278
SOLICITATION, OFFER, ACCEPTANCE, AND AWARD 1. Date Solicited October 20, 2015 2. Solicitation Number RFCSP-215-09-039-CNST 3. Type of Solicitation RFCSP 4. Date of Award 5. Contract Number 6. Issued By: 7. Mail Or Hand Deliver Bids/Offers To: 8. Due date for bids/offers: November 20, 2015 University Health System Attn: Purchasing Department Solicitation: RFCSP-215-09-039-CNST 9. Time Due for bids/offers: 2:00 PM CST 355-2 Spencer Lane San Antonio, TX 78201 SOLICITATION (Cabinets and Counter Top Replacement at TDI - West Dialysis Clinic) 10. Sealed Bids an original (signed in blue ink), one (1) copy and one (1) flash drive for furnishing the services in the Schedule will be received at the place, date, and time specified in Items 7, 8 and 9. Bids received at any other location or after the due date and time specified will be disqualified. Awards are posted on the University Health System (Health System) website at www.UniversityHealthSystem.com/bid-archive. Respondents may NOT contact any Health System employee or representative regarding this solicitation. All contact must be made through the Purchasing Department. All responses are subject to all terms and conditions attached to this solicitation. Any additions, changes or deletions to any part of this solicitation, including the terms and conditions hereto attached, may render your proposal non- responsive and disqualify you from the solicitation process. 11. A. For information contact: Amanda K. Sauceda B. E-mail: [email protected] C. Telephone No. 210-358-913 D. Fax No. 210-358-9145 OFFER (All information must be filled in completely by bidder or your proposal may be disqualified) 12. In compliance with the above, the vendor agrees that if this proposal is accepted within 120 calendar days from the date of receipt for offers specified above, the vendor will furnish any or all services/items at the prices offered, delivered at the designated point(s), and within the time specified in the schedule. 13. Acknowledgement of Amendments: In the event of an amendment(s) to this solicitation, the amendment document will be posted under this solicitation at www.UniversityHealthSystem.com/bids five days before the proposal close date. Vendor acknowledges receipt of the following amendments/addenda: ________________________ Acknowledgement of all amendments is mandatory. Omission may render your proposal non-responsive. 14. Discount for Prompt Payment: 10 Calendar Days 20 Calendar Days 30 Calendar Days __ Calendar Days ___________% ____________% ___________% ___________% 15. Size of Business: Small Large * Provide any Certifications, if available, and complete the attached Vendor Questionnaire. 16. Type of Ownership: Minority Owned Woman Owned Veteran Owned Disadvantaged(SDB) HUB Not Applicable 17. Name and Address of vendor Company Name _________________________________ Contact Name _________________________________ Address _________________________________ City, State & Zip _________________________________ Telephone No. _________________________________ Fax No. _________________________________ E-mail address: __________________________________ 18. Name and Title of Person Authorized to Sign Offer (Failure to sign shall result in rejection of offer) Print Name _________________________________________ Title _________________________________________ Signature * _________________________________________ Original must be signed in Ink. Date _________________________________________ * By affixing your signature you certify that you have authority to bind your company to the pricing, terms and conditions contained herein. ACCEPTANCE AND AWARD (to be completed by University Health System) 19. Acceptance of the following items: _______________________________ ________________________________ 20. Term of the contract: _____________________ _____________________ 21. Amount of Award: $ __________________ 23. University Health System: ______________ Felix Alvarez Director, Procurement Services 22. Accounting & Appropriation: __________________________

SOLICITATION, OFFER, ACCEPTANCE, AND AWARDhr.universityhealthsystem.com/purchasing/pdf/1015.pdf · Attendance is not mandatory but is strongly encouraged. ... The University Health

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

  • SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

    1. Date Solicited

    October 20, 2015

    2. Solicitation Number

    RFCSP-215-09-039-CNST

    3. Type of Solicitation

    RFCSP

    4. Date of Award

    5. Contract Number

    6. Issued By:

    7. Mail Or Hand Deliver Bids/Offers To: 8. Due date for

    bids/offers:

    November 20, 2015 University Health System

    Attn: Purchasing Department

    Solicitation: RFCSP-215-09-039-CNST 9. Time Due for bids/offers:

    2:00 PM CST 355-2 Spencer Lane

    San Antonio, TX 78201

    SOLICITATION (Cabinets and Counter Top Replacement at TDI - West Dialysis Clinic)

    10. Sealed Bids – an original (signed in blue ink), one (1) copy and one (1) flash drive for furnishing the services in the

    Schedule will be received at the place, date, and time specified in Items 7, 8 and 9. Bids received at any other location or

    after the due date and time specified will be disqualified. Awards are posted on the University Health System (Health

    System) website at www.UniversityHealthSystem.com/bid-archive. Respondents may NOT contact any Health System

    employee or representative regarding this solicitation. All contact must be made through the Purchasing Department. All

    responses are subject to all terms and conditions attached to this solicitation. Any additions, changes or deletions to

    any part of this solicitation, including the terms and conditions hereto attached, may render your proposal non-

    responsive and disqualify you from the solicitation process. 11. A. For information contact:

    Amanda K. Sauceda B. E-mail:

    [email protected]

    C. Telephone No.

    210-358-913 D. Fax No.

    210-358-9145

    OFFER (All information must be filled in completely by bidder or your proposal may be disqualified)

    12. In compliance with the above, the vendor agrees that if this proposal is accepted within 120 calendar days from the date

    of receipt for offers specified above, the vendor will furnish any or all services/items at the prices offered, delivered at the

    designated point(s), and within the time specified in the schedule.

    13. Acknowledgement of Amendments: In the event of an amendment(s) to this solicitation, the amendment document

    will be posted under this solicitation at www.UniversityHealthSystem.com/bids five days before the proposal close date. Vendor acknowledges receipt of the following amendments/addenda: ________________________ Acknowledgement of all amendments is mandatory. Omission may render your proposal non-responsive. 14. Discount for Prompt Payment: 10 Calendar Days 20 Calendar Days 30 Calendar Days __ Calendar Days ___________% ____________% ___________% ___________% 15. Size of Business: Small Large

    * Provide any Certifications, if available, and

    complete the attached Vendor Questionnaire.

    16. Type of Ownership: Minority Owned Woman Owned Veteran Owned Disadvantaged(SDB) HUB Not Applicable

    17. Name and Address of vendor Company Name _________________________________

    Contact Name _________________________________

    Address _________________________________

    City, State & Zip _________________________________

    Telephone No. _________________________________

    Fax No. _________________________________

    E-mail address: __________________________________

    18. Name and Title of Person Authorized to Sign Offer (Failure to sign shall result in rejection of offer)

    Print Name _________________________________________

    Title _________________________________________

    Signature * _________________________________________

    Original must be signed in Ink.

    Date _________________________________________

    * By affixing your signature you certify that you have authority to bind

    your company to the pricing, terms and conditions contained herein.

    ACCEPTANCE AND AWARD (to be completed by University Health System)

    19. Acceptance of the following items:

    _______________________________

    ________________________________

    20. Term of the contract:

    _____________________

    _____________________

    21. Amount of Award:

    $ __________________ 23. University Health System:

    ______________ Felix Alvarez

    Director, Procurement Services

    22. Accounting & Appropriation:

    __________________________

    http://www.universityhealthsystem.com/bid-archivemailto:[email protected]://www.universityhealthsystem.com/bids

  • Company Name: _____________________________________________________ RFCSP-215-09-039-CNST

    Page 2 of 20

    BEXAR COUNTY HOSPITAL DISTRICT RFCSP-215-09-039-CNST

    DUE: November 20, 2015 @ 2:00PM CST

    Cabinets and Counter Top Replacement at TDI - West Dialysis Clinic ____________________________________________________________________________

    I. INVITATION TO RESPOND

    II. INSTRUCTIONS

    A. Important Bidding Instructions

    B. Additional Terms and Conditions

    C. Business Associate Information

    D. Proposal Format

    E. Evaluation and Selection Criteria

    F. Decision Criteria Award Matrix

    G. Respondent Checklist

    H. Respondent Question Form

    III. COMPANY RESPONSE

    Project Background

    A. Specification

    B. Pricing

    C. Schedule

    D. Submittal Documents

    Good Faith Effort Plan

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 3 of 20

    BEXAR COUNTY HOSPITAL DISTRICT

    RFCSP-215-09-039-CNST

    DUE: November 20, 2015 @ 2:00PM CST

    Cabinets and Counter Top Replacement at TDI - West Dialysis Clinic ____________________________________________________________________________

    I. INVITATION TO RESPOND

    The Bexar County Hospital District d/b/a University Health System, herein after ‘the Health

    System,’ is a political subdivision of the State of Texas, and is a nationally-recognized

    academic medical center owned by the people of Bexar County. The Health System is San

    Antonio’s only Magnet healthcare organization. Magnet is a designation of the American

    Nurses’ Credentialing Center and is the “gold standard” of excellence in patient care.

    Accredited by The Joint Commission, the Health System serves as the primary teaching

    locations for The University of Texas Health Science Center at San Antonio and is in the top

    one percent of the country for going “paperless” with electronic medical records. Since 2008,

    the Health System has been included among the American Hospital Association’s list of the

    100 Most Wired Hospitals and Health Systems.

    Clinical locations include University Hospital, a 498-occupied bed acute care hospital and

    South Texas’ Lead Level I trauma center; 16 clinics throughout Bexar County providing

    primary, specialty, and preventive health services; and four outpatient dialysis centers.

    University Health System is the joint owner of San Antonio AirLIFE, one of the nation’s

    most recognized emergency air medical transport services. Subsidiary organizations of the

    Health System include Community First Health Plans, a nonprofit HMO, and Community

    Medicine Associates, a nonprofit physician practice. Learn more online at

    www.UniversityHealthSystem.com.

    The Health System is requesting sealed proposals for Cabinet and Counter Top Replacement at

    University Health System, TDI - West Dialysis.

    Respondents must submit proposals according to the Specifications and Standard Purchasing

    Terms and Conditions contained herein.

    Respondents are invited to submit proposals (one marked ORIGINAL) and one (01) for this

    project along with one (1) flash drive.

    All information required in this solicitation shall be furnished or the response may be deemed

    non-responsive. The respondent shall print or type his or her name and manually sign the

    Solicitation, Offer, Acceptance, and Award page section 18, and Proposal Schedule (if

    applicable).

    http://www.universityhealthsystem.com/

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 4 of 20

    Solicitation responses shall be enclosed in a sealed envelope/package. The name and address of

    the vendor, the date and hour of the opening, solicitation number, and title of the solicitation must

    be marked on the outside of the package. Any costs incurred during the development,

    preparation, and submission of solicitation responses shall be borne solely by the respondent.

    Proposals will be received at the following location:

    University Health System - Business Center

    Purchasing Department

    355-2 Spencer Lane, 2nd

    Floor

    San Antonio, TX 78201

    Submissions must be received no later than 2:00 P.M. November 20 2015. Any submission

    after 2:00 P.M. will be returned to the respondent unopened.

    Vendor’s questions regarding any aspect of this solicitation shall be submitted exclusively to

    Procurement, Contract Specialist, Amanda Sauceda, no later than 5:00pm, November 4, 2015

    via the following e-mail address: [email protected]

    Questions should be asked in consecutive order, from beginning to end, following the

    organization of the solicitation. Each question should begin by referencing the solicitation page

    number and section number to which it relates. Questions received after the date and time

    identified in the preceding paragraph shall not be addressed, answered, nor responded to. All

    timely vendor questions and Health System answers will be posted as an amendment to this

    solicitation via www.UniversityHealthSystem.com/bids in the “Amendments” section of the

    online solicitation.

    NON-MANDATORY PRE-SUBMITTAL CONFERENCE AND SITE INSPECTION:

    The non-mandatory pre-submittal conference will be held at the Texas Diabetes Institute, 701 S.

    Zarzamora St., San Antonio, Texas 78207 on Wednesday, October 28, 2015 @ 10:30 A.M.,

    TDI Conference room. Please report to the lobby area of the Dialysis building. Attendance

    is not mandatory but is strongly encouraged.

    The process of evaluating the proposals and conducting any subsequent interviews may extend, at

    a minimum, one month following the solicitation deadline.

    No unlawful discrimination will be made against vendors or contractors, because of race,

    color, religion, sex, age, national origin, physical disability/handicap, or mental

    disability/handicap.

    The University Health System reserves the right, in its sole discretion, to reject any and all

    proposals, to waive any informality, or to change the listed dates.

    NOTE TO OFFERORS

    UNIVERSITY HEALTH SYSTEM IS A MEMBER

    OF THE FOLLOWING BUYING GROUPS:

    MEDASSETS (HSCA), AMERINET, FIRST CHOICE, U. S. COMMUNITIES,

    PURCHASING SOLUTIONS ALLIANCE, AND THE TEXAS DEPARTMENT

    OF INFORMATION RESOURCES (DIR)

    mailto:[email protected]://www.universityhealthsystem.com/bids

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 5 of 20

    GENERAL CONDITIONS

    GPOs: If respondent is awarded a contract for services/items that fall under a Group Purchasing

    Organization (GPO) contract, all sales will be reported back to that GPO.

    If Yes, what GPO?

    YES________ NO_________ (initial)

    PAYMENT TERMS: _________% - 10 DAYS (Must be filled in)

    _________% - 20 DAYS

    _________% - 30 DAYS

    DELIVERY [If Applicable]:

    Vendor’s promised delivery: on or before _________ calendar days after receipt of order.

    Delivery: F.O.B. Destination, (unloaded onto dock), freight prepaid to:

    University Health System

    Attention – Receiving

    4502 Medical Drive

    San Antonio, TX 78229

    Special note: The Health System does not pay freight. If, for whatever reason, vendor must charge

    freight, it needs to be incorporated into the unit cost of the item and will be evaluated as part of the

    standard price of the proposal.

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 6 of 20

    BEXAR COUNTY HOSPITAL DISTRICT

    RFCSP-215-09-039-CNST

    DUE: November 20, 2015 @ 2:00PM CST

    Cabinets and Counter Top Replacement at TDI - West Dialysis Clinic ____________________________________________________________________________

    II. INSTRUCTIONS

    A. Important Bidding Instructions 1. Notice to all Contractors/Vendors/Suppliers: You must register on our website,

    http://www.UniversityHealthSystem.com/vendors to be eligible to submit

    bids/proposals for this and all future formal/informal opportunities.

    2. Registration is good for a two-year period.

    3. Documents required include:

    a. Workforce Composition b. Vendor Questionnaire (completed on website) c. Conflict of Interest Questionnaire d. Form W9 (Request for Taxpayer Identification Number and Certification)

    This information will be used to enter your business into the Health System

    purchasing data base primarily for the purpose of payment and for notification of

    future bidding opportunities.

    4. Bid opportunities may currently be found in the San Antonio Express-News. Construction/architectural engineering projects are usually advertised in the Sunday

    edition.

    5. Online bid opportunities are available on the Health System website: www.UniversityHealthSystem.com/bids

    6. All questions regarding any solicitation must be submitted in writing, by e-mail, mailed, or hand-carried, and addressed to the Purchasing staff member assigned to

    the solicitation.

    7. A copy of the vendor’s Insurance Certificate.

    http://www.universityhealthsystem.com/vendorshttp://www.universityhealthsystem.com/bids

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 7 of 20

    8. A copy of the vendor’s Workers’ Compensation Insurance Certificate must be on file with the Health System’s Safety Officer for awards requiring the vendor’s personnel

    to perform services on Health System premises. No award will be made unless this

    document is on file.

    9. The Bexar County Hospital District d/b/a University Health System is a political subdivision of the State of Texas and by law is a tax-exempt entity.

    10. Warranty: Include terms, routine hours of operation, and after-hours rates.

    11. For the purpose of evaluation of offers and award, respondents agree to hold their offers for one hundred twenty (120) days.

    12. Price must remain firm and fixed for the duration of the contract term.

    13. This proposal must be signed by a company official who is authorized to bind

    the respondent. By signing the proposal, the respondent acknowledges that all

    facts contained in it are true to the respondent’s best knowledge and that the

    Health System may rely upon such.

    14. A vendor who does not respond to this solicitation by the due date will be eliminated from the selection process. Responses are due to Purchasing in

    accordance with the specifications of this solicitation.

    B. Additional Terms and Conditions

    1. The issuance of this solicitation does not imply any commitment on the part of the Health System nor any of its individual representatives to accept in

    part or in whole any of the submitted proposals.

    2. The Health System will independently verify the respondent’s ability to perform as proposed. Referenced client lists are to be provided as specified.

    3. The Health System is a governmental entity subject to the Texas Open Records Act. The entire contents of all submission become part of public

    record. All documentation considered a trade secret or proprietary shall be

    marked “Confidential.” If confidential information is requested from an

    outside source, notification will be given to respondent.

    4. This solicitation is a formal competitive process. All questions or other matters related to this solicitation are to be directed to the Director of

    Purchasing or his designee only. Any respondent, including those currently

    contracted with the Health System, who fails to comply with this limitation,

    may be disqualified from the selection process.

    5. The Health System reserves the right to reject any or all responses or to award the contract to another respondent(s) if the successful respondent(s) does not

    execute a contract within thirty (30) days after the acceptance of the

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 8 of 20

    response by the Health System.

    6. The Health System reserves the right to request clarification of information submitted and to request additional information of one or

    more applicants.

    7. Any response may be withdrawn up to the date and time specified for the submission of the responses. Any response not so withdrawn shall

    constitute an irrevocable offer, for a period of one-hundred twenty (120)

    days, to provide to the Health System the services proposed, or until one or

    more of the responses have been accepted and approved by the Health

    System.

    8. Any agreement or contract resulting from the acceptance of a response shall be approved by the Health System. The contract shall contain, at a

    minimum, applicable provisions of this solicitation. The Health System

    reserves the right to reject any agreement that does not conform to the terms

    and conditions and any Health System requirements for agreements and

    contracts.

    9. Respondents who submit a response to this solicitation does so at their own expense. The Health System will not pay or reimburse any respondent’s

    costs related to this solicitation or negotiation of any contract.

    10. The Health System reserves the right, in its sole discretion, to modify or suspend any and all aspects of the selection process, including, but not

    limited to this solicitation, and all or any portion of the selection process

    subsequent to the solicitation, to obtain further information from any

    respondent, to waive any defects as to form or content of the solicitation or

    any other step in the selection process, to reject any and all responses

    submitted, and to accept or reject any respondent for entry into any contract.

    11. By respondent’s submission of a response to this solicitation, each respondent waives any claim against the Health System or Health System

    property by reason of any or all of the following: any aspect of this

    solicitation, the selection process or any part thereof, any informalities or

    defects in the selection process, entering into any agreement, the failure to

    enter into an agreement, any statements, representations, acts, or omissions of

    the Health System, the exercise of any discretion set forth in or concerning

    any of the foregoing, and any other matters arising out of all or any of the

    foregoing.

    12. Contract Term and Extension Option

    a. Contract Term: The contract will be awarded for the term listed above, commencing from the date of award. If delays in the proposal process result in an adjustment of the anticipated contract effective date, the bidder agrees to accept a contract for the full term of the contract.

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 9 of 20

    b. Contract Extension Option: This contract may be extended for the number of option years listed above. Any extension of this contract under this provision will be put into effect by mutual agreement between Health System and the Contractor, with written notification being provided to the Contractor by Health System. The original terms and conditions will remain in effect for any extension period. Unless otherwise noted in this RFP (or any Addendum thereto), pricing for each optional year is to remain the same as the final year of the original contract term.

    13. Contract Transition

    In the event services end by either contract expiration or termination, it shall

    be incumbent upon the Contractor to continue services, if requested by the

    Director of Purchasing, until new services can be completely operational.

    The Contractor acknowledges its responsibility to cooperate fully with the

    replacement Contractor and Health System to ensure a smooth and timely

    transition to the replacement Contractor. Such transitional period shall not

    extend more than one-hundred twenty (120) days beyond the expiration

    date of the contract, or any extension thereof. The Contractor will be

    reimbursed for services during the transitional period at the rate in effect

    when the transitional period clause is invoked by Health System.

    14. Precedence of the Health System’s Standard Terms and Conditions

    The contract resulting from this procurement shall consist of the

    specification included herein, U n i v e r s i t y Health System’s Standard

    Terms and Conditions, any amendment to this RFP, the Contractor’s

    proposal, and Health System’s Contract Term Sheet.

    In the event of a conflict between the provisions of this RFP, including

    any amendments to this RFP, and the bidder’s proposal, the RFP and/or

    the amendment shall govern.

    15. Advertising The Contractor shall not use the Health System’s name, logos, images, or any data or results arising from this contract as a part of any commercial advertising without first obtaining the prior written consent of the Director of Purchasing and the Vice President of Corporate Communications.

    16. License and Permits

    The Contractor shall obtain and maintain in full force and effect all

    required licenses, permits, and authorizations necessary to perform this

    contract. The Contractor shall supply the Health System with evidence of

    such licenses, permits, and authorizations. This evidence shall be

    submitted subsequent to the contract award. All costs associated with any

    such licenses, permits, and authorizations shall have been included by the

    Contractor in its proposal.

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 10 of 20

    C. Business Associate Information 1. Safeguards: Business Associate agrees to use appropriate safeguards to

    prevent use or disclosure of the PHI other than as provided for by this

    Agreement or by law. Business Associate agrees to implement a

    comprehensive written privacy and security program that includes

    administrative, physical and technical safeguards that reasonably and

    appropriately protect the confidentiality, integrity and availability of ePHI that

    it creates, receives, maintains or transmits on behalf of Covered Entity in

    compliance with the HITECH Act. Business Associate agrees to provide

    Covered Entity with Business Associate’s a copy of its privacy and security

    program prior to the execution of this Agreement. Business Associate further

    agrees to provide Covered Entity with information concerning such

    safeguards as Covered Entity may from time to time request.

    D. Proposal Format

    The Health System desires that the response to the solicitation be as succinct as

    possible, while still providing sufficient information for evaluation of the

    respondent’s qualifications, approach, and ability to meet the Health System’s

    needs in a responsive and cost-effective manner. In that regard, the Health

    System requests that the responses generally follow the outline format below, and

    that the vendor address all of the questions posed in this solicitation.

    1. Proposal Cover Sheet: Identify the respondent name, its home office and branch office, if any, to provide services in this proposal. Include the name,

    address, phone number, fax number, and e-mail for the primary contact

    assigned to this project.

    2. Table of Contents: A listing of the required sections of the response with appropriate page numbers.

    3. Respondent Background: Provide general history and experience performing services for public clients. Include specific information

    concerning the location of headquarters and branch offices that will be

    providing services, the number of years providing services.

    4. Responses must include a list of organizations that may be contacted as references for the respondent’s work. At least three references must be

    provided and at least two must be public entities similar to the Health

    System. Listed organizations may be contacted to determine the quality of

    the work performed, personnel assigned to the project, and final product

    rating. The following must be included for each reference:

    a. Name, address, phone number, and email address of the client

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 11 of 20

    b. Description of the type of services performed and the length of engagement

    c. Names of the primary staff assigned to the project

    5. Contract Terms and Conditions: In submitting a response, the respondent will be deemed to have agreed to each clause of the solicitation and the

    Health System’s Standard Purchase Terms and Conditions unless the

    vendor’s response clearly identifies an objection, sets forth the basis for the

    objection, and provides substitute language addressing the respondent’s

    concerns.

    NOTE: If a company is taking exception to the UHS Standard Terms

    and Conditions, the company must submit with the response the

    proposed exceptions. Any sections that are not applicable indicate so by

    placing “N/A” beside the appropriate section. Any other revisions to the

    UHS terms and conditions will have to be approved by the Procurement

    Services Department and UHS Legal Counsel. However, if a company

    presents what is considered excessive exceptions or additions to UHS

    Standard Terms and Conditions as deemed unacceptable or not in the

    best interest to UHS, UHS reserves the right to consider the proposer

    non responsive and therefore will be removed from consideration.

    non responsive and therefore will be removed from consideration.

    6. Submission of Electronic Documents: The Health System is restricting how it accepts or receives information on portable storage devices. Any

    portable storage devices received that are not compliant with the below

    requirements may not be accepted. The Health System will only receive

    documents, pictures, data, and other information on approved,

    encrypted thumb drives. The approved encrypted thumb drives the

    Health System is standardizing to are the Kingston Data Traveler Vault

    Privacy 3.0 and the LOK-it. The approved thumb drive manufacturer

    numbers are;

    Size Manufacturer #

    4GB TL6731

    8GB TL6733

    16GB TL6729

    32GB TL6730

    64BG TL6732

    E. Evaluation and Selection Criteria

    Each proposal will be evaluated on its responsiveness to the questions contained

    in this solicitation regarding the respondent’s experience and qualifications, scope

    of services, quantitative capabilities, organizational and financial stability, and

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 12 of 20

    compensation requirements. The Health System, at its sole discretion, may

    select more than one vendor(s) which best serve the Health System’s

    interests. Each respondents proposal will be evaluated on the Decision Criteria

    Award Matrix listed below and include but are not limited to those criteria.

    NOTE:

    As part of the selection process, respondent(s) may be asked to make oral presentations.

    If an oral presentation is requested, the respondent(s) may be asked to elaborate on

    elements of its response and to demonstrate its understanding of the Health System

    request.

    This solicitation or request to make an oral presentation shall not obligate the Health

    System to accept or contract for any services whatsoever. The Health System reserves

    the right to request additional information or material deemed necessary to assist in the

    selection process and to modify or alter any or all of the requirements herein. In the

    event of a modification, all respondent(s) who submit responses will be given an

    opportunity to modify their responses in the specific areas affected.

    The Health System reserves the right to award one contract to a single or multiple

    companies after receipt of proposals, without further discussion. Therefore, we

    emphasize the importance of submitting the most favorable terms in the initial response.

    Material exceptions to the solicitation, including terms and conditions, delivery,

    specifications, or payment terms may constitute grounds for rejection of the submission.

    However,

    University Health System requires all vendors to obtain a credential that will have access

    to any of our facilities as a vendor or contractor. University Health System has partnered

    with VCS (Vendor Credentialing Services) credentialing services. Vendor is solely

    responsible for any and all costs incurred by it as part of the credentialing process.

    Please visit www.vcsdatabase.com to complete your registration. NOTE: This process

    only applies to the awarded vendor(s). Awarded vendor(s) and contractors must have all

    staff that will be on any UHS facility to submit to this process. Only those approved

    employees will be allowed to enter any UHS facility as a vendor or contractor.

    F. Decision Criteria and Award Matrix In addition to the information submitted in the AIA Document AIA Document A305,

    Contractor’s Qualification Statement, proposals will be evaluated utilizing the Decision

    Matrix below:

    ADMINISTRATIVE EVALUATION

    MAX

    POINTS

    Organizational Stability and Longevity: Contractor has been in continuous

    business as a General Contractor and has had an office in Bexar County for a

    minimum of seven (7) years. References: Provide a letter of reference for at

    least three (3) previous projects. Respondent SHOULD NOT UTILIZE The

    20

    http://www.vcsdatabase.com/

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 13 of 20

    University Health System as a reference to the RFCSP. Each letter of reference

    should include the following: (a) Owner Point of Contact, (b) Respondents Point

    of Contact, (c) Length of the business relationship with the owner. Litigation:

    List any current, pending, or past litigation between the owner and contractor or

    contractor and architect. Describe the issue and how it was resolved.

    Proposed Project Schedule and Project Schedule Completion Dates: (a)

    Provide information regarding contractors experience in meeting completion

    dates and meeting benchmark deadlines during the course of the project.

    (b) Provide information regarding contractor’s correction of warranty items and

    project close-out.

    15

    Past Performance of work, Safety Record and Project Team: Contractor

    must be able to perform at least 15% of the work on previous projects as well as

    on this project. The contractor’s management and senior staff shall have no less

    than seven (7) years of experience with projects of similar size and complexity.

    (a) Provide resumes for all project management staff, lead superintendent, and

    field engineer. (b) Provide contractors safety record for the past five (5) years.

    25

    Pricing: Scoring will be based upon the overall pricing structure for the

    company’s proposal. It will take into consideration payment options and any

    additional costs associated with implementing the service. 40

    Total Points 100

    G. Respondent Checklist

    This checklist is provided solely for the respondent's convenience and identifies the documents to be

    submitted with each response. Any response received without required documents may be rejected

    as being non-responsive.

    Complete online Vendor Registration at www.UniversityHealthSystem.com/vendors

    Signed Solicitation, Offer, Acceptance, and Award page

    Signed University Health System Standard Purchase Terms and Conditions (found in Required

    Documents PDF on website)

    Vendor Questionnaire (found at www.UniversityHealthSystem.com/vendors )

    1. Complete questionnaire online. 2. Print completed form & attach to response.

    Conflict of Interest Questionnaire (found in Required Documents PDF on website)

    Workforce/Employee Composition Form (found in Required Documents PDF on website)

    Vendor’s Insurance Certificate

    Copy of Vendor’s Workers’ Compensation Coverage

    Form W-9, Request for Taxpayer Identification Number and Certification (found in Required

    Documents PDF on website)

    http://www.universityhealthsystem.com/vendorshttp://www.ga.wa.gov/PCA/SL/ExternalForms/Contracting/GAModelCombinedIFBContract.doc#_BIDDER’S_AUTHORIZED_OFFER_1#_BIDDER’S_AUTHORIZED_OFFER_1http://www.universityhealthsystem.com/vendors

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 14 of 20

    *Copy of vendor’s Affirmative Action Plan or Policy

    IMPORTANT

    It is mandatory that forms be completed properly in order

    for your response to be valid. Any responses received that do

    not have the required forms, signatures, and/or do not have

    correct number of copies may be declared non-responsive.

    *An affirmative action plan should reflect respondent’s

    current practice as it pertains to equal employment

    opportunities in full compliance with applicable Federal and

    State laws and regulations.

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 15 of 20

    RFCSP-215-09-039-CNST

    Cabinet and Counter Top Replacement at TDI - West Dialysis Clinic

    QUESTIONS DUE: November 4, 2015 @ 5:00 P.M.

    RESPONDENT QUESTION FORM ONE QUESTION PER FORM

    Company Name: ___________________________________________________________

    QUESTION:

    ______________________________________________

    ______________________________________________

    ______________________________________________

    ______________________________________________

    ______________________________________________

    ______________________________________________

    ______________________________________________

    ______________________________________________

    ______________________________________________

    Submitter Signature: _______________________________ Date: __________________

    Title: ____________________________________________

    --------------------------------------------------------------------------------------------------------------------- FOR HEALTH SYSTEM USE ONLY

    IFB #: __________________

    ANSWER PROVIDED ON AMENDMENT #:________ DATE AMENDMENT ISSUED: _________

    PROJECT MANAGER’S SIGNATURE: ___________________________ DATE: ____________

    PROJECT MANAGER’S TITLE: _________________________________

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 16 of 20

    BEXAR COUNTY HOSPITAL DISTRICT

    RFCSP-215-09-039-CNST

    DUE: November 20, 2015 @ 2:00PM CST

    Cabinets and Counter Top Replacement at TDI - West Dialysis Clinic ____________________________________________________________________________

    III. COMPANY RESPONSE

    Project Background

    The University Health System is soliciting sealed proposals for the cabinet/millwork

    replacement in the dialysis treatment area of the West Dialysis Clinic located at 701 S.

    Zarzamora St, San Antonio, Texas, in accordance with the attached specification

    document.

    A. Specification Work to be performed in Accordance with the attached Specification document.

    B. Pricing Please submit price in accordance with the attached Project Book.

    C. Schedule Please submit project schedule based on scope provided above.

    D. Submittal Documents For the purposes of evaluation and acceptance, submit one complete Project Book with

    all the correct forms and documents completed.

    In a separate package submit all the necessary documents that supports your ability to

    perform the services as requested in the Decision Criteria.

    Tab No. Items and Supporting Documents

    1 Complete Signed RFP document

    2 Respondent Checklist documents

    3 Organizational Stability and Longevity

    4 Proposed Project Schedule and Project Schedule Completion Dates

    5 Past Performance of work, Safety Record and Project Team

    6 Pricing

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 17 of 20

    KEY EVENTS SCHEDULE

    Critical solicitation schedule milestones are:

    Issue RFP: October 20, 2015

    Pre-Submittal Conference October 28, 2015 at 10:30 A.M. CST

    Due Date for Questions November 4, 2015 at 5:00 P.M. CST

    RFP Submittal Deadline November 20, 2015 at 2:00 P.M. CST

    Est. date for Evaluations Week of December 1, 2015

    NOTE: The dates are subject to change depending on number of responses received or other

    unforeseen circumstances. UHS will make every effect to communicate changes.

    SUBCONTRACTING: Please indicate how much and of which discipline(s) you intend to

    subcontract to another firm. If your firm intends to perform the services for all listed

    disciplines then provide a statement to that effect. If you intend to subcontract any discipline,

    then provide the information for the subcontracting firm as part of your submittal package.

    UHS reserves the right to accept or decline any subcontracted firms. The respondent is

    required to submit a Good Faith Effort Plan form and all SMWBE certification certificates for

    the respondent or their subcontractors as part of the submittal package. Respondent and/or their

    agents may contact the Supplier Diversity Coordinator at 210-358-9114 for assistance or

    clarification with issues specifically related to the Small, Minority, and Woman Business

    (SMWBE) Program policy and/or completion of the Good Faith Effort Plan form at the end of

    this solicitation. The Good Faith Effort Plan form is attached to the end of this document.

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 18 of 20

    Good Faith Effort Plan for Prime Vendors Name and Number of Proposal: ____________________________________________________

    SECTION I – CONTACT INFORMATION

    Contractor Information: _________________________________________________________

    Name of Business: _____________________________________________________________

    Address: _____________________________________________________________________

    City: _____________________ State: __________________ Zip:

    _______________________

    Contact Person: __________________________ Telephone:___________________________

    Email Address:____________________________ Fax: _______________________________

    Is your firm certified? __Yes __No If Yes, which certifying agency?: _________________

    Type of Certification (check all that are applicable and provide a copy of the certificate)

    _SBE _WBE _MBE _DIBE _VBE

    SECTION II – UTILIZED SMWVBE VENDORS

    List all subcontractor/suppliers that will be utilized on this project. Bidders will be required to

    provide reports of the actual payments to all subcontractors which will be used for SMVBE

    participation tracking purposes.

    Name & Address of

    Company

    Scope of Work to be

    performed or

    supplied

    Estimated Total

    Contract Amount ($)

    Certification Type

    (SBE,WBE, MBE,

    ETC.)

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 19 of 20

    SECTION III – GOOD FAITH EFFORT

    A. List all the firms you contacted with the subcontracting opportunities for this project that

    will not be utilized for the contract. Written notices to firms contacted by the bidder for

    the specific scopes of work identified for those opportunities must be provide not less

    than 5 business days prior to the bid/proposal due date. Please submit copies of the

    written notices to all firms contacted with this document.

    Name & Address of

    Company

    Scope of Work to be

    performed or

    supplied

    Date Written Notice

    was Sent

    Certification Type

    (SBE,WBE, MBE,

    ETC.)

    B. Did you contact any trade organizations/minority organizations to advertise the

    subcontracting opportunity? If so, please list which organizations:

    ___________________________________________________________________________

    ___________________________________________________________________________

    C. Please list any additional outreach activities or advertising done for this project:

    ___________________________________________________________________________

    ___________________________________________________________________________

  • Company Name: ____________________________________________ RFCSP-215-09-039-CNST

    Page 20 of 20

    SECTION IV: AFFIRMATION

    I hereby affirm that the above information is true and complete to the best of my knowledge. I

    further understand and agree that this document shall be attached and submitted with my

    proposal; making this a binding part of the contract.

    Name: _______________________________________________________________________

    Title: ________________________________________________________________________

    Signature: _________________________________________________ Date: ____________

    For assistance or questions, please contact the Manager, Procurement Services, Karen Krueger at 210-358-9108 or via email at [email protected].

    mailto:[email protected]

  • FACILITIES DEVELOPMENT DEPARTMENT

    CABINETS AND COUNTER TOP REPLACEMENT at

    WEST DIALYSIS

    UNIVERSITY HEALTH SYSTEM TEXAS DIABETES INSTITUTE

    701 S. ZARZAMORA ST. SAN ANTONIO, TEXAS 78207

    RFCSP# 215-09-039-CNST

    OCTOBER, 2015 UNIVERSITY HEALTH SYSTEM 4502 MEDICAL DRIVE SAN ANTONIO, TEXAS 78229-4493 SET # _______

  • TABLE OF CONTENTS 00000 - 1

    TABLE OF CONTENTS CABINET AND COUNTER TOP REPLACEMENT at WEST DIALYSIS

    UNIVERSITY HEALTH SYSTEM TEXAS DIABETIES INSTITUTE

    RFCSP#215-09-039 CNST I. Title Page II. Table of Contents III. Bid Forms 00001 Advertisement for Bids 5 pages 00002 Instruction to Bidders 8 pages 00002B Bidder’s Question Form 1 page 00003 Proposal Form 3 pages 00003A Proposal Form Attachment 1 page 00003B Proposal Form Attachment 1 page 00004 Bid Bond 2 pages 00005 Conflict of Interest Questionnaire 1 page IV. Contract Forms 00011 Form of Payment Bond 2 pages 00012 Form of Performance Bond 2 pages 00014 Non-Collusive Affidavit 2 pages 00015 Application and Certificate for Payment (AIA Document G702, G703) 5 pages

    00016 Contractor's Affidavit of Payment of Debits & Claims AIA Document G706, 706a) 3 pages

    00017 Wage Rates 6 pages

  • TABLE OF CONTENTS 00000 - 2

    00018 Certificate of Completion 1 page V. Conditions of the Contract 00022 Agreement Between UHS and Contractor 80 pages 00026 Contractor’s Insurance 2 pages VI. General Requirements

    01000 General Requirements 9 pages 01002 ILSM Safety Measures 1 page 01002A ILSM Safety Measures Attachment A 1 page

    01002B Interim Life Safety Measures Attachment B 1 page 01002C Interim Life Safety Measures Attachment C 1 page 01002D Interim Life Safety Measures Attachment D 2 pages 01010 Summary of Work 9 pages 01011 Basic Requirements 13 pages 01015 Contractor’s Use of the Premises 2 pages

    01025 Application for Payment 5 pages 01026 Change Order Procedure 4 pages

    01100 Summary 7 pages 01200 Project Meetings 3 pages 01300 Submittals, Products, Substitutions 10 pages

    01310 Construction Schedule 2 pages 01331 Time Extension Weather 1 page 01400 Quality Control 3 pages 01420 References 7 pages 01600 Product Requirements 6 pages

    01700 Execution Requirements 4 pages 01710 Cleaning 3 pages

    01731 Cutting and Patching 5 pages 01732 Selective Demolition 6 pages 01740 Warranties and Bonds 2 pages 01810 Project Closeout 6 pages 01900 UHS Electrical Guidelines 2 pages 01901 UHS Cabling Standards 2012 6 pages 01902 VCS Credentialing 1 page VCS Levels 1 page Safe Workplace Access Program 6 pages

  • ADVERTISEMENT FOR BIDS 00001-1

    Bexar County, Texas

    ADVERTISEMENT FOR CONSTRUCTION BIDS

    BID NUMBER: RFCSP #215-09-039-CNST BID TITLE: CABINET AND COUNTER TOP REPLACEMENT

    at University Health System – Texas Diabetes Institute 701 S. ZARZAMORA ST. SAN ANTONIO, TEXAS 78207

    BIDS DUE: FRIDAY, NOVEMBER 20, 2015 @ 2:00 P.M. BID OPEN: FRIDAY, NOVEMBER 20, 2015 @ 2:05 P.M. ARCHITECT: UHS FACILITIES DEVELOPMENT

    4502 MEDICAL DRIVE, Rio Bldg., room 1209 SAN ANTONIO, TEXAS 78229

    PRE-BID CONFERENCE AND SITE INSPECTION: The pre-bid conference will be held at the Texas Diabetes Institute, 701 S. Zarzamora St., San Antonio, Texas 78207 on Wednesday, October 28, 2015 @ 10:30 A.M., TDI Conference room. Please report to the lobby area of the Dialysis building. DRAWINGS AND SPECIFICATIONS: There are no drawings for this project only specifications. Specifications are included as part of the solicitation package and available for download only. The solicitation package can be downloaded at: www.UniversityHealthSystems.com/bids or obtain a copy (specifications not included) from:

    The Department of Purchasing 355-2 Spencer Lane, San Antonio, Texas 78201

    http://www.universityhealthsystems.com/bids

  • ADVERTISEMENT FOR BIDS 00001-2

    (210) 358-9129 QUESTIONS REGARDING SPECIFICATIONS: The deadline to submit questions following the scheduled site walk through regarding the bid documents is 5:00 P.M. on Wednesday, November 4, 2015. No questions will be allowed after this date and time. Questions, in reference to the bid, are to be submitted in writing using the UHS standard question form by e-mail to: Amanda Sauceda, Contract Specialist, [email protected] Amanda Sauceda, Contract Specialist University Health System Business Center, 355-2 Spencer Lane, San Antonio, Texas 78201. Sub-Contractors and material suppliers/vendors must submit their questions through a prime bidder. Questions must be submitted using the University Health System Bidder’s Question Form which is an attachment to the bid solicitation package on web-site. There is only one question allowed per form. Addenda containing the questions and formal responses will be posted to the website no later than Wednesday, November 11, 2015 at 5:00 pm. BID BOND: Each proposal must be accompanied by a Bid bond for 10% of the amount bid, made payable unconditionally to the University Health System. SCOPE OF WORK: The following scope shall include, but is not limited to, Base Bid: the removal of the existing laminated panels on the cabinets in the treatment area and replaced with new laminated panels. The installation of new “Korogard” corner guards at all cabinets in the treatment area. Removal of the existing partial walls at the existing sinks and the installation of a new partial wall. Tile all partial walls behind sinks in treatment area. New cove base installed through-out. The replacement of the dialysis boxes with new, to include temporally disconnecting all water connections at the dialysis boxes. Alternate: Remove existing nurses station and associated cabinets and install new nurses station and cabinets with solid surface counter tops. In addition remove existing cabinets and sink located behind nurses station and install new laminate cabinets, solid surface top, and sink. The work shall be performed in multiple phases. All work shall be priced to be performed during afterhours; Monday-Saturday 10pm to 4am and all day on Sundays.

    mailto:[email protected]

  • ADVERTISEMENT FOR BIDS 00001-3

    Contractor shall work and coordinate with the UHS Biomed personnel in charge of the dialysis water treatment system to ensure the existing treated water piping system is properly installed at all new dialysis boxes and functioning during the performance of the work.

    Scope of work highlights

    • All work shall be performed in multiple phases. • All portions of work during a phase, shall be scheduled to be completed the

    same work day to ensure the area can be turned back over to UHS staff prior to the clinic opening for daily operations. All dialysis stations shall be available for patient treatment during operational hours. There will be no dis-placement of patients for this project.

    • Install new solid surface tops with bull nose ends over the existing laminate tops of the existing cabinets in the treatment area.

    • All new solid surface tops and counter tops shall be Wilsonart Beige Tempest 1530TM.

    • Remove the laminate cabinet panels in the treatment area at all cabinets and replace with new. New laminate panel color to be chosen by end-user.

    • Remove all existing dialysis boxes and install new dialysis boxes. Disconnect all associated water lines and re-connect as required.

    • Install new “Korogard” corner guards at all cabinets in the treatment area. “Korogard” color to be chosen by end-user.

    • Clean, patch, repair, and re-paint interior of existing cabinets in the treatment area.

    • Install new 4” cove base through-out treatment area. Color to be chosen by end-user.

    • Remove existing drawers from cabinets located in the center of the treatment area and install laminate panels.

    • Remove existing empty power poles in treatment area. Patch ceiling as required. • Remove existing partial walls at all sinks in treatment area. • Install new partial walls, on existing cabinets, at all existing sinks. New walls to

    be tiled. Tile type: Ceramic Wall tile – American Olean – Bright - 4.25”x4.25”, 0078 Cappuccino color and 0063 Artichoke color, and American Olean – Vallano – 12”x12”, VL01 Macadamia color. Grout shall be 1552 Toasted Almond.

    • Existing sinks in treatment area to be removed for new tiling work and then re-installed with new stop valves and supply lines.

    • Contractor shall complete work in multiples phases. During the performance of the work, the contractor shall install a temporary plastic barrier surrounding the work area. Contractor shall remove the plastic barrier at the end of the each work day so area can be utilized during treatment hours.

    • Contractor shall thoroughly clean the work area at the end of each work day before turning the area over to the UHS staff.

  • ADVERTISEMENT FOR BIDS 00001-4

    Alternate bid - nurse’s station cabinets and counter tops, cabinets and counter tops behind the nurse’s station, along the wall, shall be removed and replaced with new laminate cabinets and new solid surface counter tops. Existing clean sink to be removed and replaced with new Elkay #LRAD-1918, single compartment, 18 gauge, one-hold punch, stainless steel sink. Provide T&S #EC-3100-LF22-SB, deck mounted, AC or DC operated faucet. New supply lines and stop valves. Concealed hinges at all cabinets. Solid surface counter top at cabinets, behind nurses station, shall have an integrated backsplash. All electrical and plumbing work shall be performed by a certified licensed approved contractor, also approved by UHS. General Contractor shall follow all UHS electrical and plumbing standards. General contractor shall also include the cost of security to be performed by Allied Barton during the time the work is being performed. The work shall be conducted in multiple phases. The contractor shall also include for all work to be performed after hours, Monday-Saturday from 10 pm to 4 am and all day on Sundays from 4 a.m. till 4 a.m. Monday morning. The General Contractor shall visit the site and familiarize themselves with the existing conditions and report any discrepancies between the existing conditions and specifications using the Bidders Question Form provided. This clinic is a renal dialysis care unit and accessibility to each of the patient areas in the treatment area shall be coordinated with the clinical director and UHS project manager. Work shall be accomplished in a manner that does not disrupt or alter daily clinic operations. All work shall comply and be performed in accordance with local, state, national codes, and/or ordinances that govern this work. The bidder shall adhere to all University Health System Contractor’s requirements. Qualified bidders are invited to submit sealed bids: one hard copy and one electronic media format, flash-drive, for this project. Bids will be based on a single lump sum prime contract to include all documents prepared by: UHS Facilities Department. Bids will be received at the Purchasing Department of the University Health System located at University Health System Business Center, 355-2 Spencer Lane, 2nd Floor, San Antonio, Texas 78201. Bids are due on Friday, November 20, 2015 at 2:00 P.M. Bids opened and read aloud at 2:05 P.M. Any bids received after 2:00 P.M. will be returned unopened. No unlawful discrimination will be made against bidders, vendors, or contractors, because of race, color, religion, sex, age, national origin, physical disability/handicap, or mental disability/handicap.

    The University Health System reserves the right to reject any and all bids and to waive any informalities.

    Felix Alvarez Executive Director of Procurement Services

    END OF SECTION 00001

  • INSTRUCTIONS TO BIDDERS 00002 - 1

    SECTION 00002 INSTRUCTION TO BIDDERS 1. PROJECT

    1.1 The General Contractor is responsible for all items detailed in the specifications and drawings. The General Contractor shall provide a Base Bid: Install new solid surface tops on the existing laminate chase cabinets and the removal of the existing laminated panels on the cabinets and replaced with new in the treatment area. The installation of new “Korogard” corner guards at all cabinets in the treatment area. Removal of the existing partial walls at the existing sinks and the installation of a new partial wall. Tile all partial walls behind sinks in treatment area. New cove base installed through-out. The replacement of the dialysis boxes with new, to include temporally disconnecting all water connections at the dialysis boxes.

    The General Contractor shall also provide as an Alternate Bid pricing for the nurses

    station cabinets and countertops, and the cabinets and countertops behind nurses station, along wall, to be removed and replaced with new laminate cabinets and solid surface counter tops.

    The General contractor shall visit the site and familiarize themselves with the existing conditions and report any discrepancies between the existing conditions and plans/specifications using the Bidders Question Form, provided. This clinic is a renal dialysis care unit and accessibility to each of the patient areas shall be coordinated with the clinic director and UHS project manager. The work shall be conducted in multiple phases. The contractor shall include all work to be accomplished after hours and weekends. Work shall be accomplished in a manner that does not disrupt or alter daily clinic operations. All work shall comply and be performed in accordance with local, state, national codes, and/or ordinances that govern this work.

    1.2 All work shall be under one Prime Contract, to include all demolition, support services, and general

    construction.

    1.3 The bidder shall adhere to all University Health System Contractor’s requirements. 2. DEFINITIONS 2.1 Addenda is written or graphic instructions issued prior to the opening of bids which modify or

    interpret the bidding documents, including Drawings or Specifications, by additions, deletions, clarifications or corrections. The Addenda will become part of the Contract Documents when the Construction Contract is executed.

    Add the following: 1.10 The Project Is: Cabinet and Counter Top Replacement

  • INSTRUCTIONS TO BIDDERS 00002 - 2

    UHS Texas Diabetes Institute 701 S. Zarzamora St. San Antonio, Texas 78207 1.11 The Owner Is: University Health System 4502 Medical Drive San Antonio, Texas 78229-4493 3. EXAMINATION OF BIDDING DOCUMENTS 3.1. Specifications may be downloaded without charge with the solicitation package at:

    www.UniversityHealthSystems.com/bids 3.2. It is the intent of these Specifications that all Bidders be familiar with all parts of the Bidding

    Documents, including work of other trades and skills, in order to effect maximum coordination of all phases of work. Therefore, if any portion of these Specifications are torn or otherwise removed from this binding, the portion removed shall still be considered a part of the whole Specification and the Bidder shall be held responsible for any items or work pertaining to this trade which is in any part of the whole Specification.

    3.3. A non-mandatory pre-bid conference with prospective bidders will be held at the time and location

    set in the Advertisement for Bids. 3.4. All Bidders shall read the specifications and visit the site. Should a Bidder find, discrepancies,

    inconsistencies, or omissions in the specifications, the contractor shall notify the Director of Purchasing five (5) calendar days prior to bid submittal date. If so, the Owner will clarify and if necessary, issue addenda. Any addenda issued shall be acknowledged by the Bidder, and incorporated in the bid and will be a part of the contract documents. Only a written interpretation or correction by Addendum shall be binding. No bidders shall rely upon an interpretation or correction given by any other method. Any discrepancies, inconsistencies, or omissions in the specifications found after this time will be the sole responsibility of the contractor to correct at no cost to the Owner.

    3.5. All site visits must be scheduled with a University Health System Representative, Facilities

    Development Department, by calling 210.358-2207. This procedure is necessary due to the location in the building and activities in the spaces and adjoining areas.

    3.6. All bidders are responsible for estimating quantities of all materials. Estimates used herein are for

    bidders convenience only and to give a project magnitude. 3.7 Sub-Tier Bidders Qualifications 3.7.1 Sub-Tier Bidders for electrical, plumbing, and drywall shall satisfy the following criteria

    for consideration as a sub-contractor. The Prime Bidder shall verify that each sub-bidder meets these qualifications prior to accepting the sub-bid.

    .1 The electrical, and plumbing sub-tier bidders shall be financially sound and able to

    http://www.universityhealthsystems.com/bids

  • INSTRUCTIONS TO BIDDERS 00002 - 3

    provide the same bonding capacities as required by the Contractor. .2 The electrical, and plumbing sub-tier bidders must have completed five (5) or more

    similar projects within the past five (5) years which subcontract value was as large or larger (monetarily) than the electrical, and plumbing contracts associated with this project.

    .3 The sub-tier bidder’s proposed project manager or superintendent must have

    experience on a minimum of two (2) similar projects of scope and size similar to this project. 3.8 Each sub-tier bidder shall include a current copy of AIA Document A305, Contractor’s

    Qualification Statement and list experience relevant only to this project. Eligible bidders must be able to demonstrate successful completion of projects of similar size and complexities.

    3.9 The following requirements shall be included with the Contractor’s qualification Statement and will

    be considered by the Owner in determining the qualifications of prime contractors to receive an Award of Contract for this project. Failure to provide full information regarding all requirements may result in disqualification.

    A. The Contractor’s Qualification Form must be properly completed and information

    addressing requirements in this document must be received by the Facilities Development Department of The University Health System with the Bid Proposal.

    B. Contractor must have a Certificate of Authority to do business in Texas

    C. Contractor must have been continually in the General Construction business for at

    least seven (7) years. Contractor shall have a local office that has been in operation for the last five (5) years.

    D. Negative responses from Owners and Architect/Engineer firms which are familiar

    with Contractor’s performance, depending on problems encountered will be subject to scoring and may be grounds for disqualification. Contractor to provide a minimum of three (3) references with company names, Persons to contact, and phone numbers that are within the past five (5) years.

    E. Contractor involved litigation with Owner or Architect/Engineer firms may be

    disqualified. Contractor to list any litigation involving the Contractor for the past seven (7) years.

    F. Contractor shall have demonstrated experience in successfully meeting completion

    date schedules and delivery of projects on budget. Contractor shall provide his safety record for the past five (5) years.

    G. Contractor’s own work staff must have provided at least 15% of the work done on

    previous projects and must provide at least 15% on this project. The management employees of contracting firm shall have no less than seven (7) years experience with projects of similar size and complexity. Contractor and sub-contractors shall include resumes for the Project Manager and the Lead Superintendent for this project.

  • INSTRUCTIONS TO BIDDERS 00002 - 4

    H. Contractors must have successfully completed, within the last five (5) years, at least three (3) projects involving similar systems and equipment to that being bid and three (3) projects with a contract price greater than $500,000.00.

    I. The referenced project shall have been constructed under jurisdiction of the

    Occupational Safety and Health Administration (Department of Labor), American’s with Disabilities Act (Department of Justice), Texas Accessibility Standard (Texas Department of Licensing and Regulations), and Local Building Codes, i.e. International Building Codes, Life Safety Code, Standard Building Code or building Officials and Code Administration, and the Texas Department of Health.

    J. Contractor’s bid amount will be considered in the evaluation for award.

    K. Contractor must have ability to provide Performance and Payment Bonds for total

    amount of contract.

    L. Financial records shall that show the Contractor has operating cash (cash plus interest bearing deposits) that amount to $100,000.00 solely for this project. Contractor shall ensure payments to all sub-contractors are made prior to submitting Application for Payment, to include Unconditional Release of Liens from all sub-contractors. UHS will not process, if Release of Liens are not included as part of the Application for Payment.

    4. BIDDING PROCEDURES 4.1. Sealed bids submitted in accordance with Specifications and the Instructions to Bidders will be

    received by the Owner at the time and place set out in the "Advertisement for Bids". 4.1.1. Bids shall be made on unaltered Bid Forms furnished by the Owner, and shall be signed with name

    typed below signature. Fill in all blank spaces. 4.1.2. Where Bidder is a corporation, bids must be signed with legal name of the Corporation followed by

    the name of the State of Incorporation, the legal signature of an officer authorized to bind the Corporation to a contract, and seal of the Corporation.

    4.1.3. All forms and documents in the specifications are included for clarity and are not to be removed

    from the specification book. 4.1.4 Where two or more Bids for designated portions of the Work have been requested, the Bidder may

    state his refusal to accept award of less than the combination of Bids he so stipulated. 4.1.5 The Bidder is required to specify on the Bid Form the number of calendar days required for

    construction of the Project. When evaluating the Bids, the Owner will give due consideration to the time specified on the Bid as it relates to additional cost such as fees, interest cost, and potential revenue.

  • INSTRUCTIONS TO BIDDERS 00002 - 5

    4.2. Bids will be submitted in an 8 1/2 x 11 (nominal) sealed opaque envelope with the Owner's name,

    project name, project number, date and Contractor's name and address typed on it. BID PACKET SHALL INCLUDE ONLY:

    4.2.1. Bid Form (see bid form in this specification) 4.2.2. Bid Security (see paragraph 6) 4.2.3. Non-Collusive Affidavit (Section 00014) 4.3. All addenda to the Specifications issued during the bidding period shall be covered in the Bid. The

    number shall be acknowledged in the Bid. 4.4 Prior to the receipt of bids, Addenda will be posted on the University Health System website.

    Failure of any bidder to receive any addendum or interpretation shall not relieve such bidder from any obligation under this bid submitted.

    4.5. No bidder shall modify, withdraw, or cancel his bid or any part thereof for a period of one-hundred

    twenty (120) days after the bid is opened by the Owner. 4.6. Each bidder shall include a copy of AIA Document A305, Contractor's Qualification Statement,

    1986 Edition. List experience relevant only to this project. Eligible bidders must be able to demonstrate successful completion of projects of similar size and complexities.

    5. METHOD OF AWARD 5.1. Following receipt and evaluation of bids and qualifications, a contract will be awarded, if the lowest

    bonafide and qualified, acceptable Bid submitted does not exceed the funds allocated by Owner for construction of the Project.

    5.2. If the lowest bid exceeds the amount of allocated funds, then the Owner may reject all bids or may

    enter negotiations with a bidder to bring the bid within set funds. 5.3 Acceptance of Bid (Award) 6. BID SECURITY 6.1. Each bidder shall include with his bid a BID BOND from a satisfactory Surety Company, in the

    amount of 10% of bid made payable to the Owner, guaranteeing that if work is awarded to him on his bid, he will execute satisfactory contract and bonds within the time specified. Form of bid bond included herein.

    7. BIDDER'S REPRESENTATION 7.1. Each Bidder, by making his bid, represents that he has read and understands the Bidding

    Documents, and that he has visited the Site and familiarized himself with all existing conditions under which the Work is to be performed.

    7.2. No allowance shall be made subsequently in this connection in behalf of the Contractor for any

  • INSTRUCTIONS TO BIDDERS 00002 - 6

    negligence on his part. 7.3. Each Bidder agrees to comply with all applicable laws, their various amendatory and supplementary

    acts, and with all codes, ordinances, and other applicable legal requirements in the execution of this work.

    8. SPECIAL CONSIDERATIONS 8.1. The Materials provided for this project will be exempt from the Limited Sales, Excise and Use Tax

    imposed by Chapter 20, Title 122A, Taxation-General, Revised Civil Statues of Texas. The selected bidder shall obtain instructions for the issuance of an exemption certificate from University Health System Purchasing Department.

    8.2. All applicable Federal and State Laws, Municipal Ordinances, and the Rules and Regulations of all

    authorities having jurisdiction over construction of the Project shall apply to the Contract throughout, and they will be deemed to be included in the contract the same as though written out in full, therein.

    8.3. The University Health System encourages the participation of local qualified contractors, small

    contractors, and economically disadvantaged contractors. 9. REJECTION OF BIDS 9.1. The Bidder acknowledges the right of the Owner to reject any or all bids and to waive any

    informality or irregularity in any bid received. In addition, the Bidder recognizes the right of the Owner to reject a bid if the Bidder failed to submit the data required by the Bidding Documents, or if the bid is in any way incomplete or irregular.

    10. TIME FOR COMPLETION 10.1. Time is of the essence of the contract. Immediately after the "Notice to Proceed" has been issued

    by the Owner, the Contractor shall start the work and prosecute the construction from start to finish. Contractor shall keep a full crew busy at all times, and allow no lagging or delays between different phases of the work, which shall be completed within the number of calendar days stated in the Bid. Refer to Agreement Between UHS and Contractor for provisions covering liquidated damages per calendar day.

    10.2. A Project Schedule is required and must be approved by Owner prior to starting construction. 10.3 Phasing is critical to the successful execution of this contract. The contractor shall submit a plan

    showing phasing and times necessary for each phase. Project Schedule shall account for the owner’s continual use of the space for Dialysis treatments.

    11. EXECUTION OF CONTRACT AND BONDS 11.1. If written notice of the acceptance of bid is mailed, telegraphed or delivered to the successful bidder

    within 30 days after the date of opening bids, or at any time thereafter before their bid is withdrawn, the successful Bidder shall execute and deliver a contract in accordance with the bid as accepted,

  • INSTRUCTIONS TO BIDDERS 00002 - 7

    (discrepancies, inconsistencies, or omissions in the drawings or specifications) all within ten (10) days after the prescribed forms are presented to him for signature.

    11.2. The successful bidder will furnish a Performance Bond and a Payment Bond, each in the amount of

    100% of the Construction Contract. 12. SUBMISSION OF POST BID INFORMATION 12.1. The successful Bidder shall within ten (10) days after bidding, submit the following: 12.1.1. A statement of costs on AIA Form G703 showing value of each major item of work included in the

    contract price. In addition any allowances indicated by UHS shall be shown as separate line items. 12.1.2. A list of names of the subcontractors or other persons or organizations proposed for all portions of

    the work. Prior to the award of the contract, the Owner will notify the bidder in writing if the Owner has reasonable and substantial objections to any person or organization on such list, and refuses in writing to accept such person or organization. The bidder may, at their option, modify this bid by the amount reflected by such substitutions. The Owner may, at their discretion, accept the increased bid price or he may disqualify the bid. Subcontractors, other persons and organizations proposed by the bidder and accepted by the Owner must be used on the work. Any substitutions after award must be submitted to Owner with reason for substitution and cost modifications.

    13. PERFORMANCE BONDS AND PAYMENTS BONDS

    13.1 Bond Requirements; 13.1.1 The bidder shall furnish bonds covering the faithful performance of the Contract and payment of all

    obligations arising thereunder.

    13.1.2 The Performance and Payment Bonds shall be issued by a surety company acceptable to the Owner. 13.2 Time of Delivery of Bonds; 13.2.1 The Bidder shall deliver the required bonds to the Owner with signed of execution of the

    Owner/Contractor Contract

    END OF SECTION 00002

  • QUESTION NO. _______

    DIRECTOR OF PURCHASING

    BIDDER’S QUESTION FORM 00002B (210) 358-9120 PHONE (210) 358.9106 FAX

    4502 MEDICAL DRIVE SAN ANTONIO, TEXAS 78229

    Project Title: Cabinet and Counter Top Replacement RFCSP No.:215-09-039 CNST UHS Texas Diabetes Institute

    Bidders: Name: _______________________ ________ PROJECT No._________

    QUESTION: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Bidder’s Signature:_______________________________ Date:_____________ Title:______________________________

    --------------------------------------------------------------------------------------------------------------------------------- ANSWER: ______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Respondent Name:_________________________________ Date:______________ Title: _________________________________ Director, Purchased Resources Return Date________________ Revised 7/6/09

  • PROPOSAL FORM 00003 - 1

    SECTION 00003 PROPOSAL FORM

    CABINET AND COUNTER TOP REPLACEMENT At

    WEST DIALYSIS

    UHS TEXAS DIABETES INSTITUTE 701 S. ZARZAMORA ST., SAN ANTONIO, TEXAS 78207

    RFCSP#215-09-039 CNST

    FOR:

    University Health System

    4502 Medical Drive San Antonio, Texas 78229-4493

    DATE: PROPOSAL OF: (NAME OF BIDDER) TO: DIRECTOR OF PURCHASING UNIVERSITY HEALTH SYSTEM 355-2 SPENCER LANE SAN ANTONIO, TEXAS 78229 GENTLEMEN: In compliance with your invitation to bid for construction of the subject Project, the undersigned have examined the Project Manual and Specifications, Addendum and related documents, visited the site of the proposed work, and are familiar with all of the conditions, materials, services, equipment and appliances required in conjunction with, or incidental to, the construction of the proposed Project, prepared by the Facilities Development Program Department of the University Health System, 4502 Medical Drive, San Antonio, TX 78229.

  • PROPOSAL FORM 00003 - 2

    BASE BID To furnish all materials, equipment, implements, supplies, tools and facilities, and to perform all labor and services necessary or required, in connection with, or normally incidental to the completion of all work, according to the listed Bidding Documents, for the sum of: BASE BID: DOLLARS ($ ) ALTERNATE No. 1 To furnish all materials, equipment, implements, supplies, tools and facilities, and to perform all labor and services necessary or required, in connection with, or normally incidental to the completion of all work, according to the listed Bidding Documents, for the sum of: BASE BID: DOLLARS ($ ) ADDENDA The undersigned acknowledged receipt of Addendum Nos.____________to the Bidding Documents. All of the provisions and requirements of the Addenda have been taken into consideration in the preparation of the Foregoing proposals. TIME OF COMPLETION The undersigned agrees to commence work under this contract upon a written "Notice to Proceed" from the Owner and to complete the Project fully within (______________) calendar days. BONDS The undersigned agrees, if awarded the Contract, to execute and deliver to the Owner, within ten (10) days, a PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND, signed by himself as Principal, and by an established reputable Bonding or Insurance Company (satisfactory to the Owner), in the penal sum of 100% of the contract until acceptance of the work by the Owner. BID SECURITY A cashier's check or bid bond in the sum of five percent (5%) of the amount of his Bid is attached to this Proposal as a guarantee of the execution of a satisfactory contract and the furnishing of bonds as specified. EXPIRATION This bid shall remain in effect for a period of one-hundred twenty (120) days from the date of submission.

  • PROPOSAL FORM 00003 - 3

    ________________________________________ CONTRACTOR ________________________________________ BY ________________________________________ TITLE (Seal if Bidder ________________________________________ is a Corporation) BUSINESS ADDRESS ________________________________________ (Area code) BUSINESS NUMBER

  • BID BOND 00004 - 1

    SECTION 00004 BID BOND KNOW ALL THESE MEN BY THESE PRESENTS, that we___________________________ ______________________________________________Principal, and address or hereinafter called (Here insert full name as legal title of Contractor) the Principal, and________________________________________________________________ (Here insert full name and address or legal title of Surety) A corporation duly organized under the laws of the State of Texas as Surety, hereinafter called the Surety, are held and firmly bound unto________________________________________________ (Here insert full name and address or legal title of Owner) as Obligee, hereinafter call the Obligee, in the sum of: ______________________________________________________________________DOLLARS [$ ] for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or:__________________________________________________________________________ (Here insert full name and address or description of project) Now, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract and for the prompt payment of labor and material furnished performance of such Contract and for payment thereof, or in event of the failure of the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force an effect.

  • BID BOND 00004 - 2

    Signed and sealed this day of , 2015. __________________________________________________ (Principal) __________________________________________________ (Witness) __________________________________________________ (Title) __________________________________________________ (Surety) __________________________________________________ (Witness) __________________________________________________ (Title)

  • PAYMENT BOND 00011 - 1

    SECTION 00011 - PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959 (McGregor Act - Public Works) (PENALTY OF THIS BOND MUST BE 100% OF CONTRACT AMOUNT) KNOW ALL MEN BY THESE PRESENTS: That,_________________________________________________________________________ (Hereinafter called the Principal) as Principal, and__________________________________________________________________, a corporation organized and existing under the laws of the State of Texas, with its principal office in the City of ___________________________________________________________, as Surety, are (Hereinafter called the Surety) held and firmly bound unto __________________________________________________________ (hereinafter called the Obligee) in the amount of_________________________________________________________ DOLLARS ($___________________), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _____________________ day of ________________________, 2015, to ______________ which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, 1959, and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein.

  • PAYMENT BOND 00011 - 2

    IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this ________ day of ________________, 2015. _________________________________________ Witness _________________________________________ Seal (If Individual or Firm) _________________________________________ Attest __________________________________________ Principal Seal (If corporation) __________________________________________ Surety __________________________________________ Seal

  • PERFORMANCE BOND 00012 - 1

    SECTION 00012 - PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959 (McGregor Act Public Works) (PENALTY OF THIS BOND MUST BE 100% OF CONTRACT AMOUNT) KNOW ALL MEN BY THESE PRESENTS: That,_________________________________________________________________________ (hereinafter called the Principal) as Principal, and _________________________________________________________________, a corporation organized and existing under the laws of the State of Texas, with its principal office in the City of _____________, (hereinafter called the Surety), as Surety, are held and firmly bound unto _______________________________(hereinafter called the Obligee) in the amount of ______________________________Dollars ($___________), for the payment whereof, the said Principal and Surety bind themselves, a