPAGES �26�

Appendix I /

Appendix II /

Page 24: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �19� of � NUMPAGES �26�

Appendix III /

Appendix IV /

Page 25: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �20� of � NUMPAGES �26�

/Appendix V

Page 26: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �21� of � NUMPAGES �26�

/

Page 27: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �22� of � NUMPAGES �26�

/Appendix VI

Page 28: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �23� of � NUMPAGES �26�

/

/

/

/

/

/

Page 29: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �24� of � NUMPAGES �26�

/Appendix VII

Appendix VIII

Page 30: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �25� of � NUMPAGES �26�

/

Exhibit A Documents Available On-Line

ACCESS INSTRUCTIONS

1. Document may be accessed on line at: 1.1. Project Implementation Plan

� HYPERLINK "http://app.e-builder.net/public/PublicFolderView.aspx?FolderID=%7b1cdfa710-26be-4e2b-8976-5bc96b7821ba%7d" �http://app.e-builder.net/public/PublicFolderView.aspx?FolderID={1cdfa710-26be-4e2b-8976-5bc96b7821ba}�

1.2. All other Documents � HYPERLINK "http://app.e-builder.net/public/PublicFolderView.aspx?FolderID=%7ba692b20a-0584-4024-8e78-470985c55830%7d" �http://app.e-builder.net/public/PublicFolderView.aspx?FolderID={a692b20a-0584-4024-8e78-470985c55830}�

DOCUMENTS AVAILABLE 1. BUILDING NAMING DIAGRAM - illustrates the New Tower, 1981 Building and 1968

Building

2. MASTER ZONING DIAGRAM - Ground and 3rd Floor with Project Area Illustrated

3. EXISTING CONDITIONS DOCUMENTS – Within the last 6 months, UHS commissioned a consultant to produce a set of updated Existing Conditions Documents for this floor. The most recent versions are available 3.1. Ground and 3rd Floor As-Built CAD Documents (complete) 3.2. Ground and 3rd Floor Systems Evaluation Report (in progress)

4. PHASE “0” RENOVATION CONSTRUCTION DOCUMENTS – Phase “0” Renovations

will alter the existing conditions within the third floor project area to some extent. They illustrate what will be the state of the space when it is vacated to accept the new Clinic.

Page 31: DATE: September 27, 2012 University Health System ...hr.universityhealthsystem.com/purchasing/pdf/847A.pdf · Answer 8: Firms will be evaluated based on the evaluation factors listed

University Health System /Capital Improvement Program

Renovations – Phase “2” Clinic, Observation Unit and Pharmacy Request For Qualifications

Renovations - Phase “2” Clinic, Observation Unit and Pharmacy RFQ–212-09-045-SVC � PAGE �26� of � NUMPAGES �26�

4.1. Chesney Morales Phase “0” Construction Documents

5. SAMPLE ARCHITECT/ENGINEER AGREEMENT 5.1. Contract Form 5.2. All Contract Exhibits except Exhibit M 5.3. Contract Exhibit M (modified) 5.4. Project Implementation Plan

6. UHS STANDARDS

7. OBSERVATION UNIT STUDIES

7.1. Preliminary Space Program 7.2. Preliminary Layout Studies

8. PRE-SUBMITTAL CONFERENCE DOCUMENTS 8.1. Sign In Sheet 8.2. Meeting Minutes