Department Administrator Training Grady Health System Update October 1, 2009.
GRADY HEALTH SYSTEM · The Grady Memorial Hospital Corporation d/b/a Grady Health System This...
Transcript of GRADY HEALTH SYSTEM · The Grady Memorial Hospital Corporation d/b/a Grady Health System This...
The Grady Memorial Hospital Corporation d/b/a Grady Health System
GRADY HEALTH SYSTEM
Remarkable Service Exceptional Care
GRADY HEALTH SYSTEM
REQUEST FOR PROPOSAL
Pre-Construction and Construction Services
THE CENTER
FOR ADVANCED SURGICAL SERVICES
(CASS)
GHS RFP#
F2017032_CM
Request for Proposal Posted: June 7, 2018
Proposal Due: June 29, 2018
The Grady Memorial Hospital Corporation d/b/a Grady Health System
This Request for Proposal consists of the following sections:
Section I Background Information
Section II Overview and Key Elements of Project
Section III Description of Required Services
Section IV Instructions to Proposers
Section V Evaluation and Selection
Section VI Attachments to this RFP
Section VII Representations and Instructions
We request that you respond in writing within five (5) business days following receipt of this RFP indicating whether you
intend to accept or decline this invitation to participate in the RFP process and intend to submit a proposal.
SECTION I: GRADY HEALTH SYSTEM BACKGROUND
Grady Health System (“GHS”) is one of the Southeast’s largest public hospital systems. With a delivery system that includes
affiliations with public health organizations, medical education programs, and community advocates, GHS provides quality,
cost-effective, and customer focused health care to residents of metropolitan Atlanta and citizens of the State of Georgia.
Grady Health System is comprised of Grady Memorial Hospital (953 licensed beds), Crestview Health and Rehabilitation
Center (388 licensed long-term care beds), the Infectious Disease Center (HIV/AIDS), the Loughlin Radiation Oncology
Center, the Maloof Imaging Center, six (6) community health centers, the Regional Perinatal Center, the State of
Georgia Poison Control Center, the Georgia Cancer Center for Excellence, The Marcus Stroke and Neuroscience Center,
Grady EMS- Atlanta’s 911 ambulance service, the region’s premiere Level I trauma center and nationally renowned
emergency medicine and burn centers.
Grady Memorial Hospital opened in 1892 to provide medical care for the indigent and emergency health care for all
residents of the Atlanta community. Grady is currently operated by the Grady Memorial Hospital Corporation d/b/a Grady
Health System.
Medical care is provided under contract with Emory University and Morehouse Schools of Medicine. GHS also operates three
(3) professional training programs in medical technology, radiation oncology, and radiation technology. GHS averages more
than 29,000 inpatient visits and more than 600,000 outpatient visits annually, including over 125,000 emergency care
visits (including psychiatric emergency).
MISSION STATEMENT
1. Grady improves the health of the community by providing quality, comprehensive healthcare in a compassionate, culturally
competent, ethical and fiscally responsible manner.
2. Grady maintains its commitment to the underserved of Fulton and DeKalb counties, while also providing care for residents
of metro Atlanta and Georgia.
3. Grady leads through its clinical excellence, innovative research and progressive medical education and training.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
VISION Grady Health System will become the leading public academic healthcare system in the United States.
VALUES At Grady, we have a higher calling and a deep sense of pride. We deliver essential care with humanity, compassion and
kindness – with arms open wide to everyone in our community. Regardless of role or level in the organization, humanity starts
with how we treat our coworkers and colleagues.
1. Be Patient Centered
2. Be Safe
3. Serve Others with Excellence
4. Do Right
5. Do Good
PROJECT DRIVERS 1. Provide State-of-the-art ambulatory Center for Advanced Surgical Services (CASS) to sustain Grady, serving the community
well into the 21st century.
2. Design and construct a high performance ambulatory services facility that delivers superior energy, material,
maintenance, and economic efficiencies; and creates adjacencies, and processes that are innovative and patient
centered.
3. Design and construct flexible space to accommodate changes in medical science, medical practices and
delivery, technology, market requirements, reimbursement, regulation, and teaching methodologies.
4. Create an innovative environment supporting collaboration of care, integration of support circles into care
processes, and a team approach to the care pathway.
5. Develop spaces which promote wholeness of caregivers, spiritual renewal, and family support to alleviate the
stress and anxiety of illness.
6. Create a world class destination for patient centered care which integrates the physical, emotional, and spiritual
healing of patients and their families; and reflects the Grady mission.
GUIDING PRINCIPLES
1. Patient Experience
a. Create a consistent service delivery that exceeds expectations
b. Offer a one-stop shop experience, bringing services to the patient
c. Simplify touch-points along the patient and family journey
d. Deliver a high-tech and high-touch communication anticipating individual needs
2. One Grady
a. Present ourselves as a “One Grady” team
b. Welcome patients and providers to innovative care
c. Create a gateway and new specialty ambulatory “front door”
d. Collaborate on, align and develop best ambulatory practices
3. Center of Excellence
a. Create Center of Excellence models in strategic outpatient service lines
b. Foster collaboration to work as a multi-disciplinary team
c. Become nationally recognized for quality as an attending led outpatient care provider
d. Establish reliable processes and protocols for care
4. Access to Ambulatory Care
a. Enhance care coordination to deliver value for patients
b. Retain and increase patient and payer categories
c. Develop easy to understand and simple wayfinding
d. Co-locate services to minimize travel distances
5. Sustainability and Flexibility
a. Ensure flexibility and adaptability for daily use
b. Standardize spaces and processes to ensure flexibility
c. Design infrastructure that supports future growth
d. Establish an environment that promotes wellness – mind, body, soul
The Grady Memorial Hospital Corporation d/b/a Grady Health System
SECTION II: OVERVIEW, KEY ELEMENTS OF PROJECT
PROJECT OVERVIEW
Working with a space program developed by NBBJ, HOK has been engaged to develop design documents and
provide construction administration for an outpatient surgery center. The project site is located at 99 Jesse Hill,
Jr., Drive SE, Atlanta, Georgia, 30303, bordered by Jesse Hill, Jr., Drive to the east, Gilmer Street to the south,
Piedmont Avenue to the west.
The Proposer’s Work is to be authorized in two phases. The first phase, which is authorized by Task Order 1, consists of
Pre-Construction Services. Owner’s authorization for the second phase or Task Order 2 shall be for Construction Services.
Pre-Construction Services shall be provided by Proposer starting with Schematic Design and continuing through
Construction Document design phases, AHJ plan approval, bidding, and development of a Guaranteed Maximum
Price. Although not included within Task Order 1, the Proposer, Design Assist and Design Build Sub-Contractors will
have responsibilities during the performance of the Construction Services that will start in Task Order 1 and complete
in Task Order 2 to the extent executed and so authorized. The building plan permit approval and construction
strategy shall include securing approvals from Georgia’s Department of Community Health. Proposer’s services shall
be provided in a timely, thorough and efficient manner so as to enable the Pre-Construction Services of the Project to
proceed in accordance with key milestones identified in Exhibit B of Agreement for Construction.
The Project Architect of Record HOK is responsible for the overall design of the Work. Architect will lead the
design process from concept through permitting and will continue to coordinate design implementation in the
construction and change process during Construction Administration Services.
Proposer shall throughout the performance of the Pre-Construction Services be responsible for and take initiative in
providing services as necessary or appropriate to each stage of the design process to achieve a final Project design,
schedule, and budget consistent with Owner’s stated objectives, whether such services are specifically requested by
Owner, AHJ, Architect, or by Design Assist or Design Build Sub-Contractors. The Proposer and its Design Assist and
Design Build Sub-Contractors shall participate, as requested by Owner, in all work sessions with Owner, Architect, City
of Atlanta and another AHJ.
A description of key components of Proposer’s Pre-Construction Services is identified here and in Task Order 1.
However, Proposer’s Pre-Construction Services include not only the services specifically described herein, but
additionally all services reasonably related to, or inferable from those identified herein, and all services customarily
furnished by Proposers in connection with Pre-Construction Services so described.
KEY ELEMENTS OF PROJECT
The Work and baseline scope to be addressed by Task Order 1 include but are not limited to the following key elements of
the Project. Construction costs for the Project are estimated at $100 million. Cost estimate is provided as an order of
magnitude, and not to be relied upon by Proposer. Proposer is responsible for procuring its own estimates based on
available information, including but not limited to cost escalation factors.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
1. Site make-ready & site development
a. Hazardous Materials Abatement and Demolition of existing structures;
b. Shoring and site mass excavation;
c. Utility relocations and tie-ins to Owner/City/County services;
d. Landscaping and site development;
e. New entrance plaza and driveway;
f. Off-site improvements as required.
2. Center for Advanced Surgical Services
a. The total program represents approximately 556,000 BGSF.
b. 225,000 BGSF outpatient surgery center and includes:
i. Cancer center, five (5) clinics, One (1) perioperative suite consisting of:
1. eight (8) operating rooms;
2. four (4) endoscopy procedure rooms;
3. Pre- and post-anesthesia Care Unit (PACU)
4. Sterile processing.
ii. Program also includes but not necessary limited to: diagnostic and treatment facilities,
administrative, support services, optical shop, retail pharmacy, café, and loading dock.
c. 331,000 BGSF parking structure incorporated within the outpatient surgery center footprint and includes:
i. Approximately 830 parking stalls;
ii. Minimum slope parking decks, utilizing speed ramps;
iii. 15’ deck to deck clearances to allow for future repurposing to occupied space.
iv. A corridor/bridge connection to the existing hospital facility that negotiates differing floor to
floor heights and crossing an active, one-way street.
3. Select Renovation & Retrofit Projects within the existing Hospital
a. Limited renovation and remodel of a patient care area to provide access from the bridge corridor link
between the CASS and the Hospital.
b. Proposer will be responsible for protection of all existing facilities during construction and will assure
proper measures to ensure protection from elements, maintenance of infection control, and safety of
staff, patients, and visitors.
SECTION III: DESCRIPTION OF REQUIRED SERVICES
PRE-CONSTRUCTION SERVICES (TASK ORDER 1)
Proposer’s Pre-Construction Services include, but are not limited to the following. It shall be Proposer’s
responsibility to commence each activity at the earliest reasonable time and provide updates required to support
design processes for the entire Work.
1. General Activities
a. Proposer acknowledges that the Project budget and schedule are realistic goals that are achievable. Proposer
acknowledges that the Owner has selected Proposer with an assurance by the Proposer that the goals will be
met, contingent upon no scope changes to the Project.
b. Provide a sufficient number of specialty consultants and other individuals with requisite skills and experience as
appropriate for the successful completion of the scope of this Task Order.
c. Owner has established the communications framework for this Project within an active account with e-Builder
Incorporated. Proposer and all of its Sub-Contractors are required to use the e-Builder as the web based project
management system. All Project documents, drawings, communications and correspondence
shall be through this management system, starting from project engagement/initiation through project close
out.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
d. Advise Owner and Architect regarding Project scope and execution, including site staging, logistics, and other
site improvements, as well as any other elements of the Project with respect to concept, feasibility, building
systems, equipment, constructability, cost, economies, labor, scheduling, and construction.
e. Starting with the Schematic Design phase, institute a quality assurance and quality control program. The QA/QC
Plan shall conform to the requirements in the General Conditions and be designed to advance the goal of
achieving a quality Project that meets Project Drivers, schedule, and budget. The QA/QC Plan shall be revised as
necessary and approved by Owner prior to start of each design phase.
f. Analyze proposed building systems comparing initial cost and the operations and maintenance costs of base
system to the initial costs and operation and maintenance costs of the alternate systems.
g. Utilize Building Information Modeling (BIM) software to link BIM coordination team and Design Assist/ Design
Build Sub-Contractors.
h. Review and advise Owner and the Architect regarding constructability concerns, conflicts, overlaps, and omissions
in design documents, and other plans, applications, procurement, schedules, budgets and bidding documents.
i. Advise Owner and the Architect regarding the construction feasibility, installation and construction costs of
various designs, materials, building systems and equipment.
j. Advise Owner and the Architect regarding the availability of various materials and labor, the time requirements
for installation and construction of various designs, systems and equipment, including cost of alternative designs
or materials, AHJ pre-approvals, special seismic testing requirements, preliminary budgets, and possible
economies such as life cycle costing and value engineering.
k. Assist Owner and the Architect in investigating and reviewing various alternative approaches to design and
construction of the Project, including without limitation phased permitting and construction.
l. Identify issues, including without limitation those raised by the Concealed Conditions Program, the demolition
plan, the phasing plan, the Disruption Plan, and Proposer’s and Architect's cost estimates, and recommend
alternative solutions whenever design details affect budgets, construction feasibility or schedules previously
proposed or established.
m. Investigate any potential special labor requirements for the Project and advise Owner regarding same.
n. Identify and recommend actions designed to minimize adverse effects of labor or material shortages and price
escalations.
o. Investigate and recommend a schedule for the purchase of all materials and equipment, including long-lead items,
equipment requiring special testing or certification, and coordinate the schedule with the early preparation of
Construction Documents by the Architect.
p. Procure cut sheets, also known as Material Safety Data Sheets and other relevant information for all
Architect-specified materials and products. If any specified materials or products are known by Proposer to
contain any hazardous or toxic materials as defined under any federal or state laws, rules or regulations, Proposer
shall suggest any known and feasible available alternative nonhazardous and nontoxic materials and products.
q. Provide a detailed variance report and written confirmation that the Work is within budget at each design
milestone.
r. Assist in preparation of General Requirements specifications and bid solicitation documents. Exhibit E of the
Agreement for Construction identifies the minimum design deliverable requirements for Architect’s team, Design
Assist, and Design Build Sub-Contractors.
s. Solicit bids for the various work categories not encompassed by Design Assist or Design Build Sub-Contractors,
and, with approval of Owner, for trades where the Design Assist or Design Build Sub-Contractor will not be utilized
for the Pre-Construction phase, inclusive of pre-qualification of bidders and arranging for pre-bid conferences.
t. Working with the Owner and the Architect, Proposer shall solicit proposals for Design Assist services as
determined during design process and may include the following specialties, inclusive of pre-qualification,
interviews, and selection of Sub-Contractors:
The Grady Memorial Hospital Corporation d/b/a Grady Health System
Structural Steel
Interior and Exterior Metal Stud and Ceiling Framing Systems
Mechanical Systems
Plumbing
Medical Gas Systems
Electrical Systems
Information Technologies
Building Management System
Fire Stop and Fire Assemblies Systems
u. Issue subcontracts to Owner approved, healthcare experienced, Design Assist Sub-Contractors.
v. Manage the Design Assist Sub-Contractors’ activities during the Pre-Construction phase of the Project. Design
Assist Sub-Contractors shall assist the Proposer, Owner and the Architect in all areas of design and planning of
the Project as related to the specific discipline or trade of each, and as detailed in Task Order 1. The Design
Assist Sub-Contractors’ costs for design assist services will be added to Task Order 1 by Change Order.
w. Solicit proposals for Design Build services as determined during design process and may include the following
specialties, inclusive of pre-qualification, interviews, and selection of Sub-Contractors:
Shoring
Miscellaneous Steel Fabrications
Exterior Closure
Interior Stairs
Interior and Exterior Partitions and Metal Studs
Vertical Transportation
Pneumatic Tube System
Fire Protection
Fire Alarm
Building Maintenance
Non-Structural Bracing Systems
Equipment Anchorages
x. Manage the Design Build Sub-Contractors’ activities during the Pre-Construction phase of the Project. Design
Build Sub-Contractors shall assist the Proposer, Owner and the Architect in all areas of design and planning of
the Project as related to the specific discipline or trade of each, and as detailed in Task Order, and be
responsible for the complete design of their specific element of the Project. The Design Build Sub-Contractors’
cost for design services will be added to Task Order 1 by Change Order.
y. Design Build Sub-Contractors will be responsible for developing their design based upon design criteria
established by the Architect of Record and in coordination with the work of the Proposer and other Sub-
Contractors.
z. A Georgia licensed architect or engineer must prepare, sign and seal as the registered engineer of record the
designs, calculations, reports, and specifications for Design Build scopes of work.
aa. All Design Build Sub-Contractors must procure and maintain professional liability insurance covering their
design services as described in Article 7 of the General Conditions.
ab. Provide Pre-Construction Services for all Owner-furnished fixtures, furniture and equipment (FF&E), including
medical equipment, and coordination with Owner and the Architect to integrate design for FF&E with all
disciplines. Coordination will include at a minimum, all backing for attachments, all structural requirements
and all building system connections.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
ac. Provide Pre-Construction Services for information services and low voltage systems, including but not limited to
security systems, fire alarm, nurse call, audiovisual, way finding, cable TV, paging, communications
infrastructure, and distributed antenna system. The Architect and Proposer shall utilize and include as a part of
applicable overall contract document packages, “GHS Architectural, MEP, Low Voltage and Technology
Standards Document”.
2. Concealed Conditions Program
a. Proposer shall be responsible for formulating a written program to investigate the existence of concealed or
unknown conditions on or about the Project site to be known as the ("Concealed Conditions Program") for
approval by Owner. The Concealed Conditions Program shall be developed in consultation with Owner and the
Architect, and shall be designed to discover existing concealed or unknown conditions to the extent they may be
discovered with a reasonable expenditure of time and expense, with the goal of minimizing the need for change
orders during construction due to concealed conditions.
b. After meeting with Owner and the Architect and other members of the project team, the Proposer shall draft and
submit a proposed Concealed Conditions Program, together with an estimate of the cost of each component of
the investigation. The proposed Concealed Conditions Program shall include an investigation of all areas of the
Project site where: (a) the then-current Design Development or Construction Documents, (b) any as-built plans,
specifications, old shop drawings or other construction documentation furnished by Owner, or (c) a reasonable
physical inspection, including the extrapolation of the location of structural members, pipes, wires, conduits,
underground utilities or other physical features, indicate there could be a condition which should be investigated
and taken into account in developing the Construction Documents, demolition plan, Disruption Plan or any other
Project documents. Any as-built plans, specifications, old shop drawings or other construction documents
describing the existing facilities are supplied by Owner as an aid in the formulation of the Concealed Conditions
Program and may not be relied upon as an accurate depiction of the existing facilities.
c. Owner and Architect shall review the proposed Concealed Conditions Program, and shall provide direction with
respect to which areas are to be investigated. The approved scope of work will be added to Task Order 1 by
change order. After receiving such direction, Proposer shall initiate and complete the Concealed Conditions
Program as so approved. To the extent necessary or desirable, Owner shall request the Architect (through its
consultant(s), if appropriate) to observe and prepare sketches, annotate as-built drawings or otherwise document
the condition of uncovered areas. Proposer shall provide Owner and the Architect with a written report setting
forth the results of the Concealed Conditions Program for potential incorporation into the Construction
Documents. Owner shall have the right to rely on the accuracy of the information provided by Proposer with
respect to results or findings of the Concealed Conditions Program.
d. Subject to any more restrictive definitions in the General Conditions of the Construction Contract in Section 6.11
or otherwise, and relating to concealed or unknown conditions, for purposes of this Concealed Conditions
Program, concealed or unknown conditions mean conditions encountered on or about the Project site that are
(a) subsurface or otherwise concealed physical conditions which differ materially from those shown on the
then-current Design Development or Construction Documents, or (b) unknown physical conditions of an unusual
nature which differ materially from those ordinarily found to exist and generally recognized as inherent in
construction activities of the character provided for in the then-current Design Development or Construction
Documents. The Proposer is expected to perform site investigations as a part of their Pre-Construction Services
such as, but not limited to, above ceiling surveys, utility surveys, existing floor elevations, verifications of site
utilities and existing electrical panel verifications where required.
e. Owner may elect to perform any items of investigations by separate Proposers as may be appropriate.
3. Disruption Plan
The Grady Memorial Hospital Corporation d/b/a Grady Health System
a. Proposer shall prepare a written disruption plan ("Disruption Plan") for approval by Owner that allows existing
facilities and functions to continue in operation with a minimum of intrusion and interruption from the Work. The
Disruption Plan shall be developed in consultation with Owner and Architect, be consistent with the Owner'
Interim Life Safety Measures policy and procedures, ICRA and Preconstruction Risk Assessment Policy, and set
forth provisions for minimizing Work-related disruptions to the operations of occupied facilities, including without
limitation, disruptions caused by noise, fumes, dirt, dust, vibration or other physical intrusion, utility interruption,
ingress and/or egress blockage and destruction of existing structures or systems. The disruption plan shall provide
for the giving of notice to Owner not less than fifteen business days before any anticipated disruption to allow
advance operational planning. All Sub-Contractors and other personnel involved in the Work will be required to
strictly comply with the approved disruption plan.
4. Parking Plan
a. Proposer shall prepare a written parking plan ("Parking Plan") for approval by Owner. The Parking Plan shall
comply with all the parking requirements of the City of Atlanta, other Governmental Authorities, and GHS’s
policies. The Parking Plan shall make provisions for the parking of all personnel involved in construction of the
Project without reducing the number of parking spaces available to the general public, including visitors and all
staff of the existing facility, on city streets or public garages near the Project site.
b. The Parking Plan may involve the leasing of remote parking sites and the provision of shuttle services. The Parking
Plan shall set out the costs of various alternatives, and shall be submitted to Owner for approval in advance of
Sub-Contractor bid solicitation. Owner may approve or disapprove any proposed arrangement, whether based
on cost or other factors, and shall have the right, but not the obligation, to establish van pools, lease remote
parking facilities and otherwise become directly involved in implementing the Parking Plan.
c. Proposer shall promptly make any revisions to the Parking Plan required by Owner. All Sub-Contractors and other
personnel involved in construction of the Project will be required to strictly comply with the approved Parking
Plan.
5. Project Schedule
a. Proposer shall prepare a Pre-Construction Schedule for approval by Owner that is consistent with the
Architect’s approved design schedule, and that includes all activities required for the performance of all Pre-
Construction Services of Proposer. Proposer shall maintain and update the Owner approved Pre-Construction
Schedule not less than monthly. Pre-Construction Schedule updates shall be consistent with the projected
dates for delivery of the various phases of drawings and specifications, and the latest projected dates for
Owner’s response times, estimate updates, and key milestones as identified in Exhibit B of this Task Order.
Proposer’s response times shall also be included and must not impair Architect or Owner’s ability to meet
schedule milestones.
b. Proposer shall generate a preliminary Construction Schedule at 50% Schematic Design Phase. As design
progresses thereafter, Proposer shall revise and maintain the preliminary Construction Schedule consistent
with its developing perspective of the Project, the Construction Budget, and other Project requirements. The
Proposer–provided, Owner approved Construction Schedule with the information listed in Section 4.4.1 of the
General Conditions of the Construction Contract shall be provided as part of the GMP proposal.
6. Construction Cost Estimates
The Grady Memorial Hospital Corporation d/b/a Grady Health System
a. Construction cost estimates will encompass Proposer’s Direct Costs to perform the Work as defined in the General
Conditions of the Construction Contract in Section 1.1.31, and Section 5.1, and otherwise. As part of the
construction cost estimate, Contactor shall include a specific dollar amount for Proposer’s General Conditions as
defined in Section 1.1.20 of the General Conditions of the Construction Contract and Proposer’s’ General
Requirements as defined in Section 1.1.21 of the General Conditions of the Construction Contract, Proposer’s
Contingency as defined in Section 1.1.19 and Fee as defined in Section 1.1.36 of the General Conditions of the
Construction Contract.
b. Proposer shall develop a minimum of six (6) separate itemized estimates of the construction cost for each
program. These cost estimates are prepared at the conclusions of (a) 50% Schematic Design, (b) 100% Schematic
Design, (c) 50% Design Development, (d) 100% Design Development, (e) 60% Construction Documents, and (f)
95% Construction Documents phases, as identified in the Project Schedule. The cost estimates shall be presented
in CSI master format, correlated to a building systems format, with separate line items for each trade to be bid,
and shall in all respects be in the same format used by the Architect and the Owner. The Proposer’s format shall
be approved by Owner so that Architect, Owner and Proposer estimates may be directly compared. Cost
estimates shall identify all fees, allowances, contingencies and Proposer’s General Condition’s costs separately,
and shall contain all the elements required to be included in the Guaranteed Maximum Price ("GMP") for
Construction Services.
c. The Proposer shall maintain a tracking log for design scope changes as they occur and provide cost impacts related
to the most current approved milestone budget.
d. After completion of the Proposer’s estimate at each stage, the Architect and Owner cost estimates will be
provided to Proposer. The Proposer shall review and reconcile each line item of the respective estimates and
provide a detailed analysis of any deviations.
e. Proposer shall collaborate with Owner and the Architect to reconcile discrepancies between Proposer, Owner
and the Architect estimates, and shall assist the Architect to incorporate alternates approved by Owner as
necessary to maintain the Project budget. In the event the Architect, Owner and Proposer are unable to agree
that the work described in any bid package can be built for the budgeted amount, the Owner’s determination
shall govern for estimating purposes.
f. The Proposer shall prepare a Guaranteed Maximum Price proposal for the Construction Services based upon the
100% Design Development Documents and the approved Project Schedule, in the same format as construction
cost estimates. In the event the GMP proposal for the Project is not within the construction budget or Project
Schedule, Proposer shall provide, at no additional cost to Owner, such further Pre-Construction Services of
Proposer as may be necessary to adjust, reduce or re-sequence the scope of the Project as necessary to align the
GMP proposal to the Owner’s requirements.
7. Sub-Contractor Bidding
a. For all Subcontracts, Proposer shall prepare all necessary bidding forms, information and related documents
within a presentable and organized Bid Tab Analysis package identifying the scope of work for the review and
approval of Owner and the Architect. Proposer shall assemble and provide Owner with separate bound Bid
Packages containing the design documents, related data and other documents, and bidding forms. The bidding
documents shall require bidders to bid all alternates.
b. As soon as practicable during the performance of the Pre-Construction Services, Proposer shall: develop bidders’
interest in the Project; prepare lists of potential Sub-Contractors and major suppliers for various portions of the
Work, including Design Assist and Design Build scopes, and shall consult with Architect and Owner regarding such
lists. Proposer shall obtain and provide Owner with such background information on any potential Sub-
The Grady Memorial Hospital Corporation d/b/a Grady Health System
c. Contractors and major suppliers as Owner shall reasonably request. Owner and Proposer shall agree upon a final
list of proposed, qualified Sub-Contractors and major suppliers, provided that Owner and Architect shall
have no duties or liabilities arising out of their participation in the preparation of any lists of proposed Sub-
Contractors and major suppliers. Unless otherwise approved by Owner, Proposer shall not obtain bids from or
contract with any Sub-Contractor or major supplier who is not on the approved list for any portion of the Work.
Use of any Sub-Contractor is subject to Owner’s approval.
d. Upon written authorization from Owner, Proposer shall issue Bid Packages to the approved Sub-Contractors and
major suppliers for such Bid Package, and shall use good faith efforts to obtain not less than three (3) qualified
bids for each trade or vendor category, including for Design Assist and Design Build Sub-Contractors. If it is
difficult or infeasible for Proposer to obtain three (3) qualified bids for each trade or vendor category, the reasons
therefore shall be documented by Proposer and approved by Owner prior to receipt of bids.
e. Contactor shall establish bidding schedules in accordance with the procurement requirements set forth in the Pre-
Construction Schedule; develop Sub-Contractors scopes of Work and Bid Packages and issue bidding documents
to the pre-qualified, interested bidders. Proposer shall collaborate with Owner and Architect regarding the
evaluation and analysis of bids received to determine the best Sub-Contractors for each Bid Package that is best
suited for the Project based on any best value criteria that have been established. Proposer shall enter into
written subcontract agreements, in form and substance approved by the Owner in each instance, with the
selected, responsive, responsible bidder, pursuant to Section 4.3 of the General Conditions of the Construction
Contract.
f. Proposer shall conduct pre-bid and pre-award conferences, maintain written records of such conferences, record
all bidders' contacts, questions and the responses provided thereto as they relate to the Project, and shall deliver
such records to Owner and Architect upon request. Proposer shall give Owner not less than 48 hours’ notice prior
to holding
pre-bid or pre-award conferences, and Owner shall have the right, but not the obligation, to attend any such
conference.
g. At Owner's request, Proposer shall rebid all or any portion of the Work.
h. Design Assist. Design Assist Sub-Contractors are to be solicited by Proposer following issuance of 50% Schematic
Design, in order to commence Design Assist services promptly following issuance of 100% Schematic Design.
Proposals obtained from prospective Design Assist Sub-Contractors are to include a Stipulated Sum proposal for
Design Assist services, and an indicative price for the Construction Services for that trade specialty. Design Assist
Sub-Contractors will be considered for award of the Construction Services without rebidding based on their
performance during Design Assist and their Stipulated Sum proposal developed during Design Assist, and
considering compliance with their indicative price. Alternatively, the applicable Construction Services may, with
agreement and/or direction of Owner, be solicited for competitive bids as with other subcontracts, including
where the Design Assist Sub-Contractors propose to do the Work for more than the indicative price.
i. Design Build. Design Build Sub-Contractors are to be solicited following issuance of 100% Schematic Design, in
order to commence their Design services promptly during Design Development. Proposals obtained from
prospective Design Build Sub-Contractors are to include a Stipulated Sum proposal for Design services only, as well
as a Stipulated Sum for the full Design Build scope. Based on 100% Design Development Documents, Design Build
Sub-Contractors will have an opportunity to adjust their price for full Design Build scope based on any changes
made during Design Development. Upon such Stipulated Sum confirmation (or justified adjustment), Design Build
Sub-Contractors will either be engaged for the full Construction Services Design Build scope or, alternatively with
agreement and/or direction of Owner, competitive bids as with other Sub-Contractors will be obtained for the
applicable Construction Services for such scope based on the design provided by Design Build Sub-Contractors or
as otherwise agreed upon or directed by Owner.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
j. Owner’s general preference is for the Proposer to engage the Design Assist Sub-Contractors and the Design Build
Sub-Contractors for Construction Services, upon successful execution and completion of their respective Design
Assist and Design Build scope. However, Proposer shall engage the selected Design Assist and Design
Build Sub-Contractors for Pre-Construction Services. No assurances are offered or shall be made that such Sub-
Contractors will be utilized for Construction Services. Any decisions by Owner not to utilize Design Assist or Design
Build Sub-Contractors for the Construction Services, and instead to rebid such scope(s), shall be implemented by
Proposer without increase in the Pre-Construction Services GMP.
k. A significant amount of document preparation by the Design Assist Sub-Contractors and the Design Build Sub-
Contractors is expected as part of the planned delivery model and will be incorporated into the Construction
Documents submitted for review by Governmental Authorities, subject to oversight and management by
Proposer. Architect and Design Engineers of Record will retain overall Governmental Authorities submission
responsibility for the duration of the Project.
l. Proposer shall plan and manage the bid process to assure Sub-Contractors and suppliers are engaged at
appropriate times to assure Project success.
m. Self-performed Work by Proposer is not prohibited, provided that the Proposer shall request to submit bids to
perform Work by its own forces, and all such proposals are subject to approval by Owner and such conditions on
approval as Owner may require, including but not limited to requiring submission of competitive bids in addition
to Proposer’s own bid. There is no assurance or right of the Proposer to provide any self-performed Work, and
any such approvals are at the sole discretion of the Owner.
n. The Proposer and its Sub-Contractors shall familiarize themselves with GHS’s purchasing program (or any GPO
that the Owner may engage) and implement Owner’s agreements as the Owner may choose.
8. Building Information Modeling (BIM)
a. At the earliest possible date in the performance of the Pre-Construction Services, Owner, Architect and its
consultants, will meet with Proposer and Sub-Contractors for a “BIM Workshop” to jointly develop a “BIM
Execution Plan (BIMxPlan)”. The “BIMxPlan” will contain the protocols for developing, implementing,
coordinating, reviewing, and exchanging information through building information models. The Proposer,
Sub-Contractors and Architect’s design team will discuss, coordinate, test and adjust their BIM practices, to
allow information to be used, to the greatest practical extent, by all parties for their respective purposes.
b. Proposer shall refer to Exhibit E, Minimum Design Phase Document Standards Including Design Assist and
Design Build Responsibility Narrative & Matrix for a detailed description of the requirements for BIM and
Design Assist and Design Build responsibilities and deliverables.
c. Architect will manage Project data and host the BIM model within its facilities. Updates will be posted within
e-Builder as described in the BIMxPlan.
9. GMP Proposal
a. As part of Pre-Construction Services, Proposer shall provide a GMP for Construction Services for the
Project. The basis for the GMP will be the 100% Design Development documents issued by the Architect.
The GMP shall be developed from estimates of the cost of the Work, proposed prices from Design Assist
and Design Build Sub-Contractors (except as Owner has otherwise agreed), proposed prices from other
potential Sub-Contractors and suppliers ,a 3% Proposer Contingency, and the Stipulated Sums supplied by
Proposer for Proposer’s General Conditions and Proposer’s General Requirements, insurance, Sub-
Contractors Default Insurance, bonds, and Proposer Fee as previously accepted by Owner or as
subsequently adjusted with the approval of Owner. The GMP shall be accompanied by evidence of Sub-
Contractors and supplier price proposals included in the proposed GMP and justification of any allowances
included. Following the Owner’s receipt of such GMP, Proposer shall promptly respond to questions by
The Grady Memorial Hospital Corporation d/b/a Grady Health System
Owner and shall submit revisions as required, until Proposer and Owner agree on a mutually acceptable GMP.
Upon acceptance by the Owner, the GMP shall be set forth in the Construction Services Task Order 2.
b. The GMP will include a 3% "Proposer’s Contingency", as defined in Section 1.1.19 of the General Conditions of
the Construction Contract, for use by the Proposer for Work that was not foreseen and should have been
included in the estimated cost of the Work as included in the GMP. Items such as code related issues,
coordination of work, spot schedule acceleration and overtime, and scope gaps between subcontract work
packages may be charged against the Proposer’s Contingency with approval by the Owner, which will not be
unreasonably denied. The Proposer may draw upon the Proposer’s Contingency with prior notification and
approval by the Owner. Proposer will be required to furnish documentation evidencing expenditures charged
to the Proposer’s Contingency and the reasons therefore in such form and detail as the Owner may reasonably
request from time to time.
c. The GMP shall include Proposer’s General Condition’s costs for Proposer’s staff costs, field offices and
administrative costs, as defined in Section 1.1.20 and Article 5 of the General Conditions of the Construction
Contract Proposer’s General Conditions shall include, but not be limited to those items listed in Exhibit D II A
and B of this Task Order and shall be included within the Proposer’s GMP as a Stipulated Sum.
d. The GMP shall be in a format acceptable to the Owner and shall include, but not be limited to:
Cost Proposal
Description of the Project
Stipulated Subcontract amounts
Stipulated Proposer’s General Conditions
Rates for project personnel
Insurances and Bonds
Proposer’s Contingency
Allowances
Fee
Schedule
List of Relevant Documents
e. If the actual cost of the Work plus the Proposer’s Fee total less than the GMP, then seventy-five percent (75%)
of all such savings will be retained by the Owner and twenty-five percent (25%) of such savings will be paid to
the Proposer at the time of final payment, provided that the Proposer did not violate any of the terms and
conditions of the Contract Documents, there are no existing Disputes between Owner and Proposer, and there
are no pending Claims, Disputes or mechanic’s liens on or related to the Project. In the event of any such
pending Claims, Disputes, or mechanic’s liens, the twenty-five percent (25%) share to be paid to the Proposer
shall be held by Owner until such time that all such Claims, Disputes or mechanic’s liens are fully adjudicated or
settled and any costs incurred by Owner to resolve such Claims, Disputes, or mechanic’s liens shall be deducted
from the twenty-five percent (25%) share to be paid to the Proposer. The GMP shall be modified only as
provided by Change Order.
f. If the Owner and Proposer fail to establish an acceptable GMP and/or Project Schedule, the Contract may be
terminated for convenience in whole or in part, in the Owner’s discretion, in accordance with Section 9.7 of the
General Conditions of the Construction Contract.
10. Pre-Construction Services Compensation
a. Allowable Costs for Pre-Construction Services. Task Order 1 establishes a GMP for Pre-Construction Services,
which is the GMP amount to be paid by the Owner for Pre-Construction Services, other than as specifically
provided herein. A spreadsheet is attached to Task Order 1 as Exhibit D that includes a staffing plan and the
billable rates for each Pre-Construction staff member spread over the duration of the Pre-Construction Services.
All reimbursable costs defined in Section 5.1 of the General Conditions of the Construction Contract and required
for Proposer to perform the required scope of services (except insurances and Proposer’s Fee for change orders)
shall be included into the approved billable rates. The costs for Pre-Construction Services, in accordance with this
spreadsheet, will be billed monthly based on approved rates and the actual time spent on the Project.
b. Fee. The Proposer’s Fee for Pre-Construction Services as set out in this Task Order 1 is defined in Section 1.1.36 of
the General Conditions of the Construction Contract. The allowable Proposer’s Fee on Change Orders during the
The Grady Memorial Hospital Corporation d/b/a Grady Health System
Pre-Construction Phase is stipulated in 3.1.3 of Task Order 1. Sub-Contractor’s costs for Design Assist and Design
Build Subcontracts shall be added by change order to this Task Order 1, with allowable Proposer’s Fee. However,
pursuant to Section 5.1.15 of the General Conditions of the Construction Contract, Proposer shall not be entitled
to charge any Fee on, for, in relation to, or as a percentage of any Fees charged by a Sub-Contractors, or vendor.
The allowable Sub-Contractor’s Fee for change orders during the Pre-Construction Phase will be the same as the
Proposer’s Fee.
c. Daily Rate. The Daily Rate for extended Pre-Construction Services costs, as set forth in 3.1.4 of Task Order 1, is to
be used for extensions of Pre-Construction Services in case of a permitted delay.
11. Collocated Project Facilities a. Owner will provide facilities at its cost for the Owner’s Representative, Architect, Proposer, and Design Assist and
Design Build Sub-Contractors. Parking will be provided in accordance with an approved Parking Plan.
b. Proposer shall be responsible for all of its own supplies, housekeeping, furnishings, fixtures, equipment, network
servers, office computers, monitor screens, printers, plotters, plan tables and kitchen appliances, etc. required for
its own use within Owner-furnished facilities. All associated costs shall be part of Proposer’s proposed GMP for
Pre-Construction Services and included within the approved billable rates in Exhibit D.
12. Communication Software a. The Proposer, Architect/Engineer, Owner and Owner’s Representative shall use the internet-based project
management communications tool, e-Builder and protocols. The Proposer and all Sub-Contractors shall include
all costs related to the yearly user licenses required to complete the Project and such costs are within the GMP
for Pre-Construction Services and the GMP for Construction Services.
SECTION IV: INSTRUCTIONS TO PROPOSERS
1. SELECTION & AWARD SCHEDULE a. The currently planned schedule for selection and award of services is as follows:
Publish RFP on Grady website June 7, 2018
Pre-Proposal Conferences June 15, 2018
Last Day for Questions June 21, 2018
Proposal Due Date June 29, 2018
Presentations by Select Firms Week of July 16, 2018
Negotiation Period Week of July 30, 2018
Award and Execution of Agreement and Task Order 1 Week of August 6, 2018
b. The dates or steps listed above are for reference only and not intended to establish any contractual expectation.
GHS may modify those dates and adjust the planned schedule or process.
2. DUE DATE
Sealed proposals must be submitted to GHS’s Representative, Steve Smith by 4:00 p.m. on June 29, 2018.
a. All proposals will be submitted in hardcopy with an accompanying electronic copy (USB Drive containing PDFs
of entire submittal package).
b. Twelve (12) bound hardcopy proposals are to be submitted in entitled “Proposal for Pre-Construction and
Construction Services for The Center for Advanced Surgical Services Project.”
c. GHS may reject all proposals received after the specified time and may return proposals unopened.
d. GHS may reject a proposal that does not contain information requested by this RFP. GHS may at any time
request from a Proposer clarifications to a proposal or supplemental information.
e. GHS may in its discretion waive any of these RFP requirements. However, GHS expects that Proposers adhere
to these RFP requirements and failure to adhere to such requirements may result in a proposal not being
considered and deviation may be considered by GHS in the selection of the Proposer with whom it elects to
contract.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
3. PRE-PROPOSAL CONFERENCES
Mandatory Pre-Proposal Conference – GHS will conduct one (1) mandatory pre-proposal conference for each
Proposer. Key representatives from the Proposers’ team must be present at pre-proposal conference (note that
attendance will be limited to 8 representatives of the contractor).
a. Pre-Proposal Conference will be held June 15, 2018 at
Steiner Auditorium
68 Armstrong Street SE
Atlanta, Georgia 30303
b. This conference will provide each Proposer with an opportunity to have GHS and HOK address any comments
and provide clarifications related to the Proposal.
c. Addenda will be issued to address clarifications or comments resulting from pre-proposal conferences.
4. GHS’S REPRESENTATIVE
Steve Smith, Director Facilities Development
404-616-3872
Mailing Address: Office Address:
Grady Health System Grady Health System
Facilities Development Facilities Development
80 Jesse Hill Jr. Drive, SE 22 Piedmont Avenue – Third Floor
Atlanta, Georgia 30303 Atlanta, Georgia, 30303
5. QUESTIONS REGARDING THIS PROPOSAL
a. Questions shall be submitted in writing by email or separate correspondence to Steve Smith’s email:
b. The deadline for submitting questions is COB June 21, 2018. GHS’s Representative will distribute its responses
in written addenda.
c. No oral statement, clarification, or opinion regarding anything in the RFP is valid or binding unless also issued in
writing by GHS’s Representative.
d. GHS’s Representative is the only person authorized to provide a formal response to a question.
e. No GHS employee or other GHS consultant is authorized to make any statement that would bind GHS regarding
this RFP.
6. SUBMISSION REQUIREMENTS
Format - The Proposal must be submitted in the format as follow:
a. Submit twelve (12) hardcopy proposals in an 8 ½” x 11” format, bound, double sided, using at a minimum 10
point font size, with exhibits and drawings on an 11” x 17” format folded to an 8 ½” x 11” size.
b. Submit proposal in hardcopy with an accompanying electronic copy (USB Drive containing PDFs of entire
submittal package).
c. Submit proposal titled: “Proposal for Pre-Construction and Construction Services for The Center for Advanced
Surgical Services Project.”
d. Content of Proposal - The Proposer will submit each Proposal in the following tabbed format:
e. Tab 1 - Cover Letter: Provide a brief introduction of the proposed Team and include an overview of the
successes, history and approach to providing a successful project of this scope and complexity. Proposer
should also affirm that the proposed Project can be successfully completed within the prescribed schedule
and estimated amounts.
f. Tab 2 - Proposer’s Technical Expertise: This section provides the Proposer an opportunity to show its
understanding of the entire Project, to identify important issues or considerations, to demonstrate the team’s
experience, to identify its management approach to Design Assist and Design Build with incremental
approvals and to provide technical narrative that responds to this RFP and its Project Drivers.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
g. Tab 3 - Governmental Review and Coordination: Provide a narrative describing the approach proposed to
manage the phased GHS and Governmental Authorities review. Also include a narrative describing your
approach to phased partial building construction and incremental approvals from the multiple Governmental
Authorities. Address the process to coordinate ongoing design efforts, concurrent construction activities, TIO
management, communication and management strategy to support these activities.
h. Tab 4 - Proposer’s Team Personnel and Organization: This section is used to understand the Proposer’s overall
Project organization, lines of authority and staffing plan, including the durations of the persons and positions
proposed for this Project. The Proposer shall also identify key personnel who will serve as primary contacts,
possess professional certifications and demonstrate successful related work experience on projects of similar
scope and complexity. The Proposer is expected to commit key personnel to the Project through Substantial
Completion to
i. Maintain continuity with GHS and Project Staff as outlined in the General Conditions of the Construction
Contract. Provide an organization and staffing plan that shows the contractual reporting relationships of the
team and a narrative that defines the Project management and staffing plan by phase and key personnel for
the duration of the Project. Indicate the amount of time staff will spend onsite and/or in co-location space.
j. Tab 5 - Delivery Plan: Provide a narrative description of how Pre-Construction Services with Design Assist and
Design Build and Construction Services will be integrated to the overall work plan and coordinated throughout
the entire Project, including but not limited to:
i. Defining the responsibilities of the Contractor and other Subcontractors, and the
integration of Design Assist Subcontractors and Design Build Subcontractors;
ii. Describe what the plan will be for developing and maintaining communication
between the aforementioned team members, as well as between the Design
Team and Owner;
iii. Describe how Proposer will develop an approach that integrates the ongoing
review, coordination, and quality control processes to the specific packages
during the continued design, review durations, start of work in the field, and
coordination with the remaining design packages;
iv. Describe how the proposed team will participate and coordinate in the design,
design and constructability reviews, estimating, and scheduling regarding
construction methods, sequencing, material and equipment selection, system
development, overhead and underground systems and utility development;
v. Describe your approach to and philosophy on value engineering;
vi. Describe your safety program and provide your company’s safety record,
including EMR for the past three (3) years;
vii. Identify responsible individuals who will define and manage the process of
developing the Subcontractor scope packages, how they will be coordinated and
prepared; the prequalification process for Subcontractors; how the trade work
coordination is to be integrated and finalized for shop drawings and
construction documents, required equipment testing and certification, then
tracked for Subcontractor progress in the field and resolution of final installation
coordination issues between all trades;
viii. Identify any scopes of work that your firm might self-perform, provide evidence
of successful delivery of self-performed work on previous jobs, and describe any
benefit to the Project;
ix. Describe your approach to development and implementation of the BIMxPlan,
identify who from your team will be responsible for managing the data, and
approach to integration with the design team;
x. Describe how building information modeling, construction mockups and other
3-dimensional design tools will be integrated into the Project to minimize issues
with field coordination of work by multiple trades;
xi. Provide a process flow chart that illustrates how the building information
modeling and Design Assist and Design Build responsibilities and deliverables
will be integrated into permit set of documents. Include level of detail (LOD)
The Grady Memorial Hospital Corporation d/b/a Grady Health System
descriptions within the flow chart;
xii. Describe how the quality of materials and equipment are to be assessed during
the design to define minimum life-cycle prices and identify the best selection of
material and equipment;
xiii. Describe your process for Cost Control throughout the project design and
construction phase. Specifically address your approach to Schematic Design
Estimates, Design Development Estimates and Construction Documents
Estimates. Include discussions about contingency management and your
recommendations for how contingency is best used to successfully deliver
projects within budget. Please discuss the applications of contingencies as they
relate to foreseeable and non-foreseeable changes after the GMP is accepted.
Also discuss the use of Allocations and Allowances and how your approach will
utilize them;
xiv. Describe how the proposed team will coordinate Medical Equipment installation
planning to provide GHS flexibility and “just in time” selections of major
architecturally-significant equipment;
xv. Describe how the proposed team will coordinate other Equipment installation
planning and coordination of Owner-Furnished Owner-Installed (OFOI) items,
Owner-Furnished Contractor-Installed (OFCI) items, and Contractor-Furnished
Contractor-Installed (CFCI) items;
xvi. Describe the plan once construction of the Project has commenced to
coordinate the on-going design, reviews, and approvals with the progress of
work in the field;
xvii. Provide a narrative description of the process that will be used and the
responsible party to oversee the implementation of redline construction
comments, integrating RFI responses, updating drawing packages with addenda
and clarifications in an effort to maintain a record set of drawings on a “real
time” basis and fully utilizing the Design Assist and Design Build models;
k. Tab 6 - Schedule: The Proposer shall provide a Conceptual Project Schedule that coordinates and integrates
the Pre-Construction Services with milestone dates for each permit package including milestone estimates and
where appropriate, DCH reviews, procurement of City approvals, construction of the Project, and Final
Completion within the Contract Time.
i. The Conceptual Project Schedule will be prepared in Primavera P6 and broken
down by activity and duration highlighting the critical path.
ii. See Exhibit B - Project Schedule Milestones for major project milestones and
constraints.
l. Tab 7 - Cost Proposal: The Proposer will provide work plans for the Project. Work plans will be required in the
format as detailed in Exhibit D, inclusive of subsections for each category – Pre-Construction Services and
Construction Services.
i. Task Order 1 shall set forth a Guaranteed Maximum Price amount for Pre-
Construction Services.
ii. The Proposed pricing shall include sufficient detail that shows:
� The Contractor’s proposed fee percentage, separately for Pre-
Construction Services and Construction Services portions.
� The proposed firm price for all General Conditions during the
performance of Construction Services based on Project scope, budget
amounts and time line defined within 1.2.4.
� The Proposer’s Contractor Controlled Insurance Program (CCIP) rate
consistent with the policy limits defined in Exhibit 1 of the General
Conditions of the Construction Contract.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
� The Proposer’s rate for Subcontractor Default Insurance. Proposer shall
also include a footnote listing any subcontractors that would not be
included into the Proposer’s program.
� The Proposer’s rate for 100% Performance Bond and Payment Bond for
the Guaranteed Maximum Price and another rate for 100% of the
Construction Services Fee, General Conditions and General
Requirements.
� The proposed Pre-Construction Services price shall represent the
complete amount to perform the Pre-Construction Services scope of
work within the time detailed in Task Order 1.
� The Proposer may at their option provide an alternate general
conditions and schedule proposal with such detail as would be required
for a complete analysis by GHS.
iii. Provide rate schedules for proposed team members for entire term of
Agreement, separately for Pre-Construction Services and Construction Services.
iv. For extended Pre-Construction Services, beyond the time period for such
Services indicated in 1.2.4, provide an all-inclusive daily price to be applied to
additional days of Pre-Construction Services if required by GHS.
v. Rates shall be fully burdened and include all of Proposer’s costs, whether direct
or indirect and include all offices and administrative costs.
vi. GHS reserves the right to modify the scope of work described in this RFP, which
may result in a negotiated fee, subject to changes in the terms and conditions of
the final agreement and final fee cost.
m. Tab 8 - Acceptance of Agreement and Terms and Conditions: The Proposer must include a statement affirming
its acceptance of all of the terms and conditions contained in Task Order 1 and the project contract
documents referenced there in. If Proposer takes exception with any of the Agreement and General
Conditions of the Construction Contract, Proposer shall provide a red-lined mark up of such provisions,
grounds for such exception, and proposed resolution which may or may not be accepted by GHS. GHS will
consider the extent and nature of changes requested by each Proposer in determining which Proposer to
select.
7. ADDENDA
a. Proposers must direct all questions about the meaning or intent of any documents in writing to Owner’s
Representative per Section E above. GHS will issue by formal written addendum any interpretations or
clarifications on behalf of GHS in response to such questions via postings on website. Proposers should not rely
on any answers not included in a formal written addendum. Responses may not be provided to all inquiries.
b. GHS reserves the right to issue addenda to modify any documents related to this RFP.
c. Proposer will acknowledge its receipt of all addenda in its proposal.
d. Proposers may obtain a complete list of addenda from GHS prior to submission of its proposal.
8. CONFLICT WAIVER
a. Alston and Bird – GHS has retained the law firm of Alston and Bird to advise GHS regarding the Project,
including Project contract documents and Alston and Bird has been acting in the capacity for some time. Alston
and Bird may also provide legal representation or legal advice to one or more of the Proposers, but on current
or prior unrelated matters. Bidders are advised that Alston and Bird’s representation of GHS may include
negotiations between GHS and Bidders(s) regarding he terms of any agreement and representation of GHS in
connection with any disputes that may arise in connection with the Project. Submission of a response
to the RFP on the Project confirms that Bidder has no objections and consents to Alston and Bird’s
representation of GHS in all matters arising out of the Project as GHS needs to be in a position to continue to
use its Project counsel over the life of the Project.
SECTION V: EVALUATION AND SELECTION
The Grady Memorial Hospital Corporation d/b/a Grady Health System
PROPOSAL EVALUATION CRITERIA
GHS intends to award a contract to the Proposer whose proposal is considered to be the most advantageous to
GHS and provides the “best value” in terms of Construction Expertise, Project Approach and Delivery,
Reputation for Quality and Service, Cost and most clearly aligns with the Project Drivers. The selection of the
Proposer deemed to be both responsible and to offer the “best value” to GHS shall be reserved to the sole
discretion of GHS. The experience and qualifications of the proposed key personnel are critical to having a
successful proposal. GHS reserves the right to reject all proposals
.
1. Price. The Proposer’s price will be 25 percent of the total weight of consideration given to all criteria factors. The Proposer’s Price Proposal will be scored by the selection committee taking into account the total of all costs within proposal. The more competitive overall cost will achieve a higher score. A summary of each price proposal will be made available to the selection committee just prior to final selection of Proposers to be interviewed.
2. Key Personnel Experience and Qualifications. The Proposer’s strength of team will be 30 percent of the total weight of consideration given to all criteria factors. Criteria includes:
a. Project Team Experience: Show the overall experience of the project team in relation to projects of similar scope, size and complexity. b. Team member Availability: Show the availability of the team considering current project
assignments and their commitment to these projects. c. Project Executive/Director Experience: Show the experience of the project
director/executive on relevant projects with similar roles. d. Project Manager Experience: Show the experience of past relevant projects, years of
experience, and years with current company. Consider availability, other current projects and percent of commitment
e. Superintendent Experience: Show the experience of past relevant projects, availability, years of experience and years of experience with current company.
f. Project Estimator Experience: Show the experience on relevant past projects, roles, availability, current assignments and percent of commitment.
g. Team Attitude: Demonstrate aggressive, creative, collaborative motivation in pricing and scheduling of work with the Design Team and Owners.
3. Project Management Approach. The Proposer’s project approach and innovation shall be 30 percent of the total weight of consideration given to all criteria factors. Each Proposer will provide a proposal setting forth its approach to this project. Include any innovations for project delivery, collaborative team building, team integration, quality and design, and use of BIM. Describe your firm’s internal process utilizing design assist/design build to assure completeness and coordination of all disciplines on this Project. Describe your firm’s internal process for controlling design budget and design schedule. Criteria includes:
a. Estimating Experience: Demonstrate experience in preconstruction estimating on projects of similar scope and delivery method.
b. Cost Control Plan: Show how the team will approach managing and controlling project costs, including bid packages and change requests.
c. Project Communication Plan: Show how the team will identify and communicate with Stakeholders (Owners, Design Team, etc).
d. Risk Identification and Mitigation Plan: Demonstrate an understanding of the project through identification of potential risks with examples of possible mitigation plans.
e. Site and Staging Plan: Demonstrate relevant experience addressing staging, traffic control, delivery, parking, public safety, crane access, etc.
f. Schedule Control Plan: Provide a detailed Schedule; identify the necessary bid packages; including identifying, managing and controlling critical path activities.
g. Change Control Plan: Show how the team will manage and control RFIs, ASIs, PRs, PCOs, and change order pricing.
The Grady Memorial Hospital Corporation d/b/a Grady Health System
h. Project Closeout Plan: Provide a plan for project closeout to include warranty period.
i. Value Added Ideas: provide added value ideas, innovations, etc. j. Overall Understanding of Project: Show the overall understanding of the project,
the user, risks, project specific needs, and site conditions.
4. Interview and Presentation. The Proposer’s interview and presentation will be 15 percent of the total weight of consideration given to all criteria factors.
RULES AND PROCEDURES FOR NEGOTIATION 1. GHS reserves the right to negotiate with Proposers after receipt of Proposals. If none of the Proposals
are acceptable to GHS, then GHS may either reject all Proposals or commence negotiation with one or
more of the most advantageous Proposers.
2. After evaluation of the proposals, GHS will select any or all Proposers to attend a presentation and
interview with the GHS Evaluation Committee.
3. GHS will attempt to negotiate an agreement with one (or more) Proposer(s) and to execute an
agreement with a Proposer on terms and conditions that the GHS determines to be fair and
reasonable.
VENDOR REGISTRATION
All vendors are required to complete a Vendor Registration Application through the GHS electronic vendor
registration process prior to visiting any location or department of the health system. The registration allows GHS
to have a complete profile of the vendors and all representatives that visit the health system to solicit products
and services to GHS. The electronic Vendor Registration Application can be completed on the GHS website at
www.gradyhealth.org/suppliers.
SECTION VI: ATTACHMENTS
1. ATTACHMENTS TO THE RFP
a. Agreement for Construction (To be provided by 6/9/18)
b. General Conditions of the Construction Contract (To be provided by 6/9/18)
c. Task Order 1 – Pre-Construction Services (To be provided by 6/9/18)
2. ADDITIONAL REFERENCE MATERIALS
a. NBBJ Space Plan Report – Full Report
b. Topographical & Utility Survey
SECTION VII: REPRESENTATIONS AND INSTRUCTIONS
Any cost incurred in the preparation and presentation of this response is to be absorbed by the Proposer. All
documents submitted will become the property of GHS unless otherwise requested in writing by Proposer at
the time of submission. Further, any materials submitted by Proposer that should be considered
“CONFIDENTIAL” must be clearly marked as such. Submission of any materials, confidential or otherwise, will
implicitly grant the right of use by the Corporation. All portions of the Proposal that are not designated as
confidential will become part of the public record following an award. Documents designated as confidential will
be treated as such to the extent permitted by law, including but not limited to the Georgia Open Records Act.
SUBMISSION GUIDELINES
The Grady Memorial Hospital Corporation d/b/a Grady Health System
Proposers are forbidden to contact, directly or indirectly anyone other than Steve Smith, Director
Facilities Development. Steve Smith is the sole point of contact for this RFP during the RFP process. Contact
with any person other than Steve Smith is grounds for disqualification from this process.
Proposers are also strictly forbidden to attempt to influence, through internal or external third party sources the
outcome of this RFP. Your submission to this RFP serves as your confirmation that you, your firm and anyone
acting as an agent, representative or influencer on behalf of your firm has not engaged in any action that may be
construed as an attempt to influence the outcome of this RFP.
Failure to comply with any of the above stated guidelines may result in immediate disqualification. If you have any
questions regarding this RFP, email your questions/concerns to Steve Smith, Director Facilities Development
RFP TERMS AND CONDITIONS Compliance with GHS terms and conditions of the Architectural Services Agreement are required for any Proposer
selected to provide goods, equipment, or services by the awarding of any RFP.
RFP COMPLETION INSTRUCTIONS
Acceptance of Proposer’s Proposals: GHS reserves the right to accept or reject any Proposal, change these
specifications or waive any formalities. Should it be necessary to modify an application to fulfill the needs of GHS,
GHS will retain exclusive rights of ownership and use of all design documents, programs, and documentation
developed. The Proposals, as submitted, will be the basis for contract negotiations and will be included in any
contract between GHS and the selected Proposer. Representations made within the Proposals will be binding
on responding Proposer. Proposer’s responses should be written in a concise and forthright manner. Proposers
may be excluded from further consideration for failure to fully comply with the specifications of this RFP,
including the failure to return ALL required documents, as well as, not using the forms and files as included.
GHS will not be responsible for any costs associated with Proposals as submitted.
Proposer Selection: GHS reserves the right to make an award based solely on the Proposals as submitted, or any other
basis, or to negotiate further with one or more Proposers. The Proposer(s) selected will be chosen on the basis
of greatest benefit to GHS, as determined by GHS, and not necessarily on the basis of the lowest price. Award
of a contract, if any, resulting from this RFP, will be subject to the terms and conditions of GHS purchasing
policies. Upon completion of the initial review and evaluation of the Proposals, selected Proposers may be
invited to participate in oral presentations.
Full Right of Selection and Rejection: The right to reject in its entirety or to select a Proposer providing other
than the lowest cost product is reserved. GHS reserves the right to select and award, at its option, the runner-
up’s Proposal in the event the selected offer for award or Proposer receiving the award, upon further review
and solely in the opinion of GHS, fails to meet all qualifications or specifications or proves to be a selection not in
the best interest of GHS.
Proposal Open Record: If a request to inspect the Proposal, or any portion thereof, is made by a third party, GHS
will endeavor to treat all materials requested to be kept confidential and non-disclosed to the extent provided by
the Georgia Open Records Act. The Proposer understands that GHS may be subject to the provisions of such Act
together with the Uniform Trade Secrets Act. GHS will endeavor to inform the Proposer of any third party request
for disclosure of such information pursuant to the Georgia Open Records Act or as may be otherwise made to GHS.
If the Proposer requests that such information be held confidential and not disclosed by GHS, the Proposer will
assume the defense of such position, up to and including litigation, and will indemnify, save and hold
harmless GHS, its officers and employees, from any expense, fees, costs or liability associated with such third
party request or such litigation. If the Proposer does consider the Proposal or any portion thereof to contain
confidential information, it shall submit a letter on the Proposer's letterhead signed by the owner or Chief
The Grady Memorial Hospital Corporation d/b/a Grady Health System
Executive Officer, requesting that GHS treat the Proposal confidential and private information to the extent
possible under Georgia law. Otherwise, the Proposer agrees that its’ submission may be deemed as public
information.
Regulatory and Ethical Compliance: No Proposal shall be accepted from, and no contract will be awarded to, any
person, firm or corporation that, within the past five years, has been found in non-compliance with Georgia
statutes or the standards and rules set by the Ethics Commission of the State of Georgia.
(http://www.ethics.state.ga.us).
Prior to any contract award, GHS will verify that the prospective Proposer’s company, officers and/or principals
are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from transactions by any Federal department or agency. This will be verified through the Office of Inspector
General (OIG). If the Proposer and/or its principles appear on the OIG list, GHS reserves the right to reject the
Proposer’s Proposal and refuse award of a contract.
Notice of Award: The notice of award is issued by Steve Smith. Unsuccessful Proposers shall be notified in
writing, after award has been made.
PRE-CONSTRUCTION and CONSTRUCTION SERVICES FOR THE CENTER FOR ADVANCED SURGICAL SERVICES
APPENDIX E:
SECTION 7: SUPPLIER DIVERSITY
It is an overall objective of GHS to encourage involvement by Diverse Business Enterprises as contractors and
suppliers in business activities generated by GHS, while assuring that such activities will be conducted in
accordance with all applicable laws. It is the declared policy and intent of GHS to strive to maximize participation of
Diverse Business Enterprises through all business contracting opportunities. GHS is committed to ensuring that
Diverse Business Enterprises are given every opportunity to participate in contracting opportunities.
In adherence to GHS’s commitment to Supplier Diversity, Solicitors of a GHS contract must clearly as defined by
GHS herein, demonstrate good faith effort to achieve the Supplier Diversity goal set forth. By the documentation
of Direct and/or Indirect Tier II goods and/or services to be purchased from Diverse Business Enterprises certified
by one (1) or more of the third party certification agencies recognized by GHS. Such spend with Diverse Business
Enterprises will be monitored. In connection with such monitoring, Contracted GHS Suppliers will be required to
report Diverse Supplier Spend to GHS monthly in a manner in GHS's sole discretion. In addition, a copy of reported
Diverse Supplier spend, must be attached with the submission of any invoices to GHS. Failure to demonstrate the
defined Good Faith Effort to achieve GHS’s Supplier Diversity goal, objectives, or to report in a manner prescribed
by GHS, shall be a material breach of any controlling contract between GHS and Contractor or vendor.
GHS prohibits discrimination on the basis of race, color, gender, religion, national origin, or disability in connection
with employment of any person, or the award of any contract. GHS will provide equal opportunities without regard
to race, color, gender, religion, national origin, or disability, by requiring that any vendor doing business with GHS
provide equal opportunity to persons and businesses employed by, or contracting with the supplier of products
and services to GHS..
The Supplier Diversity Goal for this Solicitation is 20% of the contract value
GHS expects that the policies, programs and practices of its vendors/Contractors are carried out in an
equitable fashion and that Certified Diverse Business Enterprises are afforded an equitable opportunity to
share in contract/subcontract opportunities.
Vendors interested in doing business with GHS are required to sign the Certification below and complete
the Supplier Diversity Section in its entirety and submit it with their bid response.
Past Performance: Offeror shall (1) summarize in writing its past performance for client
healthcare institutions in actively fostering the participation of Diverse Business Enterprises utilized by the
institution, (2) provide three (3) or more client references for this purpose for whom it has provided
applicable service to within the past two (2) years, with the name, phone number and e-mail of a specific
knowledgeable contact person for each such client reference.
Present Commitment: Offeror shall submit in writing its present commitment and business plan to
facilitate and promote the participation of Diverse Suppliers by completion of the attached Diverse
Supplier Subcontracting Plan (DSSP). Diverse Business Enterprises utilized as Tier II contractors and suppliers
must be certified by one or more of the 3rd
Party Certification Agencies recognized by GHS.
Post-award performance: The specific, measurable performance criteria included in the Proposal for present
commitment to Diverse Suppliers shall, subject to negotiation and mutual consent, become part of the
awarded contract as specific, measurable requirements of vendor performance for the duration of the
contract. Such spend with Diverse Business Enterprises will be monitored. In connection with such
monitoring Vendor will be required to report to GHS monthly, in a manner in GHS's sole discretion, all
direct and/or indirect certified spend with Diverse Business Enterprises.
PRE-CONSTRUCTION and CONSTRUCTION SERVICES FOR THE CENTER FOR ADVANCED SURGICAL SERVICES
Definition: Diverse Business Enterprise’s
(MBE) National Minority Supplier Development Council: A minority-owned business is a for-profit enterprise,
regardless of size, physically located in the United States or its trust territories, which is 51% owned, operated and
controlled by minority group members, defined from the following:
Asian-Indian - A U.S. citizen whose origins are from India, Pakistan or Bangladesh.
Asian-Pacific -A U.S. citizen whose origins are from Japan, China, Indonesia, Malaysia, Taiwan, Korea, Vietnam,
Laos, Cambodia, the Philippines, Thailand, Samoa, Guam, the U.S. Trust Territories of the Pacific or the Northern
Marianas.
African American - A U.S. citizen having origins in any of the Black racial groups of Africa.
Hispanic - A U.S. citizen of Hispanic heritage, from any of the Spanish-speaking areas of the following regions:
Mexico, Central America, South America or the Caribbean Basin only.
Native American - A person who is an American Indian, Eskimo, Aleut or Native Hawaiian, and regarded as such by
the community of which the person claims to be a part.
(WBE) Women’s Business Enterprise National Council: A Woman-Owned Business Enterprise is an independent
business concern that is at least 51% owned and controlled by one or more women who are U.S. citizens or Legal
Resident Aliens; whose business formation and principal place of business are in the US or its territories; and
whose management and daily operation is controlled by one or more of the women owners.
(LGBTBE) National Gay and Lesbian Chamber of Commerce: Includes businesses physically located in the United
States or its trust territories that are at least 51 percent unconditionally owned and operated by at least one lesbian,
gay, bisexual and/or transgender (LGBT ) person or persons who are either U.S. citizens or lawful permanent
residents. In addition, they must exercise independence from any non-LGBT business enterprise.
U.S. Small Business Administration:
(DBE) Small Disadvantaged Business - A small business that is at least 51 percent owned, operated and controlled
by one or more individuals who are both socially and economically disadvantaged.
HUB Zone Business - A small business operating in a "Historically Underutilized Business Zone." HUB zones are
defined at http://map.sba.gov/hubzone/init.asp
Veteran Business Enterprise:
(VBE) Veteran-Owned Business - A small business that is at least 51% owned, operated and controlled by one or
more veterans.
(DVBE) Service-Disabled Veteran-Owned Business - A small business that is at least 51% owned, operated and
controlled by one or more veterans with a service-connected disability. Supplier Diversity Program Required Forms
In order for the bid package to be considered complete Bidders must submit the following completed
documents:
o Business Identification and Nondiscrimination
o Diverse Supplier Subcontracting Plan
o Certification of Efforts
o Statement of Intent
o Supplier Diversity Certification
PRE-CONSTRUCTION and CONSTRUCTION SERVICES FOR THE CENTER FOR ADVANCED SURGICAL SERVICES
These documents are considered a part of and should be submitted with the Bid. Failure to provide the
information on the part of the Bidder will result in the bid being determined non-responsive.
BUSINESS IDENTIFICATION AND NONDISCRIMINATION (TO BE SUBMITTED WITH BID)
Yes No
Small Business as defined by the US. Small Business Administration (DBE, SBE, HubZone)
Minority Business Enterprise (MBE)
If yes, please indicate the percentage of minorities who own, control or operate your company:
African American % Asian American %
Hispanic/Latino % Pacific Islander %
Native American % Other %
WOMAN-OWNED BUSINESS ENTERPRISE (WBE)
DISABLED VERTERAN BUSINESS ENTERPRISE OR VETERAN BUSINESS ENTERPRISE (DVBE, VBE)
IS YOUR COMPANY CERTIFIED AS ONE OF THE BUSINESS DESIGNATIONS ABOVE?
If yes, please give the certifying agency and include a copy of your current certification with your bid
response. The 3rd
party certifying agencies recognized and accepted by GHS are included.
LOCAL SMALL BUSINESS
If yes, please indicate in which county your company is located?
____DeKalb ____Fulton _____Business location in both counties ____Other
PART II - NONDISCRIMINATION POLICIES AND PROCEDURES
Yes No
Are you an individual and do not employ anyone?
If yes, you do not need to complete the remainder of the questions.
Does your company have an Equal Employment Opportunity/Affirmative Action statement posted on
company bulletin boards?
Do you notify all recruitment sources in writing of your company’s Equal Employment
Opportunity/Affirmative Action employment policy?
Do your company advertisements contain a written statement that you are an Equal Employment
Opportunity/Affirmative Action employer?
Do you belong to any unions?
If yes, have you notified each union in writing of your commitments to non-discrimination?
Does your company have a collective bargaining agreement with workers?
If yes, do the collective bargaining agreements contain non-discrimination clauses and/or your Equal
Employment Opportunity policy covering all workers?
Does your company, at least annually, maintain a written record of and review the Equal Employment
Opportunity policy and Affirmation Action obligations with all employees including those having any
responsibility for employment decisions?
Do you conduct, at least annually, an inventory and evaluation of minority and female
personnel for promotional opportunities and encourage these employees to seek, train and prepare for
such opportunities?
Do you conduct, at least annually, a review, of all supervisors’ adherence to and performance under
the vendors, and Contractor’s Equal Employment Opportunity policies and Affirmative Action
obligations?
Is there a person in your company who is responsible for Equal Employment Opportunity? If yes, please
give name, phone and email address.
Please explain any no answers, use additional paper as necessary:
PRE-CONSTRUCTION and CONSTRUCTION SERVICES FOR THE CENTER FOR ADVANCED SURGICAL SERVICES
Authorized Representative Signature: Date:
DIVERSE SUPPLIER SUBCONTRACTING PLAN (PROGRAM MANAGEMENT
(TO BE SUBMITTED WITH BID)- SUPPLIER DIVERSITY
The following are questions concerning the efforts your company will make to ensure that Diverse Supplier’s will
have an equitable opportunity to compete for lower tier subcontracts associated with the Grady Health System
agreement:
What product/service areas do you envision the inclusion of Diverse Suppliers and how is this determined?
How are Diverse Supplier capabilities determined by your company?
How will you ensure the maximum possible inclusion of Diverse Suppliers in all of your purchasing solicitations (i.e.
Request for Proposals, Request for Information, and Request for Quotes, etc.)?
How will your company ensure that Diverse Suppliers are made aware of upcoming subcontracting opportunities
and how will you prepare them to respond appropriately?
How will you monitor your company’s Diverse Supplier subcontracting performance to this agreement and make
any adjustments to achieve the subcontracting plan goals?
Will your Diverse Supplier subcontracting administrator:
Yes / No
Develop and maintain bidders’ lists of Diverse Suppliers from all possible sources
Oversee the establishment and maintenance of your company’s contract and subcontract award records
associated with this Grady Health System agreement?
Conduct or arrange the training of your company’s purchasing personnel on the Grady Health System
agreement goals and processes to achieve this goal?
Review purchasing solicitation documents to remove statements, clauses, etc. which may tend to prohibit
Diverse Supplier participation
Screen proposed purchasing solicitation documents for subcontracting opportunities and implement
appropriate procurement policies and procedures to improve and increase opportunities to Diverse
Suppliers
Introduce Diverse Suppliers to company purchasing personnel based on commodity or service in which
these vendors may have a mutual or potential concern
PRE-CONSTRUCTION and CONSTRUCTION SERVICES FOR THE CENTER FOR ADVANCED SURGICAL SERVICES
Maintain records demonstrating that procedures have been adopted and implemented to comply with
the reporting requirements and supplier diversity goals within the Grady Health System
Prepare and submit monthly, required Diverse Supplier reports to Grady Health System?
DIVERSE SUPPLIER SUBCONTRACTING PLAN (DSSP) PG.2
(DIRECT SUPPLIER DIVERSITY REPORTING - TO BE SUBMITTED WITH BID)
In adherence to GHS’s commitment to Supplier Diversity, GHS suppliers must clearly as defined herein
demonstrate good faith effort, for Tier II direct goods and/or services to be purchased from Diverse Business
Enterprises certified by one or more of the 3rd party certification agencies recognized by GHS. Such spend with
Diverse Business Enterprises will be monitored. In connection with such monitoring Contracted GHS Suppliers
will be required to report to GHS monthly, in a manner in GHS's sole discretion, all direct spend with Certified
Diverse Business Enterprises. The Supplier Diversity Goal for this Solicitation is 10% of the total contract value.
Company Name: Agreement Term:
GHS Business Unit: GHS Business Unit Contact Name:
Phone Number: Vendor Contact e-mail:
Description of goods/services provided under this primary agreement (include name of project if applicable):
Who will be responsible for coordinating your company’s Diverse Supplier subcontracting activities during the
period of this contract?
Name/Title: Company:
Address: Phone:
Fax: E-Mail Address:
State the total dollar value planned to be subcontracted associated with this GHS agreement:
Please list all of the GHS Accepted 3rd
Party Certified Diverse Suppliers you have identified that will serve as
Direct Tier 2 Subcontractors associated with this GHS project and the projected spend amounts with each
company:
Vendor
Name
Address
Contact
Phone
Certification
Type
Business
Classification
(Product/Service)
Direct
Projected
Spend in
Dollars
Direct
Projected
Spend by
Percentage
Submitted by:
PRE-CONSTRUCTION and CONSTRUCTION SERVICES FOR THE CENTER FOR ADVANCED SURGICAL SERVICES
_______________________________ _______________________________
Authorized Representative Signature Title
_______________________________
Date
CERTIFICATION OF EFFORTS (TO BE SUBMITTED WITH BID) – SUPPLIER DIVERSITY
Vendor: _________________________
Solicitation Name: _______________________________ Solicitation Number: ____________________
I certify that the following efforts were made to achieve Certified Diverse Supplier participation.
a) Provided written notices to certified diverse business enterprises who have the capability to perform the
work of the contract or to provide the service __Yes __ No
b) Direct mailing, electronic mailing, facsimile or telephone requests __Yes __No
c) Provided interested certified diverse business enterprises with adequate information about plans,
requirements and specifications of the contract in a timely manner to assist them in responding to a
solicitation __Yes __No
d) Allowed certified diverse business enterprises the opportunity to review specifications and all other
solicitation related items at no charge, and allowed sufficient time for review prior to the bid deadline
__Yes __No
e) Acted in good faith with interested certified diverse business enterprises, and did not reject certified
diverse business enterprises as unqualified or unacceptable without sound reasons based on a thorough
investigation of their capabilities __Yes __No
f) Did not impose unrealistic conditions of performance on certified diverse business enterprises seeking
subcontracting opportunities __Yes __No
g) Additionally, I contacted the referenced certified diverse business enterprises and requested a bid. The
responses I received were as follows:
Name and Address of
certified diverse
business enterprises
Type of work and
Contract Items, Supplies
or Services to be
Performed
Response
Reason for Not Accepting
Bid
(If additional space is required this form may be duplicated)
If applicable, please complete the following:
I hereby certify that certified diverse business enterprises were “Unavailable” or “Unqualified” to submit bids to
provide goods and services for this Solicitation response. I further certify that efforts have been made to establish
“Joint Ventures”, and said entities were also unavailable at this time.
Reasons for the “Unavailability” or being determined “Unqualified”;
Submitted by:
_______________________________ _______________________________
PRE-CONSTRUCTION and CONSTRUCTION SERVICES FOR THE CENTER FOR ADVANCED SURGICAL SERVICES
Authorized Representative Signature Title
_______________________________
Date
STATEMENT OF INTENT TO BE COMPLETED BY ALL KNOWN JOINT VENTURE PARTNERS/ SUBCONTRACTORS/CONSULTANTS
(TO BE SUBMITTED WITH BID)- SUPPLIER DIVERSITY
Vendor: _______________________________
Solicitation Name: _____________________ Solicitation Number: ____________________
_____________________________________________________ agrees to enter into a contractual agreement
with
Prime Supplier
_____________________________________________________, who will provide the following goods/services
Joint Venture Partner/Subcontractor/Consultant
in connection with the above referenced Solicitation as a certified diverse business enterprises:
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
for an estimated amount of $______________________ or ______________________% of the total contract
value.
_________________________________ ______________________________________
Prime Supplier Joint Venture Partner /Subcontractor/Consultant
Intend to work together in accordance with this Contract Compliance Section of the bid, contingent upon award
and execution of a contract with Grady Health System with to the aforementioned Prime Supplier.
I hereby certify that this statement is true and correct:
Prime Supplier Signature:
_________________________
Joint Venture/Subcontractor/Consultant Signature:
________________________________
Print Name:
_________________________
Print Name, Title and Date:
________________________________
Title:
_________________________
Address:
________________________________
Date:
_________________________
Phone
________________________________
PRE-CONSTRUCTION and CONSTRUCTION SERVICES FOR THE CENTER FOR ADVANCED SURGICAL SERVICES
Fax:
________________________________
SUPPLIER DIVERSITY CERTIFICATION:
I certify that the statements made by me in this Supplier Diversity Section are complete and true to the best of my
knowledge and belief, and are made in good faith. I understand that if I knowingly make any misstatements of
facts, I am subject to disqualification and debarment from participation in future GHS contracting opportunities,
held liable for breach of contract and subject to the enforcement of any remedies available under the contract or
as a matter of contract law. I agree that no changes shall be made to this section without the written consent of
GHS.
Authorized Representative Signature
_____________________________ _____________________
Title Date
1
SECTION 7: SUPPLIER DIVERSITY
It is an overall objective of GHS to encourage involvement by Diverse Business Enterprises as contractors and suppliers in business
activities generated by GHS, while assuring that such activities will be conducted in accordance with all applicable laws. It is the
declared policy and intent of GHS to strive to maximize participation of Diverse Business Enterprises through all business contracting
opportunities. GHS is committed to ensuring that Diverse Business Enterprises are given every opportunity to participate in contracting
opportunities.
In adherence to GHS’s commitment to Supplier Diversity, Solicitors of a GHS contract must clearly as defined by GHS herein,
demonstrate good faith effort to achieve the Supplier Diversity goal set forth. By the documentation of Direct and/or Indirect Tier II
goods and/or services to be purchased from Diverse Business Enterprises certified by one (1) or more of the third party certification
agencies recognized by GHS. Such spend with Diverse Business Enterprises will be monitored. In connection with such monitoring,
Contracted GHS Suppliers will be required to report Diverse Supplier Spend to GHS monthly in a manner in GHS's sole discretion. In
addition, a copy of reported Diverse Supplier spend, must be attached with the submission of any invoices to GHS. Failure to
demonstrate the defined Good Faith Effort to achieve GHS’s Supplier Diversity goal, objectives, or to report in a manner prescribed by
GHS, shall be a material breach of any controlling contract between GHS and Contractor or vendor.
GHS prohibits discrimination on the basis of race, color, gender, religion, national origin, or disability in connection with employment
of any person, or the award of any contract. GHS will provide equal opportunities without regard to race, color, gender, religion,
national origin, or disability, by requiring that any vendor doing business with GHS provide equal opportunity to persons and businesses
employed by, or contracting with the supplier of products and services to GHS..
The Supplier Diversity Goal for this Solicitation is 20% of the contract value.
GHS expects that the policies, programs and practices of its vendors/Contractors are carried out in an equitable fashion and that
Certified Diverse Business Enterprises are afforded an equitable opportunity to share in contract/subcontract opportunities.
Vendors interested in doing business with GHS are required to sign the Certification below and complete the Supplier Diversity
Section in its entirety and submit it with their bid response.
Past Performance: Offeror shall (1) summarize in writing its past performance for client healthcare institutions in
actively fostering the participation of Diverse Business Enterprises utilized by the institution, (2) provide three (3) or more
client references for this purpose for whom it has provided applicable service to within the past two (2) years, with the name,
phone number and e-mail of a specific knowledgeable contact person for each such client reference.
Present Commitment: Offeror shall submit in writing its present commitment and business plan to facilitate and promote the
participation of Diverse Suppliers by completion of the attached Diverse Supplier Subcontracting Plan (DSSP). Diverse
Business Enterprises utilized as Tier II contractors and suppliers must be certified by one or more of the 3rd
Party Certification
Agencies recognized by GHS.
Post-award performance: The specific, measurable performance criteria included in the Proposal for present commitment to Diverse
Suppliers shall, subject to negotiation and mutual consent, become part of the awarded contract as specific, measurable
requirements of vendor performance for the duration of the contract. Such spend with Diverse Business Enterprises will be
monitored. In connection with such monitoring Vendor will be required to report to GHS monthly, in a manner in GHS's sole
discretion, all direct and/or indirect certified spend with Diverse Business Enterprises.
Definition: Diverse Business Enterprise’s
(MBE) National Minority Supplier Development Council: A minority-owned business is a for-profit enterprise, regardless of size,
physically located in the United States or its trust territories, which is 51% owned, operated and controlled by minority group members,
defined from the following:
Asian-Indian - A U.S. citizen whose origins are from India, Pakistan or Bangladesh.
2
Asian-Pacific -A U.S. citizen whose origins are from Japan, China, Indonesia, Malaysia, Taiwan, Korea, Vietnam, Laos, Cambodia, the
Philippines, Thailand, Samoa, Guam, the U.S. Trust Territories of the Pacific or the Northern Marianas.
African American - A U.S. citizen having origins in any of the Black racial groups of Africa.
Hispanic - A U.S. citizen of Hispanic heritage, from any of the Spanish-speaking areas of the following regions: Mexico, Central
America, South America or the Caribbean Basin only.
Native American - A person who is an American Indian, Eskimo, Aleut or Native Hawaiian, and regarded as such by the community of
which the person claims to be a part.
(WBE) Women’s Business Enterprise National Council: A Woman-Owned Business Enterprise is an independent business concern
that is at least 51% owned and controlled by one or more women who are U.S. citizens or Legal Resident Aliens; whose business
formation and principal place of business are in the US or its territories; and whose management and daily operation is controlled by one
or more of the women owners.
(LGBTBE) National Gay and Lesbian Chamber of Commerce: Includes businesses physically located in the United States or its trust
territories that are at least 51 percent unconditionally owned and operated by at least one lesbian, gay, bisexual and/or transgender (LGBT )
person or persons who are either U.S. citizens or lawful permanent residents. In addition, they must exercise independence from any non-
LGBT business enterprise.
U.S. Small Business Administration:
(DBE) Small Disadvantaged Business - A small business that is at least 51 percent owned, operated and controlled by one or more
individuals who are both socially and economically disadvantaged.
HUB Zone Business - A small business operating in a "Historically Underutilized Business Zone." HUB zones are defined at
http://map.sba.gov/hubzone/init.asp
Veteran Business Enterprise:
(VBE) Veteran-Owned Business - A small business that is at least 51% owned, operated and controlled by one or more veterans.
(DVBE) Service-Disabled Veteran-Owned Business - A small business that is at least 51% owned, operated and controlled by one or
more veterans with a service-connected disability. Supplier Diversity Program Required Forms
In order for the bid package to be considered complete Bidders must submit the following completed documents:
o Business Identification and Nondiscrimination
o Diverse Supplier Subcontracting Plan
o Certification of Efforts
o Statement of Intent
o Supplier Diversity Certification
These documents are considered a part of and should be submitted with the Bid. Failure to provide the information on the part of the
Bidder will result in the bid being determined non-responsive.
BUSINESS IDENTIFICATION AND NONDISCRIMINATION (TO BE SUBMITTED WITH BID)
Yes No
Small Business as defined by the US. Small Business Administration (DBE, SBE, HubZone)
Minority Business Enterprise (MBE)
If yes, please indicate the percentage of minorities who own, control or operate your company:
African American % Asian American %
Hispanic/Latino % Pacific Islander %
Native American % Other %
WOMAN-OWNED BUSINESS ENTERPRISE (WBE)
3
DISABLED VERTERAN BUSINESS ENTERPRISE OR VETERAN BUSINESS ENTERPRISE (DVBE, VBE)
IS YOUR COMPANY CERTIFIED AS ONE OF THE BUSINESS DESIGNATIONS ABOVE?
If yes, please give the certifying agency and include a copy of your current certification with your bid response. The 3rd
party certifying agencies recognized and accepted by GHS are included.
LOCAL SMALL BUSINESS
If yes, please indicate in which county your company is located?
____DeKalb ____Fulton _____Business location in both counties ____Other
PART II - NONDISCRIMINATION POLICIES AND PROCEDURES
Yes No
Are you an individual and do not employ anyone?
If yes, you do not need to complete the remainder of the questions.
Does your company have an Equal Employment Opportunity/Affirmative Action statement posted on company bulletin
boards?
Do you notify all recruitment sources in writing of your company’s Equal Employment Opportunity/Affirmative Action
employment policy?
Do your company advertisements contain a written statement that you are an Equal Employment Opportunity/Affirmative
Action employer?
Do you belong to any unions?
If yes, have you notified each union in writing of your commitments to non-discrimination?
Does your company have a collective bargaining agreement with workers?
If yes, do the collective bargaining agreements contain non-discrimination clauses and/or your Equal Employment
Opportunity policy covering all workers?
Does your company, at least annually, maintain a written record of and review the Equal Employment Opportunity policy
and Affirmation Action obligations with all employees including those having any responsibility for employment
decisions?
Do you conduct, at least annually, an inventory and evaluation of minority and female personnel for promotional
opportunities and encourage these employees to seek, train and prepare for such opportunities?
Do you conduct, at least annually, a review, of all supervisors’ adherence to and performance under the vendors, and
Contractor’s Equal Employment Opportunity policies and Affirmative Action obligations?
Is there a person in your company who is responsible for Equal Employment Opportunity? If yes, please give name, phone
and email address.
Please explain any no answers, use additional paper as necessary:
Authorized Representative Signature: Date:
DIVERSE SUPPLIER SUBCONTRACTING PLAN (PROGRAM MANAGEMENT (TO BE SUBMITTED WITH BID)- SUPPLIER DIVERSITY
The following are questions concerning the efforts your company will make to ensure that Diverse Supplier’s will have an equitable
opportunity to compete for lower tier subcontracts associated with the Grady Health System agreement:
What product/service areas do you envision the inclusion of Diverse Suppliers and how is this determined?
How are Diverse Supplier capabilities determined by your company?
How will you ensure the maximum possible inclusion of Diverse Suppliers in all of your purchasing solicitations (i.e. Request for
Proposals, Request for Information, and Request for Quotes, etc.)?
4
How will your company ensure that Diverse Suppliers are made aware of upcoming subcontracting opportunities and how will you
prepare them to respond appropriately?
How will you monitor your company’s Diverse Supplier subcontracting performance to this agreement and make any adjustments to
achieve the subcontracting plan goals?
Will your Diverse Supplier subcontracting administrator:
Yes / No
Develop and maintain bidders’ lists of Diverse Suppliers from all possible sources
Oversee the establishment and maintenance of your company’s contract and subcontract award records associated with this
Grady Health System agreement?
Conduct or arrange the training of your company’s purchasing personnel on the Grady Health System agreement goals and
processes to achieve this goal?
Review purchasing solicitation documents to remove statements, clauses, etc. which may tend to prohibit Diverse Supplier
participation
Screen proposed purchasing solicitation documents for subcontracting opportunities and implement appropriate procurement
policies and procedures to improve and increase opportunities to Diverse Suppliers
Introduce Diverse Suppliers to company purchasing personnel based on commodity or service in which these vendors may
have a mutual or potential concern
Maintain records demonstrating that procedures have been adopted and implemented to comply with the reporting requirements
and supplier diversity goals within the Grady Health System
Prepare and submit monthly, required Diverse Supplier reports to Grady Health System?
DIVERSE SUPPLIER SUBCONTRACTING PLAN (DSSP) PG.2
(DIRECT SUPPLIER DIVERSITY REPORTING - TO BE SUBMITTED WITH BID)
In adherence to GHS’s commitment to Supplier Diversity, GHS suppliers must clearly as defined herein demonstrate good faith
effort, for Tier II direct goods and/or services to be purchased from Diverse Business Enterprises certified by one or more of the
3rd party certification agencies recognized by GHS. Such spend with Diverse Business Enterprises will be monitored. In
connection with such monitoring Contracted GHS Suppliers will be required to report to GHS monthly, in a manner in GHS's
sole discretion, all direct spend with Certified Diverse Business Enterprises. The Supplier Diversity Goal for this Solicitation is
10% of the total contract value.
Company Name: Agreement Term:
GHS Business Unit: GHS Business Unit Contact Name:
Phone Number: Vendor Contact e-mail:
Description of goods/services provided under this primary agreement (include name of project if applicable):
Who will be responsible for coordinating your company’s Diverse Supplier subcontracting activities during the period of this contract?
Name/Title: Company:
Address: Phone:
Fax: E-Mail Address:
5
State the total dollar value planned to be subcontracted associated with this GHS agreement:
Please list all of the GHS Accepted 3rd
Party Certified Diverse Suppliers you have identified that will serve as Direct Tier 2
Subcontractors associated with this GHS project and the projected spend amounts with each company:
Vendor
Name
Address
Contact
Phone
Certification
Type
Business
Classification
(Product/Service)
Direct
Projected
Spend in
Dollars
Direct
Projected
Spend by
Percentage
Submitted by:
_______________________________ _______________________________
Authorized Representative Signature Title
_______________________________
Date
CERTIFICATION OF EFFORTS
(TO BE SUBMITTED WITH BID) – SUPPLIER DIVERSITY
Vendor: _________________________
Solicitation Name: _______________________________ Solicitation Number: ____________________
I certify that the following efforts were made to achieve Certified Diverse Supplier participation.
a) Provided written notices to certified diverse business enterprises who have the capability to perform the work of the contract or
to provide the service __Yes __ No
b) Direct mailing, electronic mailing, facsimile or telephone requests __Yes __No
c) Provided interested certified diverse business enterprises with adequate information about plans, requirements and
specifications of the contract in a timely manner to assist them in responding to a solicitation __Yes __No
d) Allowed certified diverse business enterprises the opportunity to review specifications and all other solicitation related items at
no charge, and allowed sufficient time for review prior to the bid deadline __Yes __No
e) Acted in good faith with interested certified diverse business enterprises, and did not reject certified diverse business
enterprises as unqualified or unacceptable without sound reasons based on a thorough investigation of their capabilities __Yes
__No
f) Did not impose unrealistic conditions of performance on certified diverse business enterprises seeking subcontracting
opportunities __Yes __No
g) Additionally, I contacted the referenced certified diverse business enterprises and requested a bid. The responses I received
were as follows:
Name and Address of
certified diverse
business enterprises
Type of work and
Contract Items,
Supplies or Services to
Response
Reason for Not
Accepting Bid
6
be Performed
(If additional space is required this form may be duplicated)
If applicable, please complete the following:
I hereby certify that certified diverse business enterprises were “Unavailable” or “Unqualified” to submit bids to provide goods and
services for this Solicitation response. I further certify that efforts have been made to establish “Joint Ventures”, and said entities were
also unavailable at this time.
Reasons for the “Unavailability” or being determined “Unqualified”;
Submitted by:
_______________________________ _______________________________
Authorized Representative Signature Title
_______________________________
Date
STATEMENT OF INTENT
TO BE COMPLETED BY ALL KNOWN JOINT VENTURE PARTNERS/ SUBCONTRACTORS/CONSULTANTS
(TO BE SUBMITTED WITH BID)- SUPPLIER DIVERSITY
Vendor: _______________________________
Solicitation Name: _____________________ Solicitation Number: ____________________
_____________________________________________________ agrees to enter into a contractual agreement with
Prime Supplier
_____________________________________________________, who will provide the following goods/services
Joint Venture Partner/Subcontractor/Consultant
in connection with the above referenced Solicitation as a certified diverse business enterprises:
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
for an estimated amount of $______________________ or ______________________% of the total contract value.
_________________________________ ______________________________________
Prime Supplier Joint Venture Partner /Subcontractor/Consultant
Intend to work together in accordance with this Contract Compliance Section of the bid, contingent upon award and execution of a
contract with Grady Health System with to the aforementioned Prime Supplier.
I hereby certify that this statement is true and correct:
7
Prime Supplier Signature:
_________________________
Joint Venture/Subcontractor/Consultant Signature:
________________________________
Print Name:
_________________________
Print Name, Title and Date:
________________________________
Title:
_________________________
Address:
________________________________
Date:
_________________________
Phone
________________________________
Fax:
________________________________
SUPPLIER DIVERSITY CERTIFICATION:
I certify that the statements made by me in this Supplier Diversity Section are complete and true to the best of my knowledge and belief,
and are made in good faith. I understand that if I knowingly make any misstatements of facts, I am subject to disqualification and
debarment from participation in future GHS contracting opportunities, held liable for breach of contract and subject to the enforcement
of any remedies available under the contract or as a matter of contract law. I agree that no changes shall be made to this section without
the written consent of GHS.
Authorized Representative Signature
_____________________________ _____________________
Title Date
8
APPENDIX A
REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF PROPOSERS
**REQUIRED INPUT WITH SUBMISSION**
CERTIFICATION
The undersigned certifies that he/she has read, understands, and agrees to be bound by the terms and
conditions of the Request for Proposal (RFP#F2017032_CM). The undersigned further certifies that he/she
is legally authorized by the Proposer to make the statements and representations on this form, and that
said statements and representations are true and accurate to the best of his/her knowledge and belief.
The undersigned understands and agrees that if the Proposer makes any knowingly false statements,
or if there is a failure of the successful Proposer (i.e., contractor) to implement any of the stated
agreements, intentions, objectives, goals, and commitments set forth herein without the prior approval
of GHS, then the Proposer’s act or omission shall constitute a material breach of the contract. The right to
terminate shall be in addition to and not in lieu of any other rights and remedies GHS may have for
defaults under the contract. Additionally, the Proposer may be prohibited from obtaining future
contracts awarded by GHS. GHS reserves the right to terminate any contract where a material breach
has occurred.
NAME:
TITLE:
COMPANY:
ADDRESS:
TELEPHONE:
FACSIMILE:
E-MAIL:
(SIGNATURE) DATE
16
Appendix B
BID FORM
To: Grady Health System
Project: PRE-CONSTRUCTION and CONSTRUCTION SERVICES for THE CENTER FOR ADVANCED SURGICAL
SERVICES RFP Number: F2017032_CM
Date: .....................
Submitted by: .................................................
(Full name)
(Full address) .................................................
.................................................
1. OFFER
Having examined the Place of the Work, all matters referred to in the Invitation For Bids, and the sample General
Conditions of Contract Between Owner and Architect including the Engagement Letter in Exhibit A prepared by
Grady Health System Facilities Development for the above mentioned project, we, the undersigned, hereby offer to
enter into a Contract to perform the professional services requested for:
PRE-CONSTRUCTION and CONSTRUCTION SERVICES for THE CENTER FOR ADVANCED SURGICAL
SERVICES (RFP#: F2017032_CM) for the GMP of:
................................................…………………………………………....dollars, and 00/100
in lawful money of the United States of America, $ .00
2. ACCEPTANCE
This offer shall be open to acceptance [and is irrevocable] for sixty [60] days from the bid closing date.
If this bid is accepted by Grady Health System- Facilities Development within the time period stated above, we will:
-Execute the Agreement within two [2] days of receipt of Notice of Award.
-Furnish the required Insurance within two (2) days of receipt of Notice of Award.
-Commence work within five [5] calendar days after written Notice to Proceed of this bid.
3. CONTRACT TIME
All professional services will be completed in accordance with the Architectural Services Agreement EXHIBIT E
including all due dates that will be set forth in the Engagement Letter upon project award.
4. ADDENDA
The following Addenda have been received, and the associated modifications considered and all costs are included
in the Bid Lump Sum Price.
Addendum #...... Dated...................
Addendum #...... Dated...................
Addendum #...... Dated..................
17
5. APPENDICES
The following documents are attached to and made a condition of the Bid:
Item 1: Appendix A:
Representations, Certifications, and Other Statements of Proposers
Item 2: Appendix B:
Bid Form
Item 3: Appendix C:
Solicitation/Contract Form
Item 4: Appendix D:
Intent to Submit RETURNED TO THE HEALTH SYSTEM BY 3:30 P.M. ON
THE DAY OF THE MANDATORY PRE-BID MEETING
Item 5: Appendix E:
Supplier Diversity
Item 6: Experience, Approach, Work-plan, Staffing Plan and Credentials, and Previous Experience Item 7: Proof of ability to provide specified insurances
Item 8: Cost Proposal including work plan
Item 9: Technical Design, Conceptual Design, Project Approach and Innovation
Item 10: Design Schedule
6. BID FORM SIGNATURES
The Corporate Seal of
(Bidder - print the full name of your firm) was hereunto affixed in the presence of:
(Authorized signing officer (Seal)) (Title)
If the Bid is a joint venture or partnership, add additional forms of execution for each member of the joint venture in the appropriate form or forms as above.
APPENDIX “B”
COST PROPOSAL AND ALL ASSOCIATED DOCUMENTATION MUST BE SUBMITTED UNDER SEPARATE COVER AS
INSTRUCTED
18
APPENDIX C: SOLICITATION/CONTRACT FORM
REQUEST FOR PROPOSAL NUMBER: F2017032_CM
RFP DESCRIPTION: PRE-CONSTRUCTION and CONSTRUCTION SERVICES for THE CENTER FOR
ADVANCED SURGICAL SERVICES
PROPOSAL RESPONSES MUST ARRIVE NO LATER THAN 3:00 p.m. EDT, March 28, 2018.
NOTE: Mark the outside lower-left corner of your submission with the RFP number shown above.
Questions regarding RFP#F2017032_CM should be directed to Steve Smith no later than 3:00 p.m.
EDT, March 15, 2018.
You are invited to submit your Proposal for the services listed within this RFP.
Deliver responses to:
HAND DELIVERY/ COURIER ADDRESS
Grady Health System
Facilities Development
22 Piedmont Avenue | Suite 300
Atlanta, GA 30303
MAILING ADDRESS
Grady Health System
Facilities Development 80 Jesse Hill, Jr., Drive SE
Atlanta, GA 30303
*NOTE: FAXED OR E-MAILED RESPONSES WILL NOT BE ACCEPTED.
Director, Facilities Development
Date:
PLEASE BE ADVISED: Proposers must complete and return all pages required with Proposal submission.
Failure to return these completed pages with responses may result in non-consideration of Proposal
submission.
Please acknowledge receipt of the following Addenda to the solicitation documents below by entering the
number and the date of each:
Addendum No.: Date:
Addendum No.: Date:
19
NAME OF RESPONDING FIRM:
NAME OF COMPANY OFFICER:
(Company officer must have authority to legally bind the company)
TITLE:
DATE:
(MANDATORY) SIGNATURE OF COMPANY OFFICER BELOW (Certifying
agreement with specifications, terms and conditions unless otherwise noted).
Signature
20
Appendix D: INTENT TO SUBMIT
This letter serves as notification of intent to submit or not to submit a proposal for the Request for
Proposal Number: F2017032_AE
Please scan a copy before 3:30 pm, the day of the mandatory pre-bid meeting on March 6, 2018 to:
Steve Smith
Director, Facilities
Development
Grady Health System
22 Piedmont
Avenue
Suite 300
Atlanta, Georgia 30303
e-d ress: [email protected]
,
(Name of Representative)
acting as representative of ,
(Name of Firm)
hereby offer our intent to:
� Submit a response to the request for services in this RFP.
� Decline to submit a response to the request for services in this RFP.
Reason:
(Print Name)
(Signature)
(Title)
(Date)
(Telephone / Fax Numbers)
(e-dress)
A growing number of acute and ambulatory surgeries are straining the main hospitalcapacity of its hospital and operating rooms
1.
The Center for Advanced Surgical Services will increase volume and efficiency for essential surgical services that have a tremendous impact on patient care, while freeing up space in the hospital for needed inpatient beds
2.
This project will leverage medical expertise so that core services in Trauma, Stroke and Burn will stay in the main hospital while expanding and creating Centers of Excellence for high-demand services such as orthopedics, digestive diseases, cancer, eye and ear care in its own space
3.
The C.A.S.S. will allow Grady to meet intensifying demand for acute and outpatient surgeries, while improving access to care that keeps people healthy
4.
Center for Advanced Surgical Services (CASS) Project Drivers
CASS Facility Planning and Programming
2
Grady Health System will become the leading public academic healthcare system in the U.S.“
”Photo: Gresham Smith 3
Engagement Deliverables
1. Visioning 2. Facility Program3. Space Utilization Plan
4. Enhancing the Environment of Care5. Operational Planning6. Implementing Best Practices
CASS Facility Planning and Programming
4
All documents, meeting minutes, photos, and other project related resources live on an active website specifically for this projectPassword: Grady1
https://www.gradyhealth.nbbjsites.com/
5
In October & November 2017, NBBJ conducted project visioning sessions with executive leadership and department leaders from a variety of departments across Grady Health System. We examined goals for the CASS project, aspirations, and big ideas. We explored new models of care and challenged the status quo. These principles were refined over many weeks of follow up meetings and ratified by the ELT.
Creating the Guiding Principles
Project Foundation
CASS Facility Planning and Programming
6
The Fulton Country Aldredge Health Center and the adjacent parking garage on Piedmont & Gilmer will be demolished to allow for the construction of a new ambulatory building and parking space
Site Orientation
Two options are proposed: a stand-alone parking garage and building or an integrated building with a parking deck built below the service floors
CASS Facility Planning and Programming
Stand-Alone Integrated
7
Integrated Building / Garage
The integrated scheme is preferred and recommended by NBBJ and all Grady user groups due to its alignment with the guiding principles
CASS Facility Planning and Programming
8
Stand Alone Building / Garage
The Stand Alone option is the proposed alternative to the integrated scheme
CASS Facility Planning and Programming
9
Stand-Alone Pros Stand-Alone Cons
Meets CASS Program Small Floorplate creates inefficiencies
Potential access from each garage level
Duplicates and divides some services
May enhance security by having separate building Complicates wayfinding
Potential to outsource the development of the garage
Prevents key adjacencies
Decreases cost of garage due to single building use Could complicate EHR integration
with many touchpoints
Options Side by Side
CASS Facility Planning and Programming
Integrated Pros Integrated Cons
Meets CASS Program Larger floorplate increases horizontal distances
Creates Centers of Excellence May require multiple elevator rides from garage to service
Minimizes patient wayfindingIncreases cost of garage due to structural requirements
Improves patient experience
Decreases supply distribution and duplication
Decreases staff duplication
Allows for future expansion “down” into the Garage
10
How We Got Here
●Leadership Kickoff ► User Kickoff ► Lean 3P Workshops ► Conceptual Design & Program Development User Groups ■
December/JanuaryOctober/November February/March
CASS Facility Planning and Programming
https://www.gradyhealth.nbbjsites.com/ 11
Tools and Methods
CASS Facility Planning and Programming
• Observation and Shadowing• Lean Coffee- Aspirations, Goals, and Best Practices• Experience Mapping- Voice of the Customer• Waste Wall- Identifying Barriers, Wastes, and Inefficiencies• Fishbone Diagramming- Causes and Effects• Current State Mapping- for Patients and Staff• Ideal State Visioning- Borrowing Ideas from Innovative
Companies• Key Technology Enablers Identified and Described• Future State Mapping using Guiding Principles and Optimized
Processes• Future Volume Projection Modeling and Validation• Full-Scale Mock-Up Immersion Exercises to Evaluation• Tabletop Gaming Department Adjacencies, Flows, and
Stacking• Process Improvement Opportunities Matrix• Stacking Option Evaluation Matrix• Final Program Review and Validation
12
NBBJ Team
Teri OelrichPartner, NBBJHealthcare Strategist
Susan BowerPrincipal, NBBJClinical Ops Specialist
Janet SusiPrincipal, NBBJClinical Ops /LEAN Specialist
Andrea RufeAssociate, NBBJHealthcare Programmer
Mark KoechlingAssociate, NBBJProject Manager
CASS Facility Planning and Programming
Tom FoxSr. Associate, NBBJMedical Planner/ Architect
Kristina KrailSr. Associate, NBBJClinical Ops and Transition Strategist
Chris TroianoPresident, CT+ AMaterials Handling & Pharmacy Expert
13
CT+Associates LLCMaterials Handling
Newcomb & BoydMEP Engineering
Eberly & AssociatesSite Survey & Civil
Costing Services GroupCost Estimating
Smith Dalia ArchitectsLocal Code Review
Sub-Consultants
CASS Facility Planning and Programming
14
15
GRADY CORE TEAM• Regular Report Out to Hospital Leadership• Facilitate Engagement with UG’s• Clear Road Blocks to Maintain Schedule• Evaluate Concepts against Guiding Principles• Stewards of the Budget
GRADY USER GROUPS• Engage with Design Team to Document Challenges• Identify Recommended Future State• Collaborate on Development of Operational Concept Plan,
Stacking & Program
DESIGN TEAMArchitecture, Planning, Programming, MEP, Civil Engineering, Cost Estimating
Interface with Grady• Core Team• User Groups• Facilities Team• Leadership
GRADY LEADERSHIP TEAM• Establish & Maintain Project Vision & Budget • Confirm Guiding Principles• Confirm Concepts Direction
Project Governance
CASS Facility Planning and Programming
16
Users Groups
• Executive Leadership
• Facilities Leadership
• Patient & Family Experience
• Human Resources
• Nursing
• Finance
• Supply Chain/Loading Dock
• Support Services
CASS Facility Planning and Programming
• PT Rehab
• Anesthesia
• Outpatient Lab
• IT/IS
• Public Safety
• Central Sterile Processing
• Materials Management
• Housekeeping
• Imaging
• Registration
• Admin/Staff Support
• Surgery Center
• Surgical Clinic
• GI Clinic
• GI/Endo Procedure Suite
• Ophthalmology Clinic
• Multi-Specialty Clinic
• Cancer Clinic/Infusion
• Breast Imaging
• Orthopedics Clinic
• ENT/OMFS Clinic
• Infection Control
• Pharmacy
The thoughtful input of Grady staff was immeasurably valuable in helping to plan and program the C.A.S.S. building. NBBJ cordially thanks all of the user groups that participated in the many planning meetings during this engagement:
Validating the program by reviewing Grady’s projected service line volumes and growth projections, and testing with users groups
17
18
Clinical Narratives (For All CASS Departments)
• Services/Department Descriptions• Services Offered• Operating Assumptions• Volumes and Throughput• Key Planning Units• Performance Goals• Key Adjacencies and Flows• Planning Guidelines• Operational Guidelines• Additional Considerations
CASS Facility Planning and Programming
*note: all functional narratives will be posted to the project website
19
Operational Improvement Matrix
• Prioritizing specific things that each department can begin to work on before building is constructed• Ranks areas for opportunity based on results, feasibility, resources, and risk• Assigns champions/process owners for major areas
Example Opportunities:
Increase (>30%) labs done prior to infusion day
Develop Scheduling Standards
Improve No Show Rates
Provide Biopsy Results Within One Week
Adjust EPIC to Allow All CPT Codes for Scheduling
Follow-Up Post-Op Call within One Day
CASS Facility Planning and Programming
*note: Operational Improvement Matrix is a separate file
20
Room by Room Space Program Summary
DEPARTMENT NAME #KPUs DGSF COMMENTS
CANCER CENTERBreast Imaging 8 5,442 4 Mammo, 1 Sterio, 2 US, 1 Dexa Cancer Clinic 24 12,258 24 Exam Rms Cancer Center Admin 3,993Chemotherapy/Infusion 30 9,426 30 Infusion Bays Infusion Pharmacy 2,786CLINICSGI Clinic 12 5,689 1 Module of Exam Rms Ophthalmology 24 13,060 2 Modules of Exam Rms + Dx Testing Orthopedics 24 13,156 2 Modules of Exam Rms + Cast + Gen Rad ENT/ OMFS 12 9,173 1 Module of Exam Rms + Audiology General Surgery Clinic 12 5,666 1 Module of Exam Rms Staff Lounge/Support 2,510 Distributed by Flr PUBLIC SPACESCafé 2,125 Seats ~45 Registration 1,678 Distributed by Flr Conference 1,878Optical Shop 868Lobby/Public Areas 3,545 Distributed on 2 Flrs Retail Pharmacy 1,386DIAGNOTSTICS / TREATMENTOP Lab 5 1,864Imaging 6 5,865 2 Gen,1R/F, 2US, HDR PET/CT 1 2,374 Supports Cancer Center Imaging - Shelled space 2 3,522 shelled space (1MRI & 1CT) Rehab 8,861 PT/OT/Hand/Speech Pre Procedure Testing 4 2,628 Exam Rms Endo Suite 4 10,534 4 Proc Rms + 16 Pre/Post Proc Amb Surgery Suite 8 18,912 6 OR's + 2 Shell Pre/Post/PACU 28 12,082 Pre/Post Rooms SUPPORT SERVICESSPD 4,183 Dedicated to CASS Administrative 2,461Satellite Pharmacy 1,125 Supports ASC, Clinics & Endo EVS 1,454Loading Dock/Materials 1,507Mail Room 91Supply Storage 2,060Facilities 765Security 595DGSF 175,522 TOTAL BUILDING GROSS SF (BGSF) 223,176
Master Plan 198,000 Delta 25,176
CASS Facility Planning and Programming
*note: the comprehensive space program with room-date sheets is a separate file
21
Program Additions from 2016 Master Plan
CASS Facility Planning and Programming
Department Space Type DGSF Estimated BGSF User comments NBBJ Comment
ADDED SERVICES TO PROGRAMCancer Clinic CA Admin Suite 3,993 5,071 Need Admin in CASS Added to ProgramCancer Clinic PET CT 2,374 3,015 Need for CA Ctr Pts Added to ProgramCancer Clinic Breast Imaging 3,887 4,665 Co-Located on Cancer Ctr Flr Partial Program AddASC add shell for 2 OR 7,400 9,398 For Future Expansion Added to ProgramImaging HDR 654 831 Need for CA Center Pts Added to ProgramOptical Shop Optical Shop 868 1,102 Support for Opthamology Added to ProgramPharmacy Retail & DME 1,386 1,760 For CASS Patients Added to ProgramTOTAL ADDITIONS 20,562 25,842 Added to Program
- POTENTIAL PROGRAM ADDITIONS
Ortho Clinic In Suite Rad Rooms 360 457
move 2 Rad to Ortho, add1 to imaging
Depends on final stacking program; if Ortho is adjacent to Imaging no additonal sq ft needed
Cancer Center Radiation Oncology 11,235 14,268 Need in CASS to treat CA patients
Potential Location identified on Ground Flr
Cancer Center Breast Imaging 1,265 1,607 Would like to increase room size and add offices
User Requests to be vetted in Schematic Design
ASC Anesthesia offices 120 152 Want individual offices Currently shared workarea
Cancer Clinic Add 3rd module 5,200 6,604 Add module of 12 Exam rms Currently 24 exam rooms in program
TOTAL POTENTIAL ADDITIONS 18,180 23,089
22
Floor-by-Floor Block Plans
*block plans for all floors (Stand Alone and Integrated)are located in Appendix A and B
CASS Facility Planning and Programming
23
Project Cost Estimate Overview
Three separate cost estimate studies were completed:• CSG (Costing Service)• NBBJ in-house cost estimating (Architecture)• Skanska Construction in-house cost estimating (Contractor)
• Option 1: Stand Alone• 15ft Garage Height Floors• 12 ft. Garage Height Floors
• Option 2: Integrated Garage• 15ft Garage Height Floors• 12 ft. Garage Height Floors
• Addition of ~24,000 to the Program• Bridge Connection to Grady• Demolition of Existing Building• Radiation Oncology In-Fill
CASS Facility Planning and Programming
Cost Estimate Overview: March 2018March 2017 = $73M Construction Cost & $90M Project Cost
Stand Alone: 198,000 SF• Escalated Construction Cost:
• CSG $87M• Skanska $66M• NBBJ $88M
• Project Costs: • CSG $112M• Skanska $86M• NBBJ $113M
Integrated: 198,000 SF• Escalated Construction Cost:
• CSG $81M• Skanska $63M• NBBJ $88M
• Project Costs: • CSG $105M• Skanska $82M• NBBJ $113M
• Additional Program ~25,000SF = $10-14M• Bridge Connection = ~$3.7M• Demolition = ~$3M
CASS Facility Planning and Programming
24
Cost Estimate Overview: March 2018March 2017 Stand Alone Parking = $28M (~265,000 sq ft)
Stand Alone:• Escalated Project Cost:
• CSG $24M• Skanska $15M• NBBJ $27M
• ~632 Stalls (294,000 sq. ft.)
• Estimated Cost / Stall• CSG $38,000• Skanska $24,000• NBBJ $43,000
Integrated: • Escalated Project Cost:
• CSG $38M• Skanska $32M• NBBJ $43M
• ~833 Stalls (331,000 sq. ft.)
• Estimated Cost / Stall• CSG $46,000• Skanska $38,000• NBBJ $51,000
CASS Facility Planning and Programming
25
26
Cost Differential (from 2017 estimate)
• Overloaded Concrete Market—the Atlanta market is still booming post-stadium construction
• Concrete parking structures double the price per sq. foot from 2014
• Shortage of subcontractors in the mechanical, electrical, and plumbing markets is driving up labor costs
• Metro Atlanta MEP & Structural trades have doubled or tripled in cost
CASS Facility Planning and Programming
*note: comprehensive costing narrative is a separate document
25
27
Site Survey
CASS Facility Planning and Programming
*note: comprehensive survey, zoning, and code reports are separate documents
28
Site Summary
• Site Size: 80,600 sf
• Setbacks: 15’ setback from street edge permitted on three sides
• Maximum Building Footprint: ~76,000 sf
• Height Limits: • No maximum height limit• Minimum building façade height of 36’ before setback• Building can cantilever over a supplemental zone if 24’ above sidewalk
• Bridge is allowable if property owner is on both sides • *Will require an encroachment agreement with approval from City/Mayor’s office
• Potential ”Active Use” zoning at street level (may be able to receive variance)
• Potential addition of Radiation Therapy will require lot consolidation in the future
• Significant amount of Utilities surrounding site
• Large Trees on site may require creative work arounds
CASS Facility Planning and Programming
29
MEP Brief“The building will comprise an outpatient surgical center, primary and specialty care clinics, and a parking deck. It will be classified as a high rise building and will contain stand-alone mechanical and electrical systems, not tied to existing campus central systems. Mechanical and electrical systems will be selected for flexibility, longevity, value and energy efficient features. While future expansion of systems is not anticipated, flexibility for future usages will be built into the design. The building will be served by a new central utility plant including chillers, hot water boilers, pumps, cooling towers and custom
variable volume air handling units. New piped medical gas systems are anticipated. The building will include back-up emergency generators with life safety, critical and equipment branch service and below-grade fuel oil tank. The parking garage will be considered enclosed and be sprinklered and mechanically ventilated. Specialty systems are anticipated including structured cabling, Audio-Visual systems, nurse call and room-status, paging systems, security systems, and a Public Safety Network/ Emergency Responder Radio Enhancement System.”note: comprehensive MEP basis of design report is a separate file
CASS Facility Planning and Programming
30
Supplemental Reports• Room-by-Room Space Program (NBBJ)• Functional Clinical Narratives for C.A.S.S. departments (NBBJ)• Operational Improvement Matrix / Issues Log (NBBJ)• Floor Block Diagrams for Stand Alone and Integrated Schemes (NBBJ)• Zoning Review Report (Smith Dalia)• Building Review Report (Smith Dalia)• Site Investigation Report- Executive Summary (Eberly)• Feasibility / Site Investigation Report (Eberly)• Site Survey (Eberly/Valentino)• MEP Basis of Design Report (Newcomb & Boyd)• Cost Estimates for Stand Alone and Integrated (NBBJ, Skanska, and CSG)• Cost Comparison Matrix (NBBJ)• Costing Escalation Narrative (CSG)
• Base Medical Equipment Estimate per Program (NBBJ)
CASS Facility Planning and Programming
Contact:Teri [email protected]