27
SOLICITATION, OFFER, ACCEPTANCE, AND AWARD 1. Date Solicited 2. Solicitation Number 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: 5/31/2013 University Health System Attn: Purchasing Department Solicitation: RFCSP-_213-03-015-CNST 9. Time Due for bids/offers: 2:00 PM CST 355-2 Spencer Lane San Antonio, TX 78201 SOLICITATION (Request for Competitive Sealed Proposals for Job Order Contracting Services) 10. Sealed Proposals, one (1) printed and bound original (signed in blue ink), and 1 complete electronic copy in PDF file format on each of seven (7) jump drives for furnishing the services stated herein will be received at the place, date, and time specified in Items 7, 8 and 9. Proposals received at any other location or after the due date and time specified will be disqualified. Awards are posted on the University Health System (UHS) website at www.UniversityHealthSystem.com/bid-archive . Respondents may NOT contact any UHS employee or representative regarding this solicitation. All contact must be made through the Purchasing Department. All Submittals 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 RFP process. 11. A. For information contact: Marisa Wilson B. E-mail: [email protected] C. Telephone No. (210) 358-9113 D. Fax No. 210-358-9145 OFFER (All information must be filled in completely by bidder or your bid may be disqualified) 12. In compliance with the above, the offeror agrees that if this offer is accepted within 120 calendar days from the date for receipt of offers specified above, this offer agrees to furnish any or all items upon which prices are offered at the price set opposite each time, delivered at the designated point(s), 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 bid close date. Offeror acknowledges receipt of the following amendments/addenda: ________________________ Acknowledgement of all amendments is mandatory. Omission may render your submittal 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 Offeror Company Name _________________________________ Contact Name _________________________________ Address _________________________________ City, State & Zip _________________________________ Telephone No. _________________________________ Fax No. _________________________________ Email 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: ______________ Kourtney L. Mosby, Dir. Procurement Services 22. Accounting & Appropriation: __________________________

SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

1. Date Solicited

2. Solicitation Number

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:

5/31/2013 University Health System Attn: Purchasing Department Solicitation: RFCSP-_213-03-015-CNST 9. Time Due for

bids/offers:

2:00 PM CST 355-2 Spencer Lane San Antonio, TX 78201

SOLICITATION (Request for Competitive Sealed Proposals for Job Order Contracting Services) 10. Sealed Proposals, one (1) printed and bound original (signed in blue ink), and 1 complete electronic copy in PDF file format on each of seven (7) jump drives for furnishing the services stated herein will be received at the place, date, and time specified in Items 7, 8 and 9. Proposals received at any other location or after the due date and time specified will be disqualified. Awards are posted on the University Health System (UHS) website at www.UniversityHealthSystem.com/bid-archive. Respondents may NOT contact any UHS employee or representative regarding this solicitation. All contact must be made through the Purchasing Department. All Submittals 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 RFP process. 11. A. For information contact: Marisa Wilson

B. E-mail: [email protected]

C. Telephone No. (210) 358-9113

D. Fax No. 210-358-9145

OFFER (All information must be filled in completely by bidder or your bid may be disqualified) 12. In compliance with the above, the offeror agrees that if this offer is accepted within 120 calendar days from the date for receipt of offers specified above, this offer agrees to furnish any or all items upon which prices are offered at the price set opposite each time, delivered at the designated point(s), 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 bid close date. Offeror acknowledges receipt of the following amendments/addenda: ________________________ Acknowledgement of all amendments is mandatory. Omission may render your submittal 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 Offeror Company Name _________________________________

Contact Name _________________________________

Address _________________________________

City, State & Zip _________________________________

Telephone No. _________________________________

Fax No. _________________________________

Email 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:

______________ Kourtney L. Mosby, Dir. Procurement Services

22. Accounting & Appropriation:

__________________________

Page 2: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

April 25, 2013 RE: RFCSP NO. 213-03-015- CNST

JOB ORDER CONTRACTING SERVICES To All Interested Parties:

RFCSP NUMBER: RFCSP NO. 213-03-015- CNST JOB ORDER CONTRACTING SERVICES

RFCSP TITLE: JOB ORDER CONTRACTING SERVICES FOR A TWO YEAR PERIOD TO ASSIST FACILITIES ADMINISTRATION WITH INTERNAL CONSTRUCTION PROJECTS at UNIVERSITY HEALTH SYSTEM FACILITIES

RFCSP DUE: Friday, May 31, 2013, 2:00 P.M. local time

RFCSP OPEN: NO PUBLIC OPENING

The packages opening will be held in the conference room located at the UHS Business Center, 355-2 Spencer Lane, San Antonio, Texas 78201

PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held at:

The University Center for Community Health/Texas Diabetes Institute 701 S. Zarzamora

San Antonio, Texas 78207

on Tuesday, May 7, 2013 at 2:00 P.M. Please arrive on time.

The solicitation package can be downloaded at: www.UniversityHealthSystem.com/bids or obtain a copy from

The Department of Procurement Services 355-2 Spencer Lane

San Antonio, Texas 78201 (210) 358-9101.

QUESTIONS REGARDING SPECIFICATIONS: The deadline to submit questions regarding the RFCSP is by 2:00 P.M. on Wednesday, May 17, 2013. Questions, in reference to this solicitation are to be submitted in writing either by fax, mail, or hand delivered to:

Page 3: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

Marisa Wilson, Contract Specialist University Health System Business Center

355-2 Spencer Lane San Antonio, Texas 78201

210 358-9125 [email protected]

Questions must be submitted using the University Health System Vendor Question Form, included with this solicitation. Only one question per form will be allowed.

The RFCSP proposer shall adhere to all University Health System Contractor’s requirements.

Respondents are to submit one (1) original proposal printed, bound and (signed in blue ink), and 1 complete electronic copy in PDF file format on each of seven (7) jump drives. Response to the RFCSP will be received at 2:00 P.M., local time, on Friday, May 31, 2013. Any response package received after the due date and time for the RFCSP will be deemed non-responsive and returned unopened.

Deliver Proposals to:

UNIVERSITY HEALTH SYSTEM - Business Center Purchasing Department, 2nd Floor 355-2 Spencer Lane San Antonio, Texas 78201

The Health System reserves the right, in its sole discretion to waive any minor informality concerning this RFCSP, change the listed dates, or reject any or all Proposals or part thereof or to request clarification of any Proposal after they have been received.

No unlawful discrimination will be made against bidders, vendors, or contractors because of race, color, religion, sex, age, national origin, physical disability, or mental disability. The Director of Procurement Services is responsible for assuring compliance with this section and in all aspects of the procurement process.

Thank you for your consideration.

Sincerely, Kourtney L. Mosby Director of Procurement Services University Health System 355-2 Spencer Lane San Antonio, TX 78201 210-358-9120 Office 210-358-9106 Fax [email protected]

Page 4: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

REQUEST FOR COMPETITIVE SEALED PROPOSALS (RFCSP)

JOB ORDER CONTRACTING SERVICES

for

A TWO YEAR PERIOD TO ASSIST FACILITIES ADMINISTRATION WITH INTERNAL CONSTRUCTION

PROJECTS at UNIVERSITY HEALTH SYSTEM FACILITIES

for

UNIVERSITY HEALTH SYSTEM

RFCSP NO. 213-03-015 CNST

April 25, 2013

4502 MEDICAL DRIVE SAN ANTONIO, TEXAS 78229-4493

Page 5: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

HEALTH SYSTEM BACKGROUND The Bexar County Hospital District, dba University Health System (Health System) is the County Hospital serving Bexar County in addition to providing health care services to 22 counties in South Texas. It is a Level 1 Trauma Center and offers most medical specialties. The Health System owns or operates one hospital, three multi-story clinics, ten preventive health clinics and three leased offices and clinic spaces. Currently, the Health System is engaged in a Capital Improvements Program (CIP) that will add approximately 470 beds to the hospital, increase OR and EC capacities, improve the MEP infrastructure at University Hospital at the Medical Center, and will replace a Clinical Services Building and create a stand alone Pharmacy at the Robert B. Green campus, all to enhance and improve the services offered by the Health System.

JOC BACKGROUND

Originally developed to support the project needs of military bases, Job Order Contracting (JOC) has now become more widely accepted and utilized throughout the public sector. JOC is an alternative method of project delivery. It is an innovative contracting technique created for facilities maintenance and construction related services to assist with obtaining greater contractor performance in relation to smaller projects on a cost effective and timely basis.

The objectives for the JOC customer typically are to obtain a cost effective delivery of high quality projects in a rapid and reliable manner. For the Contractor, the objectives of an Agreement for JOC are typically to maintain a long term business relationship with the Health System and achieve a profit.

What is Job Order Contracting? Job Order Contracting is using a long-term Indefinite Delivery Indefinite Quantity (IDIQ) agreement for construction services delivered on an on-call basis through firm, fixed price job orders that are based on the pre-established unit prices contained in the master agreement.

How will the JOC Be Used? The JOC Program utilizes an “on-call” general construction contractor on an as-needed basis. Keep in mind the JOC Contractor is under a master agreement for an indefinite quantity of work. The work to be performed is for minor construction, repair, rehabilitation or alteration of Health System facilities.

The process of using the JOC is rapid and straightforward. Basically, as a facility need is identified, whether by facility age, use, or caused by an emergency, when the need is identified, the owner will contact the JOC Contractor and “assign” the project to the JOC contractor who will in turn investigate, plan, provide an estimate and schedule of the work to be accomplished.

During the process the Contractor typically walks through the project site, defines the extent of the project, and discusses alternate approaches to be considered. The JOC Contractor then draws up a limited project plan, if necessary, and a detailed project list, including all materials and labor needed and a proposed schedule. Using the chosen unit price book, the Contractor proposes a firm price for the job to be reviewed and considered by the owner. If the owner considers the price or schedule to be excessive, the JOC Contractor will develop Value Engineering proposals to be considered by the owner to lower the price and/or shorten the schedule. Once an agreement has been reached, the Job Order will be signed by both the owner and the JOC Contractor. The Contractor will provide performance and payment bonds, if required by the project. Then the owner will issue a Notice to Proceed on the Job Order.

Page 6: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

If the project requires, the owner will procure and contract for any Professional Consultant Services required for designing, reviewing, supervising, verifying the work in the Job Orders as provided for under Section 1.2.1.2 of the Texas Administrative Code or Section 1051.703 of the Texas Occupations Code. Any work performed by the JOC Contractor is subject to the inspection, oversight, and/or the supervision and control of a Registered Professional Engineer or Registered Architect licensed to practice in the State of Texas.

Essential to the JOC process is speed of delivery. There will be limited time from when the owner first contacts the JOC Contractor and “assigns” the project to the time that the owner issues a Notice to Proceed. The JOC Contractor shall submit its proposal as soon as possible, but not later than ten (10) calendar days after the owners request for that JOC Contractor to investigate, plan, and submit an estimate and schedule (a proposal) for a given Job Order.

SCOPE OF SERVICES The Department of Facilities Administration, on behalf of the Health System invites qualified companies to submit for Job-Order Contracting Services (JOC). This solicitation is for construction projects including construction, repair, rehabilitation or alterations at Health System-owned and leased facilities.

It is the Health System’s intent to award a JOC contract or contracts to one or more qualified JOC companies (Contractor) for a two-year period with possible extensions up to two additional two year terms, contingent upon a favorable review of the Contractor’s performance on projects for the Health System and if agreeable to the Contractor. The budgets for projects included in the JOC program will be generally from a minimum of Twenty Five Thousand dollars ($25,000) up to a maximum of Two Million, Five Hundred Thousand Dollars ($2,500,000). Final Job Order amount will be determined by the Health System. Previous experience in Health Care related projects and previous experience of key staff members will be a consideration in the evaluation of this RFCSP for Job Order Contracting Services (JOC). The company shall have experience in and a familiarity with projects under the jurisdiction of the Texas Department of State Health Services Codes, Standards and Procedures; Joint Commission on Accreditation of Healthcare Organizations (JCAHO) requirements; Texas Accessibility Standards; National Fire Protection Association (NFPA); Life Safety Code requirements and City of San Antonio Unified Development Codes with Amendments.

TERM OF CONTRACT(S) A contract or contracts awarded in response to this RFCSP will remain in effect for a term and renewals as noted herein. Renewals notification shall be in writing sixty (60) days prior expiration and signed by the Health System and the Contactor or his/her designee.

If the Health System gives notice of intent to renew, Contractor has 10 days from the date of Health System’s renewal notice to give notice of a change in the coefficient or multiplier applicable to Contractor’s work. But no such change may, when combined with increases in the payments provided for in the latest version of RSMeans JOCWorks™ and/or the RS Means Unit Price Book, exceed an increase in the consumer price index, measured from the last period of adjustment. The consumer price index to be used for this purpose is the Consumer Price Index—All Urban Consumers, CUUR0000SA0, Not Seasonally Adjusted, U.S. city average, All items, 1982-84=100. If the Department of Labor ceases publishing the Consumer Price Index—All Urban Consumers, CUUR0000SA0, Not Seasonally Adjusted, U.S. city average, All items, 1982-84=100, Health System may specify an alternative index to be used.

Page 7: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

JOC INFORMATION and REQUIREMENTS: The JOC contract shall be for fixed unit prices as described below, for maintenance, repair, alteration, renovation, remediation, addition(s), or minor construction of a facility when the work is of a recurring nature but the delivery times, type, and quantities of work required are indefinite. Minor Construction may include the demolition and construction of workspaces within an existing facility or additions to expand an existing facility. Repairs is work that includes the reparation of broken or malfunctioning systems, components or sub-components of a system in order to restore functionality. Alteration is work that involves extending a wall, upgrading lighting fixtures, installing a door where one did not exist, replacing flooring, etc. Selected Respondents will not be guaranteed a minimum or maximum amount of work. Specific work requirements shall be identified in individual Job Orders as they are deemed necessary by the Health System. Awards in excess of statutory or approved limits will be approved by the Board of Managers.

The contractor shall be responsible for providing all direct and indirect costs relating to the project. Direct construction costs covering the work identified in the Job Order shall include all costs directly related to the project such as mobilization, supervision, self performed construction, the work of subcontractors, coordination, project insurance, bonds, all permits and inspections, reports, quality control and safety, labor, materials, tools, instruments, supplies, equipment, traffic control (when required), transportation, and incidentals hard costs for a complete construction project deemed necessary by the Health Systems Project Manager, unless otherwise authorized in writing by the Health System. Indirect costs such as the contractors overhead, profit, estimating, scheduling, and pre or post bid value engineering will be included in the coefficient.

The contract or contracts awarded in response to this solicitation will not include professional services required by a licensed architect or engineer, as contemplated by Chapters 1051 and 1001 of the Texas Occupations Code.

The Contractor shall be responsible for complying with all Federal, State, County, City laws, codes, and ordinances applicable to the performance of any work under the contract or contracts awarded in connection with this solicitation. Special attention is called to local environmental ordinances. In addition, the Contractor must comply with the Texas Government Code Chapters 2258 and 2253 and Health System requirements for working on Health System facilities including (but not limited to) performing Infection Control Risk Assessments, Vendor Credentialing System registration, performing Pre work Assessments of the project, and issuing a Project Impact form prior to each project identifying expected project impacts. Ignorance on the part of the Contractor will in no way relieve the Contractor from responsibility under this clause. The Health System reserves the right to see all subcontractor bids, at any time, participate in bid openings, and audit bid documents.

No guaranteed minimum. The JOC provides no guaranteed minimum amount of job orders, work, or any dollar amount.

Performance and Payment Bonds Required by Law. Before beginning the work, the JOC Contractor is required to execute to the owner: (1) a performance bond if the job order/contract exceeds $100,000; and (2) a payment bond if the job order/contract exceeds $25,000. The performance bond is solely for the protection of the Health System, must be in the amount of the job order/contract, and must be conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. The payment bond is solely for the protection and use of the payment bond beneficiaries who have a direct contractual

Page 8: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

relationship with the prime contractor or a subcontractor to supply labor of material. The payment bond must also be in the amount of the contract. Tex. Gov’t Code 2253.021.

Preferred Qualifications. The Health System will select one or more JOC Contractors based on qualifications. This means that the choice will be based on experience with healthcare facilities, knowledge and capabilities of personnel assigned to Health System job orders, and other factors that directly impact the quality of work delivered. Preferred qualifications include continuous experience in job order contracting for minor construction, repair, rehabilitation, or alteration of facilities, comparable in size, type, scope, and complexity to the Health System’s Job Order Contracting Program described in the Scope of Services. The areas of interest in construction services include, but may not be limited to general construction on healthcare facilities and medical equipment, mechanical/electrical/plumbing (MEP) projects, and roofing /waterproofing.

To determine the price of any work performed pursuant to the JOC, coefficients or multipliers shall be applied by utilizing RSMeans JOCWorks™ software. Therefore, before beginning work, the Health System and the Contractor must agree to a coefficient or multiplier to be applied to any line item from the RSMeans JOCWorks™ that will yield a price inclusive of material, equipment, and/or labor performed during normal working hours.

Also before beginning work, the Health System and Contractor must agree to a second coefficient or multiplier to be applied to any line item from the then current RSMeans JOCWorks™ that shall yield a price inclusive of material, equipment, and/or labor performed during overtime working hours. The coefficient or multipliers shall be applied to the far right hand column of the RSMeans JOCWorks™, which is labeled “Total Including Overhead and Profit”. After adjustment for the San Antonio, Texas Cost Index, this shall allow price calculation of combinations of material, equipment and/or labor for most tasks.

For those job items not listed in the specified RSMeans JOCWorks™, pricing shall be determined by applying the same coefficient as utilized on the RSMeans JOCWorks™ to other applicable current R.S. Means publications. If the specific job item is not listed in any R.S. Means publications, then the Health System and the Contractor will determine the appropriate price through market surveys.

DEFINITIONS: Job-Order Contracting or Job-Order Contract: is a contract where the work may be such that the quantities and delivery times are indefinite and orders are awarded substantially on the basis of pre-described and pre-priced tasks. Coefficients are applied to a unit price to price job orders. A JOC contract also involves the simultaneous accomplishment of multiple projects and may require the use of multiple subcontracts.

Construction Projects: may include new ground up construction, additions, demolition & removal of existing buildings or portions of buildings, rehabilitations of existing spaces, floors walls, ceilings, electrical within any Health System facility, removal and replacement of large MEP systems.

Repair Projects: may include the repair or replacement of broken or malfunctioning systems, components, or sub-components of a building such as walls, flooring, ceilings, doors & hardware, HVAC systems and thermostats, electrical outlets or light fixtures, repair/replace plumbing fixtures, and removal and replacement of roofing systems and accessories.

Page 9: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

Rehabilitation Projects: may include the restoration of an interior space or system in order to restore functionality from a water leak or inclement weather event, or other similar disaster.

Alteration Project: may include small work that involves extending a wall, upgrading lighting fixtures, installing a door where one did not exist, replacing flooring, etc. that is small and repetitive in nature. Typically, these projects will not require professional design services beyond those provided by Health System staff.

JOB ORDERS When a facility need is identified by the Health System, the Health System will assign said project on a rotation basis to a Contractor who will review the project scope and schedule as outlined in a work plan, or when available, plans and specifications and will provide an estimate and schedule. With the exception of emergencies, any such work required by the Health System shall be ordered through the issuance of a formal written Job-Order containing the approved Job Order Proposal along with a Health System issued Job Order.

Job Order Proposals, when requested by the Health System are to be submitted to the Health System at no additional cost to the Health System. The Health System reserves the right to issue requests for Job Order Proposals to one or to multiple Contractors for a single Job-Order, based upon the estimated value, complexity of the proposed project, or when the Health System determines that it is in the Health Systems best interest. Determination to solicit multiple proposals from the awarded Contractors or from only one awarded Contractor shall always be on a case-by-case basis, as deemed in the best interest of the Health System. The Contractor may be required to work with the assigned architect/engineer team during the design and development of the project design providing cost, constructability, and schedule information during each phase to insure “best value” for the Health System. The Contractor will estimate, plan, and provide a schedule of work to be accomplished. Following approval of the project scope, schedule, and construction budget, the Heath System will issue a Job Order and Notice to Proceed.

However, upon review of the Job Order Proposal(s), the Health System shall have the right to reject any or all proposal(s), cancel the proposed project, rebid the work under any permissible procedure, or perform the work utilizing Health System personnel. The Health System shall not be responsible for payment or costs incurred by the Contractor(s) for the preparation and submission of a Job Order Proposal regardless of project outcome.

In the event that design services, construction drawings and/or plans are required, the Health System shall either obtain said professional design services from Health System resources or a third party, as deemed in the Health System’s best interest.

The current RSMeans JOCWorks™ and/or the RS Means Unit Price Book shall serve as a basis for establishing the value of work to be performed. Each Contractor’s Job Order Proposal shall be submitted to the Health System and negotiated under the contract agreement.

SCHEDULING and PROSECUTION of WORK: The first day of performance shall be the effective date specified in the Job Order or the Notice to Proceed. Any preliminary work started, materials ordered or purchases prior to receipt of the Health System’s Job Order shall be at the Contractor’s risk and expense.

The Contractor shall meticulously prosecute the Work to completion with the time set forth in the Job Order. The period of performance shall include allowance for the mobilization; holidays; weekend days’ inclement weather; and cleanup; therefore, claims for delay based upon said

Page 10: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

elements shall not be allowed. Construction of projects may occur after normal hours depending on the priory of the projects and hospital/clinic activates. This will be addressed per project. The Contractor shall adhere to all University Health Services policies for Life Safety Code and Infection Control. All required forms shall be posted during the construction.

When the Contractor considers the Work to be complete and ready for its intended use, the Contractor shall notify the Lead Architect, or Project Manager representing the project. The Health System shall inspect the Work to determine the status of completion. In the event that the Health System determines that the Work has been substantially complete, a Certificate of Substantial Completion shall be issued listing remaining items to be completed and/or corrected prior to final payment of the Job Order. The Contractor shall proceed promptly to complete or correct items listed.

Contractor shall ensure that the purchase, delivery and storage of materials and equipment shall be made without interference to the Health System’s operations and personnel.

The Contractor shall be responsible for removing furniture and/or portable office equipment from the immediate work area as well as replacing to its original location upon work completion. In the event that said items cannot be replaced within its original location, the Health System shall designate alternate location(s) for placement. The Health System will be responsible for removal and reinstallation of personal computer equipment.

The Contractor shall take all necessary precautions to ensure that no damage shall result from operations to private or public property. All damages must be repaired or replaced by the Contractor at no additional cost to the Health System. The Contractor shall also be responsible for providing all necessary traffic control to include but not limited to street blockages, traffic cones, flagmen, etc., as required for each Job Order. Proposed traffic control methods must be submitted to the Health System for approval prior to the commencement of work.

The Contractor shall be responsible for obtaining and procuring all required permits applicable to performance under any single order placed against this contract. This includes, but may not be limited to final inspections by any authorities having jurisdiction over the project, Certificates of Occupancy if applicable, final close out procedures outlined in the project manual, and issuance of as-built drawings and warranty and operating manuals. Where projects requiring registration with The Texas Department of State Health Services the contractor shall provide all required documents for the final inspections.

The Contractor shall allow authorized Health System personnel to inspect and audit any books, documents, papers, data and records relating to performance throughout the term of said JOC contact. The Health System reserves the right to audit and/or examine such records at any time during the progress of this Contract and shall withhold payment if such documentation is found by the Health System to be incomplete or erroneous.

Contractor shall make every attempt to limit the interruption of pedestrian access or utility services to the buildings undergoing repair, renovation, or restoration. In the event an interruption of pedestrian access or utility service is necessary for the prosecution of the work, Contractor shall issue a fully executed “IMPACT NOTIFICATION” form, (copy included with this solicitation). This form identifies the nature of the outage or interruption, its limits, and extent of time the utility service or interruption will be out. Approvals must be in place prior to the utility outage.

Page 11: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

SAFETY PROGRAM and SAFETY PLAN: The Contractor shall describe the Company Safety Program and submit to the Health System for approval, a Safety Plan within fifteen (15) calendar days after Contract Award. Said plan must address all aspects of the Contractor’s safety procedures including responsibility for OSHA compliance, drug testing, trend analysis, corrective action and interface with Health System and/or City inspectors. It will be the Contractor’s responsibility to amend the Safety Plan if a particular Job Order requires such amendment. Contractor shall comply with Health System safety program. Badges issued by the Health System will be worn by Contractor’s and sub contractors personnel at all times that they are on the site and in Health System buildings. All contractors and sub contractors shall take a UHS sponsored on-line safety course prior to coming on Health System project site.

Contractor must submit an Impact Notification Form to the Health System Project Manager prior to initiating work that will or may result in utility interruptions, interfere in pedestrian or vehicular traffic, or Environment of Care issues such as Infection Control or Safety issues. Contractor will use “Impact Notification” form included with this RFCSP for JOC Services.

“HIGH PERFORMANCE BUILDINGS” In an effort to conserve resources as well as preserve our environment, the Health System supports energy efficiency in all new Health System owned and funded facilities. A high performance building shall include a structure or facility that is designed, built, renovated, and operated in a resource-efficient and healthful manner. High Performance buildings are designed to meet certain objectives such as: energy and water conservation, optimize use of local and regional resources, and reduce the overall impact of that new facility to the environment including recycling of construction waste. The Contractor must conform to all energy efficient construction practices related requirements imposed by a Job Order.

GENERAL INFORMATION and REQUIREMENTS:

INSURANCE: The company shall carry insurance coverage as follows:

Workmen’s Compensation – Statutory Limits; Employer’s Liability Insurance in compliance with the applicable state statutes, with a minimum employer’s liability coverage of $1,000,000.

Comprehensive General Liability Insurance for bodily injury in the minimum limits of $500,000 per occurrence. No property damage liability insurance is required.

Comprehensive Automobile Liability Insurance covering the operation of all automobiles used in connection with the performance of the contract in the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage.

Builders Risk – The University Health System reserves the option to require Builders Risk insurance on individual projects. That determination will be made by the Facilities Management Project Manager on a project by project basis. Policy limits will be determined for each individual project.

The policies shall have been in effect for a minimum of two (2) years preceding the date for response to this RFCSP, or in the alternative, evidence of continual coverage achieved through separate policies over that period may be submitted.”

Page 12: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

SUPPLIER DIVERSITY, PRIME VENDOR RESPONSIBILITIES: As a recognized leader in health care, the Health System is committed to Supplier Diversity. The Health System will make every effort to ensure that Diverse Vendors such as Small, Minority, Women, Veteran and/or Disabled Individual-Owned Business Enterprises are provided the maximum practicable opportunity to participate as a supplier, vendor or contractor for products and/or services provided to the Health System. Additionally, the Supplier Diversity Clause, Prime Vendor responsibilities and applicable Aspirational Goals, if any, will become a binding part of the Health System’s contract.

A. Non-discrimination Prime Vendors will not discriminate in the solicitation, selection, hiring or commercial treatment of its vendors, suppliers, subcontractors, or commercial customers on the basis of race, color, national origin, gender, veterans or on the basis of disability. The Health System will not enter into a contract or engage in a business relationship with any business entity that has discriminated. The Health System reserves the right to immediately terminate any contract where there has been a final determination in a legal proceeding of discrimination.

As part of this non-discrimination provision, all Health System Prime vendors will consider and solicit bids/proposals for subcontractors, vendors, and major supplier opportunities from available and qualified Diverse Vendors.

B. Good Faith Effort Prime Vendors/bidders/proposers will agree to employ Good Faith Efforts and utilize qualified Diverse Vendors as subcontractors, sub-consultants or suppliers. All Prime Vendors will be expected to solicit bids/proposals for subcontract, sub-consultant, and supplier opportunities from available and qualified Diverse Vendors. Prime Vendors must submit a Good Faith Effort plan and comply with set Prime Vendor responsibilities.

Good Faith Efforts include, but are not limited to, the following criteria:

1. Notify Diverse Vendors in writing when opportunities are available, allowing sufficient time for effective participation in the work the Prime Vendor plans to subcontract. The notification will include, but is not being limited to, the following:

a. Information concerning the intended subcontracting work;

b. Bonding and insurance requirements that the Diverse Vendor/Subcontractor will be required to fulfill, if applicable; and

c. A point of contact (name, title, phone number, and address, etc.) within the Prime Vendor’s organization that can answer any question a Diverse Vendor may have concerning a project.

2. Advertise in general circulation, trade associations, and/or Diverse Vendor focused media concerning opportunities

3. Provide Diverse Vendors that are genuinely interested in the project with adequate information about the project (i.e. plans & specifications, scope of work) and any other information that will prove beneficial to the Diverse Vendor.

4. Utilize available community resources.

C. Documentation and Compliance

Page 13: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

Prime Vendor documentation and compliance responsibilities include, but are not limited to, the following:

1. Negotiate in good faith with interested Diverse Vendors, not rejecting Diverse Vendors as unqualified without sound reason.

2. When applicable, Prime Vendors will identify in tabular format the Diverse Vendors’ team members and the anticipated percentages of contract involvement that the Diverse Vendors will have in the contract. This information is to be submitted with bid/proposal.

3. Prime Vendors will maintain records showing: a. Subcontractor/sub-consultant/supplier awards, specifically as it relates to

Diverse Vendors, and when requested, submit Diverse Vendors certifications;

b. Specific efforts to identify and award such contracts; and

c. Submit, when requested, copies of contracts with Diverse Vendors to establish actual Diverse Vendor participation.

4. Prime Vendors agree to submit quarterly electronic reports listing Diverse Vendor payment/participation in such form and in the manner prescribed by the Health System or via the Diversity Management System. Currently, the Health System utilizes B2G software.

5. Prime Vendors will provide a list of key staff members with titles or any other relevant materials or data that demonstrates the organization’s commitment to diversity and inclusion.

6. Prime Vendors are not required to subcontract with unqualified Diverse Vendors or to compromise valid standards.

7. Vendor Credentialing Services (VCS) - University Health System has partnered with Vendor Credentialing Services (VCS) to provide a comprehensive vendor compliance program which improves the safety of our staff, patients, visitors, volunteers, and vendors. All vendor and contractor representatives seeking contractual opportunities or sales visitation must register at www.VCSdatabase.com. Available registration levels are available on this site. Registration requires a nominal fee. Once registered, your VCS membership and badge can be used at all VCS facilities nationwide. If you have questions about registration please visit the VCS website or contact them by phone, email, or live chat at (281)863-9500, (866)373-9725, or [email protected]. The aim is to ensure that our vendor representative relationships remain productive and mutually beneficial, with patient safety as the focal point of our business and clinical practices.

PAYMENT AND PERFORMANCE BONDS BUILDING CONSTRUCTION CONTRACTS)

Payment and Performance Bond Requirements: Provide evidence from a qualified Insurance Company substantiating the ability to provide Payment and Performance Bonds to the greatest amount bid (maximum contract value shall be capped at $2,500,000).

RESERVATION of RIGHTS: The University Health System reserves the right to award one, more than one, to reject any and all proposals received, to reissue a subsequent solicitation, to remedy technical errors in the RFCSP process, and to waive informalities and irregularities.

Any contract or contracts resulting from this solicitation shall be non-exclusive and shall be awarded with the understanding and agreement that it is for the sole convenience of the Health

Page 14: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

System. The Health System reserves the right to obtain services from other sources. The Health System shall retain the right to determine which contracts are in their best interests.

The Contract, if awarded, will be awarded to the Respondent(s) whose Proposal(s) is deemed most advantageous to Health System, as determined by the selection committee, and upon approval of the University Health System Board of Managers. Health System may accept any Proposal in whole or in part. If subsequent negotiations are conducted, they shall not constitute a rejection or alternate RFCSP on the part of Health System. However, final selection of a Respondent is subject to the University Health System Board of Managers approval.

SIGNATURES: All signatures must be from/by a person authorized not only to commit the company to the submittal, but also to approve any changes or negotiations that may arise through the submittal, evaluation, selection, and negotiation process. This signatory shall understand that the written signature also verifies that information contained in the package is true and correct, that the forms enclosed correctly respond to the matter involved, and that there is a general familiarity with the submittal contents, materials, and requirements at a sufficiently high organizational level to bring about the final commitment and implementation on the part of the organization submitting the proposal. All original (wet) signatures must be in BLUE ink.

RETURNING the PROPOSALS: Proposers shall conform to the following requirements regarding return of their Proposals. Failure to meet these guidelines may affect the validity, and therefore, the acceptance of the Proposal. It is imperative that Proposers follow directions exactly and provide all the material requested in the format requested. Proposers who fail to make proper submissions will be subject to rejection of their entire submittal. Proposal Completion: Respondents are to submit one (1) original proposal printed, bound and (signed in blue ink), and 1 complete electronic copy in PDF file format on each of seven (7) jump drives for furnishing the services stated herein. Response to the RFCSP will be received at 2:00 P.M., local time, on Friday, May 31, 2013. Any response package received after the due date and time for the RFCSP will be deemed non-responsive and returned unopened.

PROPOSAL RESPONSE REQUIREMENTS: All Proposal items shall be typed or printed on 8.5 x 11 paper. Hand written materials, notes, etc. will not be accepted. Proposals shall include a detailed Table of Contents and divided and tabbed consistent with the sections delineated below.

Section #1 Fully executed “Solicitation, Offer, Acceptance, and Award Form” Respondent must complete, sign, and include the Solicitation, Offer, Acceptance, and Award Form with the Submittal. The Solicitation, Offer, Acceptance, and Award Form must be signed by a person, or persons, authorized to bind the Company submitting the response. Submittals signed by a person other than an officer of the company or partner of the firm shall be accompanied by evidence of authority. Joint ventures require signatures from all Companies participating in the joint venture. Joint ventures are required to provide legal proof of the joint venture such as a joint venture Agreement as an attachment to their Submittal. The Solicitation, Offer, Acceptance, and Award Form shall be indexed as Tab “1” in the submittal.

Section #2 Executive Summary (Maximum 2 pages) Respondents shall include an Executive Summary of the Proposal.

Section #3 Vendor Checklist Respondent must complete and include this form in the Company’s Submittal.

Section #4 Fully executed “Price Proposal” form

Page 15: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

Shall be signed and dated by the person duly authorized to bind the responding Company. The Contractor shall furnish all direct costs when Job Orders are issued. For this solicitation, the Contractor will furnish all indirect costs as outlined below. Work requirements shall be specified in individual Job Orders. Contractor shall provide pricing on the form included as attachment 6 to this RFCSP and shall provide it with their submittal. Pricing is an evaluation criteria and will be tabulated as follows:

Pre-Priced Items

1. Coefficient Factor: Standard Normal Working Hours

2. Coefficient Factor: Premium (Overtime) Working Hours

Non-Pre-Priced Items

1. Coefficient Factor: Standard Normal Working Hours

2. Coefficient Factor: Premium (Overtime) Working Hours

Section #5 Company Home Office, History and Company Status(maximum 3 pages) Respondent must identify the location of the Home Office and provide a history of the Company from it’s beginning to the present. Description must include the following information:

a. Locate the Home Office identifying whether in San Antonio, Bexar County, or otherwise. b. Provide a description of the history of the Company including past Company leadership. c. Indicate whether a Sole Proprietorship, Corporation, LLC, etc. and year of incorporation. d. State the name, title, any professional license number(s), business address, and telephone

number of the principal member of the Company, authorized to negotiate contract terms and render binding decisions in contract matters.

e. State the ownership of the Company and give the address and telephone number of each person with an ownership interest.

Section #6 Company Status and Approach to Diversity (Maximum 3 pages) As stated herein, the University Health System is committed to supplier diversity in the contractors, subcontractors, and suppliers that perform work in its facilities. Provide a written narrative describing the Company’s Certifications (if any) and describing its approach to providing a diverse construction team. List current subcontractors, suppliers, or service providers that are Certified, including the Company’s Affirmative Action Plan or Policy and a description of the Company’s innovative approach to diversity that sets this Company apart from other Companies.

Section #7 Personnel and Organization Chart (Maximum 3 pages) Provide a description of the locally based personnel and an organizational chart outlining the project team.

Also include the following information:

a. Describe the Company’s locally-based key personnel that will be assigned to University Health System projects including the employee’s name, office address, professional license if any, and technical expertise.

b. Briefly describe the role each person listed will play. c. Provide a resume for each locally-based key personnel described above. Resume should

illustrate professional qualifications, related educational background, membership in any trade organizations, and significant project experience, especially experience in Health Care projects.

Page 16: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

Section #8 Evidence of Bondability and Insurability (Maximum 2 pages) The Respondent must provide evidence (letter or statement) of Company’s Bonding Capacity and that the Company is insured to the limits outlined in this RFCSP.

Section #9 Statement of Qualifications, Experience in JOC (Minimum 20 pages) On an AIA Document A305 Contractor’s Qualification Statement, respondent must provide evidence that it has a minimum of three (3) years continuous experience in providing as a prime, JOC services with major and minor construction projects, repair, rehabilitation or alteration of facilities, and supporting infrastructure including large mechanical, electrical, and plumbing systems for Health Care Facilities and Environment of Care issues (Infection Control and HIPPA). Respondent can include accompanying information to the A305 Document. substantiating the Respondents experience with other major and minor construction, repair, rehabilitation or alteration projects attesting to the Contractor’s experience

Reference information relating to JOC Services must contain at a minimum, the following:

Name of the Organization including address. Name of the Project.

Name of the Contact Person that was in charge of the project including contacts: title, phone number, and email address.

Section #10 Company’s Approach to Project Delivery (Maximum 3 pages) Briefly describe your Company’s understanding of this delivery method, including all of the requirements to successfully complete the project(s). Provide the approach of your Company and team partner(s) in meeting those requirements, and comprehensively address all the issues, standards and requirements needed to produce a finished project. Provide a written narrative of the Company’s approach on how to deliver projects to ensure a successful project outcome for the Health System. Include the Company’s innovative approach to project delivery that sets this Company apart from other Companies including experience with “high performance buildings” and the Company Safety Program.

Provide a statement on the availability and commitment of the Contractor and its principal(s) and assigned personnel to undertake the project(s) during the term of the agreement, if awarded.

Describe, in graphic and written form, the proposed Project assignments and lines of authority and communication for each staff member to be directly involved in the project(s). Indicate the estimated percent of time these team members will be involved in the project(s). Affirm that the individuals identified will be committed for the entire duration of the project(s).

Describe your construction management approach and ability to coordinate work with all designers, sub-contractors and suppliers

Describe your Team’s Quality Control Process and approach, corporate systems and capabilities to maintain quality control of the construction. Describe the proposed quality control measures and your approach to “Project Close-Out”, and the Company’s approach for anticipating, recognizing and controlling safety risks. Note the safety resources that the firm provides for in its Safety Plan.

Section #11 Past Experience with University Health System projects (Maximum 1 page) Provide project experience including:

a. List the Firm’s previous experience on the University Health System sites including which facility was serviced and what services were provided.

Section #12 Litigation Disclosure Form

Page 17: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

Complete the attached Litigation Disclosure Form as found in RFCSP and additional pages for explanation, if necessary, indexed or labeled as Tab “5” in the submittal.

Section #13 Financial Statement Submit the following financial statement: If Submitters 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. If the proposing entity is a wholly-owned subsidiary of another entity, then the above referenced financial information of the parent entity must also be submitted.

If Submitters 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 must be submitted.

The Health System reserves the right to obtain, at no cost to the Submitters a Dun and Bradstreet financial report, or other credit report, on Respondent and its partners, affiliates and sub-consultants, if any, to facilitate its financial evaluation of the Proposal.

PROPOSAL PROCESS The following procedure will be used for this RFCSP:

1. Proposals will be accepted until 2:00 PM on the due date. No exceptions.

2. Proposals will not be available for viewing. All Proposal data is confidential until an award is made.

3. University Health System will evaluate submittals in-house on a preliminary basis. Upon further review, University Health System reserves the right to contact any Proposer for additional information or clarification and will likely do so in writing. The University Health System will evaluate Proposals based upon the information at its disposal and reserves the right to reconsider, at its discretion, any aspect of the Proposal with any submitter at any time.

4. Following the review, The Health System may set up interviews with only those Proposers having the most favorable qualifications. No decision will be made during the interviews. Interviews will be conducted before an Evaluation Committee at a time to be announced. The specific location of these interviews will be disclosed to the selected proposers at the appropriate time. Due to space limitations, the number of interviewees per organization may be limited. Presentation is at the option of the Health System.

Any or all portions of this RFCSP may be incorporated into the final contractual agreement. All negotiated agreements must ultimately be reduced to writing and signed by the Proposer and the University Health System.

Page 18: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

PRE-AWARD INQUIRIES In the event a Proposer has some questions with regard to the RFCSP package or process after initial release but before the deadline, the Submitter MUST submit the question(s) in writing, using the Vendor’s Question Form (attached), via mail, email

Marisa Wilson, Contract Specialist University Health System Business Center

355-2 Spencer Lane San Antonio, Texas 78201

210-358-9101 [email protected]

Any request for clarification MUST include the company name, name of questioner, and an email address to which responses should be sent. The question and University Health System’s response will be shared with all known that are participating in this process. Verbal requests for information will not be honored. All questions must be submitted by Friday, May 17, 2013 at 2:00 pm local time. All questions and responses will be posted to the University Health System Purchasing Department website in an Addenda by Friday, May 24, 2013 by 5:00 pm local time.

PROPOSAL CLARIFICATION BY UNIVERSITY HEALTH SYSTEM University Health System reserves the right to request information from a Proposer following the date the Proposals are due. Such meetings with Proposers are not part of Proposer’s interviews but rather to allow University Health System to ask questions regarding Proposal content during initial evaluations. University Health System also reserves the right to conduct clarifications to resolve minor issues and retains sole discretion as to the nature of these communications.

EVALUATION The qualifications of each responding Company will be evaluated and University Health System, at its sole discretion, may elect to further examine the qualifications of certain Companies through scheduled interviews. The following criteria will be used in the evaluation of qualifications (number of points):

A. Price Proposal 20 points B. Company Home Office, History and Company Status 10 points C. Personnel and Organizational Chart 15 points D. Statement of Qualifications, Experience in JOC 30 points E. Company’s Approach to Project Delivery 10 points F. Past Experience with Medical Facility projects 10 points G. References 05 points

100 points

CONFIDENTIALITY All materials contained in proposal documents will be held in confidence until an award is made, and no Proposal data will be available for review until that time. During the Proposal opening, the only information available to the public will be the names of the Proposers.

Page 19: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

AWARD At the conclusion of all evaluation activities an award recommendation will be made. University Health System will act as sole judge in determining the suitability of services of the awarded. Upon notification to the selected Respondent(s), Health System will require the Selected Respondent(s) to execute a contract with the Health System prior to University Health System Board of Managers award. No work shall commence until Health System signs the contract document(s) and Respondent provides the necessary evidence of bonds and insurance as required in this RFCSP and the Contract. Contract documents are not binding on Health System until approved by the University Health System Legal Department. In the event the parties cannot negotiate and execute a contract within the time specified, Health System reserves the right to terminate negotiations with the Selected Respondent and commence negotiations with another Respondent.

This RFCSP does not commit Health System to enter into a Contract, award any services related to this RFCSP, nor does it obligate Health System to pay any costs incurred in preparation or submission of a proposal or in anticipation of a contract.

If selected, Respondent will be required to comply with the Insurance and Indemnification Requirements established in the Health System’s Standard Terms and Conditions found in the required documents section, this solicitation, and in the JOC Contract.

The Selected Respondent must be able to formally invoice the Health System for services rendered, incorporating the contract and Job Order numbers that shall be provided by the Health System.

Independent Contractor: Respondent agrees and understands that, if selected, it and all persons designated by it to provide services in connection with a contract, are and shall be deemed to be an independent contractors, responsible for their respective acts or omissions, and that Health System shall in no way be responsible for Respondent’s actions, and that none of the parties hereto will have authority to bind the others or to hold out to third parties, that it has such authority.

CANCELLATION Any contract resulting from this RFCSP is contingent upon the continued appropriation of funds. If funding for any payments under this agreement is not appropriated, University Health System shall notify the vendor in writing and contract will terminate.

If at any time awarded services are not in accordance with the agreed instructions, conditions, and specifications set forth by this agreement, such act(s) will constitute grounds for the cancellation of the agreement. Any part of the contract may be cancelled for cause under any one of the following circumstances:

1. The vendor fails to make delivery of services as specified in this contract, or

2. The vendor fails to perform any of the provisions of this contract.

Upon discovery of a non-performance issue, University Health System will give the Proposer a written notice and allow a period of thirty (30) days to satisfactorily remedy the problem. Failure to provide a satisfactory remedy within the 30 days will automatically be cause for commencement of the 30-day cancellation notice; however, the University Health System Board of Managers reserves the right to cancel this agreement with or without cause at no pecuniary risk or penalty upon thirty (30) day written notice of intent to cancel.

Page 20: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

ASSIGNMENT Awarded Proposer may not assign, subcontract, or transfer this agreement nor any rights and privileges granted under this agreement, either whole or in part without the written consent of University Health System.

SCHEDULE OF EVENTS University Health System anticipates the selection of a successful respondent and execution of the contract resulting from this RFCSP to proceed according to the approximate schedule below:

Issuance of RFCSP Thursday, April 25, 2013 Pre-Proposal Conference at 2:00 pm local time Tuesday, May 7, 2013 Deadline for Questions at 2:00 pm local time Friday, May 17, 2013 Deadline for Submission of Proposals at 2:00 pm local time Friday, May 31, 2013 Award Notification TBD

University Health System reserves the right, in its sole discretion, to change the listed dates.

Page 21: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

LITIGATION DISCLOSURE

Failure to fully and truthfully disclose the information required by this Litigation Disclosure form may result in the disqualification of your Submittal from consideration or termination of the contract, once awarded. 1. Have you or any member of your Firm or Team to be assigned to this engagement ever been

indicted or convicted of a felony or misdemeanor greater than a Class C in the last five (5) years?

Circle One YES NO 2. Has a claim ever been asserted in the last ten (10) years against you or any member of your

Firm or Team to be assigned to this engagement for injunctive relief, specific performance, or monetary damages in any civil proceeding (whether by litigation or by arbitration) alleging fraud, malfeasance, breach of contract, strict liability, negligence, or gross negligence (either generally or in regard to the rendering of professional services)?

Circle One YES NO 3. Have you or any member of your Firm or Team to be assigned to this engagement been

terminated (for cause or otherwise)from any work being performed for the City of San Antonio or any other Federal, State, or Local Government the Bexar County Hospital District, or any other Federal, State or Local Government, or Private Entity?

Circle One YES NO 4. Have you or any member of your Firm or Team to be assigned to this engagement been

involved in any claim or litigation with Bexar County Hospital District or any other Federal, State, or Local Government or Private Entity during the last ten (10) years?

Circle One YES NO

If you have answered “Yes” to any of the above questions, please indicate the name(s) of the person(s), the nature, and the status and/or outcome of the information, indictment, conviction, termination, claim or litigation, as applicable. Any such information should be provided on a separate page, attached to this form and submitted with your Submittal.

Page 22: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

VENDOR QUESTION FORM

Solicitation Title: Job Order Contracting Services RFCSP No. : 213-03-015-CNST

Firm’s Name: ______________________________________________________

QUESTION:

__________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Submitter Signature: _______________________________ Date: __________________ Title: ____________________________________________ ---------------------------------------------------------------------------------------------------------------------

*FOR UHS USE ONLY RFQ No. #: __________________ ANSWER PROVIDED ON ADDENDUM #:________ DATE ADDENDUM ISSUED: _________ PROJECT MANAGER’S SIGNATURE: ___________________________ DATE: ____________ Project Manager’s Title: _________________________________

Page 23: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

SPECIAL INSTRUCTIONS

1. Notice to all Contractors/Vendors/Firms; please register on our website:

http://www.UniversityHealthSystem.com/vendors for all future Formal/Informal bid opportunities. 2. Registration is good for a two year period. 3. Documents required to register are:

a. Workforce Composition

b. Conflict of Interest Questionnaire

c. Form W9 (Request for Taxpayer Identification Number and Certification)

This information will be used for the purpose of entering your business into the University Health System data base. There will be no charge for this service. All entities throughout the University Health System will have access your product or service. When an invoice is received by our Accounts Payable Office, they are then able to access your business to process payment.

4. Bid opportunities may currently be found in the Express News; Construction/Architectural

Engineering projects are usually advertised in Sunday edition. 5. Online Bid Opportunities are available on the University Health System website:

www.UniversityHealthSystem.com/bids 6. All questions regarding any solicitation must be submitted through the Purchasing personnel assigned

to the solicitation in writing, by Email, Fax, mailed or hand-carried. 7. "University Health System is a political subdivision of the State of Texas, by law. University Health

System is a tax exempt entity." 8. Warranty: Include Terms, routine hours of operation, and after hours rates. 9. A copy of Vendor’s Workman’s Compensation Insurance must be on file with the University Health

System’s Safety Officer for awards that require when Vendor’s personnel perform services on Health System premises. No award will be made unless this document is on file.

10. FOR THE PURPOSE OF EVALUATION OF OFFERS AND AWARD, OFFERORS AGREE TO

HOLD THEIR OFFERS FIRM FOR ONE HUNDRED TWENTY (120) DAYS. 11. All information required on the bid form shall be furnished or the bid may be deemed non responsive.

The bidder shall print or type name and manually sign the bid schedule. 12. Solicitation responses shall be enclosed in a sealed envelope/package. The name and address of the

offeror, the date and hour of the opening, solicitation number, and title of the solicitation shall be marked on the outside of the packaging.

13. Any costs incurred during the development, preparation, and submission of solicitation responses

shall be borne solely by the offeror, these costs are not reimbursable by University Health System. 14. Price must remain firm and fixed for the duration of the contract term.

Page 24: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

VENDOR’S CHECKLIST This checklist is provided for Submitter'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. Signed Terms and Conditions (found in Required Documents PDF on web)

Signed Solicitation offer, Acceptance, and Award Page

Vendor Questionnaire (found on web www.UniversityHealthSystem.com/vendors ) 1. Complete Questionnaire on-line. 2. Print completed form & attach to submittal.

Conflict of Interest (found in Required Documents PDF on web)

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

Form W-9 Request for Taxpayer Identification Number and Certification (found in Required Documents PDF on web)

Litigation Disclosure (Found in Solicitation)

*Copy of Affirmative Action Plan or Policy

Acknowledgement of all Addenda on the Solicitation offer, Acceptance, and Award Page

IMPORTANT

It is mandatory that forms be completed properly in order for your submittal to be valid. Any submittals 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 vendor’s current practice as it pertains to equal employment

opportunities in full compliance with applicable Federal and State laws and regulations.

Page 25: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

Price Proposal Form Pre-Priced Items Multiplier Standard Normal Working Hours Premium (Overtime) Working Hours Non Pre-Priced Items Multiplier Standard Normal Working Hours Premium (Overtime) Working Hours _______________________________________________ Company _______________________________________________ Name of Person authorized to bind the Company _______________________________________________ Date

Page 26: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

Business References Reference Project Organization Name Address City/State/Zip Work Phone Reference Project Organization Name Address City/State/Zip Work Phone Reference Project Organization Name Address City/State/Zip Work Phone

Page 27: SOLICITATION, OFFER, ACCEPTANCE, AND AWARD

DECISION MATRIXJob Order Contracting Services 

RFCSP‐213‐03‐015‐CNST

ADMINISTRATIVE EVALUATION

CRITERIA Points Vendor 1 Vendor 2 Vendor 3 Vendor 4 Vendor 5

Company Home Office, History and Company Status

10

Personnel and Organization Chart 15

Statement of Qualifications, Experience in JOC 30

Company’s Approach to Project Delivery 10

Past Experience with Medical Facility projects 10

Price Proposal 20

Company has provided references. 5

FINANCIAL CRITERIA

$ CRITERIA

Proposal Score

Decision formula: Non Financial / Financial = Proposal Score

TOTAL POINTS 100