REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR ARCHITECTURAL PROGRAMMING SERVICES FOR PROJECT NO. M050465 CALIFORNIA TOWER (INPATIENT HOSPITAL REPLACEMENT TOWER) July 12, 2018 UNIVERSITY OF CALIFORNIA, DAVIS HEALTH FACILITIES DESIGN & CONSTRUCTION 4800 2 ND AVENUE, SUITE 3010 SACRAMENTO, CA 95817 WWW.UCDMC.UCDAVIS.EDU/FACILITIES/
TABLE OF CONTENTS Background... 3 Project Description... 3 Professional Services Requested... 3 Proposal Deliverables... 5 Screening Criteria... 6 Selection Process and Schedule... 7 Submittal Requirements... 7 ATTACHMENTS: Consultant Statement of Qualifications Sample Agreement Professional Services Agreement (PSA) Project No. M050465 Page 2
BACKGROUND: The University of California, Davis Medical Center (UCDMC) Main Hospital, located in Sacramento, is the primary teaching hospital for University of California, Davis Health (UCDH). In order to meet California seismic standards and the hospital projected space needs, UCDH has developed a Clinical Services Master Plan identifying market share, inpatient needs, building configuration for several options and preliminary cost for the proposed replacement hospital project, the California Tower. UCDH is seeking an Architectural Consulting team to provide detailed project programming and lean operational planning (the program) based on a solid understanding of efficient and costeffective hospital operations. Besides relevant experience, a key factor is the ability to successfully interact with UCDH personnel and other project consultants during this phase. The California Tower will be delivered based on the Integrated Project Delivery Model (IPD) where all phases of the project, including programming and design, will be accomplished collaboratively in a Big Room located near or at the site of the University of California, Davis Medical Center. Co-location is a requirement of the programming assignment. Within the framework of the IPD delivery model, UCDH intends to use lean design and construction methods to improve efficiency and to reduce waste while programming, designing and constructing the project. PROJECT DESCRIPTION: The California Tower will replace portions of the University of California Davis Medical Center (UCDMC) by 2030 for SB1953 seismic compliance. The Master Plan for the California Tower envisions anywhere from 290 up to 360 inpatient beds including a mix of ICU, medical/surgical and/or universal rooms. The project will also include procedural space, operating rooms, expanded emergency room services, observation areas, imaging and support services. Square Footage estimates for construction for the options currently being considered range from 494,000 to 728,000 BGSF. The tower is scheduled to be open in 2027. The start of the programming phase is August 2018 with an anticipated completion within 8 months. PROFESSIONAL SERVICES REQUESTED: This selection process will identify the most qualified Architectural Consulting firm to partner with UCDH to develop the program for the California Tower project. 1. Programming Services include: a. Development of planning principles to guide the development of the program for the California Tower. b. Development of a detailed space program based on user input, current and emerging best practices in the delivery of health care, and current and emerging medical technology. Project No. M050465 Page 3
c. Confirm or refine planning assumptions used during the development of the Master Plan for the California Tower by testing the fit of the programmed spaces and to conduct other studies as required. d. During the program phase consider other planned projects as identified in the Clinical Services Master Plan. e. Consider the impact of current and pending regulations, technologies and UC policies on the project. f. Provide input for the development of a phasing and implementation plan. g. Collaborate with UCDH and other consulting partners to develop business case analyses of alternatives with the goal to arrive at a preferred program for the California Tower. h. Assist in the development of project, construction and life cycle costs via continuous cost modeling in parallel with the development of the program as a step in establishing a Target Value for the project. i. Provide input to develop schedule and cost information. j. Completion of drawings, renderings, stacking diagrams and other communication tools as needed to illustrate concepts and scenarios to demonstrate fit and logic of spatial relationships between hospital functions. 2. Lean Facility Design Services include: a. Facilitate operational planning workshops to determine the workflows critical to the operation of the new facility, inclusive of technical support services as well as operational staff. b. Create operational performance models and analytics. c. Provide comparative benchmarks and information on best practices based on experiential knowledge, industry trends and published evidence-based design research studies. d. Create analytics addressing the seven flows of Healthcare: patients and families, clinicians, staff, medications, equipment, information and supplies. e. Prepare mock ups or virtual tours and/or other processes as needed to evaluate work flows. Project No. M050465 Page 4
The University intends to select a single firm. The selected firm and its consulting team must demonstrate expertise in acute care programming particularly in an academic medical setting. The selected firm will be expected to sign a Professional Services Agreement that will include a negotiated Cost Plus Not-To-Exceed Fee for the provision of services based on hourly rates and a staffing plan. Hourly rates will also be used for additional services. No escalation of rates will be allowed for one year following the signing of the Professional Services Agreement. Thereafter, escalation of rates will be limited to 3% per annum. The expected duration of the Agreement for the Architectural Programming services will be through completion of programming of the California Tower, and the architectural program and lean operational plan as primary work product. The successful firm awarded the Programming Services contract will not be precluded from submitting for the Architect of Record services in the future. PROPOSAL DELIVERABLES: A. Show three (3) recent projects, none older than 5 years, with a detailed project description demonstrating the firm's and your subconsultant s or joint venture partner s experience with operational planning and space programming for projects of similar size and complexity. B. Resumes of proposed staff demonstrating the firm s ability to fulfill the requirements of the proposal. C. A work plan describing how the firm proposes to organize the work described in this RFP. At a minimum, the work plan must address the approach of your organization to work collaboratively with the UCDH and UCDMC staff during the process, the content and timing of deliverables throughout the process, and staffing type and duration. Please take care to be concise and to the point for ease of evaluation. Please attach a matrix showing specific staff levels and assignments by month for the duration of the 8-month programming phase. D. Examples of your work product for both operational planning and space programming relevant to the work described in this RFP. E. Provide a statement that indicates you are agreement with the Professional Services Agreement. Consultant fees and rates will be negotiated after award with the successful firm. F. Provide a statement that you can provide the required insurance coverages. This statement must be signed by a principal or officer of the firm. The required insurance coverages are as follows; General Liability Insurance with a minimum of $2,000,000 per occurrence and $2,000,000 in aggregate; Professional (Errors & Omissions) liability insurance with a minimum of $2,000,000 per occurrence and $2,000,000 in aggregate; Automobile Insurance in the amount of $1,000,000; Excess Liability per Occurrence and in the Aggregate of $5,000,000; Workers Compensation. Project No. M050465 Page 5
SCREENING CRITERIA: 1. Architectural programming skills: Demonstrated ability of your firm and staff proposed for this assignment to conduct detailed architectural programming of acute care facility to make sophisticated projections and recommendations based on the University s programmatic needs. Ability to develop accurate diagrams and to assist in cost estimates. Ability to develop program alternatives and operational efficiency models supported by cost analyses for consideration by owner in the selection of a final option. Points: 50 2. Lean facility design services: Demonstrated experience of your firm and staff proposed in Lean Operational performance modeling and analysis; experience conducting workflow and operational analysis in a healthcare setting. Experience applying findings to space programs and space standards that can accommodate future growth and flexibility for operations and financial considerations. Experience identifying, analyzing and implementing successful performance improvements in a Hospital. Demonstrated experience with OSHPD 1 facilities and academic health centers. Points: 50 3. Team Staffing, Organization and Approach: Clear definition of roles. Availability of staff and other to respond to requirements of this assignment. Experience listed for personnel must be related to the projects used to show your firm s experience (see A above). Points: 30 4. Project Management: Proven ability to manage the programming phase for projects similar in size and complexity. Ability to provide leadership for all phases of this project, and especially the capability to work collaboratively and in partnership with the University staff, other consultants and contractors during the planning process. Points: 40 5. IPD Approach: Experience with Integrated Project Delivery (IPD) and Lean Design and Construction Methods. Proposed use of Lean Design and Construction Methods for the programming phase. Points: 40 6. Codes and Standards: Experience and knowledge of Codes and Standards, especially requirements of the Office of Statewide Health Planning and Development (OSHPD), Handicapped Access, and relevant local Fire and Safety Codes. Points: 30 Total Points: 240 Project No. M050465 Page 6
SELECTION PROCESS AND SCHEDULE: The selection of a firm will be accomplished by the following process. After Qualification Statements are received, a Screening Committee will review, conduct reference checks and recommend a short list of up to five firms for interviews. The Selection Committee will conduct interviews and recommend a short list of up to three firms for a Table Top Exercise. Following the Table Top Exercise the Selection Committee will make a recommendation for final selection. The target dates are listed below: 1 st Ad for services: July 12, 2018 Statements due: 4:00 PM August 6, 2018 Shortlist published: August 20, 2018 Interviews: September 4 th thru Sept 7th Table Top Exercise: September 17 th thru Sept 21 st Final Selection: September 25, 2018 SUBMITTAL REQUIREMENTS: Electronic copies are not acceptable: Statements of Qualifications shall be as brief and concise as possible. Please indicate your firms project lead and main point of contact with the authority to make commitments for your firm. Provide attachments as appropriate to respond directly to the screening criteria. Submittal should be specifically tailored to this project. Please submit name, telephone numbers of all references listed under project experience. If we are unable to contact the listed references with a reasonable effort, you may be excluded from further considerations. "Boiler Plate" or generic pages are not desired. All material should be in 8 1/2" x 11" format. FOUR (4) sets of hard copy qualification materials and one digital copy (flash-drive) must be received by 4:00 PM, August 6, 2018, at the following address: Leila Couceiro Interim Contracts Manager University of California, Davis Medical Center Facilities Design & Construction 4800 2 nd Avenue, Suite 3010 Sacramento, CA 95817 Questions should be directed via email only to: Leila Couceiro Interim Contracts Manager University of California, Davis Medical Center Facilities Design & Construction lccouceiro@ucdavis.edu Project No. M050465 Page 7