Issued: March 10, 2025
Response Deadline: March 31, 2025, 5 PM MDT
Electronic copies shall be submitted to the following:
Janida Emerson, CEO
emedina@fourthstreetclinic.org

PDF version of RFP can be found here

PROJECT TITLE: Replacement Clinic for Wasatch Homeless Health Care Inc. dba. Fourth Street Clinic 
PROJECT LOCATION: 409 West 400 South 
Salt Lake City, UT 84101 
SUBMISSION DEADLINE: March 31, 2025 
SUBMISSION TIME: 05:00 PM MDT 
SUBMISSION TO: Janida Emerson, CEO 
emedina@fourthstreetclinic.org
PROJECT DESCRIPTION: Fourth Street Clinic, herein known as the “Clinic” invites interested project management firms to submit a proposal for services related to the Project Management/Owner’s Representation of the design and construction of a new health center located on our current parcel 409 West 440 South, Salt Lake City, Utah 84101. 
PROJECT CONTACT: Jeniece Olsen, COO 
jolsen@fourthstreetclinic.org 
RESPONDENTS: Carefully read all instructions, requirements, and specifications. Give all requested information properly and completely. Submit your proposal with the appropriate supplements and/or samples.  
Proposals received after the submission deadline will not be considered. 

 

SECTION 1: INSTRUCTIONS TO RESPONDENTS 

1.1 QUESTIONS 

Questions regarding the RFP should be submitted directly to Edelmira Medina at emedina@fourthstreetclinic.org. No phone calls. All questions shall only be sent directly to Edelmira Medina. Respondents shall not contact other Clinic representatives during the period of the RFP. Significant questions that arise subsequent to the issue of this RFP will be consolidated and answers will be provided to all respondents on record as receiving this RFP. All questions should be received three (3) working days prior to the RFP due date. 

1.2 SUBMITTING A RESPONSE 

All responses shall be addressed to Janida Emerson, CEO and submitted electronically to Edelmira Medina emedina@fourthstreetclinic.org.  Ten (10) printed paper submissions should also be delivered to Fourth Street Clinic (409 West 400 South) in the care of Edelmira Medina. Responses should not exceed 30 pages.  

1.3 ADMINISTRATIVE GUIDANCE 

The information provided in this RFP is designed to provide interested respondents with sufficient information to submit responses meeting minimum requirements, but it is not intended to limit response content or to exclude any relevant or essential data therefrom. Respondents are at liberty and are encouraged to expand upon the specifications to give additional evidence of their ability to provide the services requested in this RFP. 

1.4 SCOPE OF TERMS & CONDITIONS 

Before submitting a response, the respondent shall understand all contract conditions referred to in this document and any addenda issued before the RFP submission date. It shall be the respondent’s responsibility to ensure that the response includes all addenda issued prior to the RFP submission date. By submitting a response, the respondent acknowledges and accepts the Terms and Conditions described herein. 

1.5 RESPONSE PREPARATION COSTS 

Fourth Street Clinic is not liable for any cost incurred by the respondent associated with the preparation of the response or the negotiation of a contract for services prior to the issuing of the contract. 

1.6 RESTRICTIONS 

All respondents must clearly set forth any restrictions or provisions deemed necessary by the respondent to effectively service the proposed project. 

1.7 RFP RESPONSE & PRICING 

Any response submitted pursuant to this RFP shall constitute an offer by the respondent to Fourth Street Clinic. The representations submitted pursuant to this RFP shall be binding upon each respective respondent for (a) sixty (60) days from the submission deadline or (b) until the successful respondent and the Clinic enter into an agreement pursuant to this RFP, whichever occurs first. 

A respondent may withdraw or modify its response prior to the submission deadline as contemplated by Fourth Street Clinic. Any such withdrawal or modification must be in writing and must be signed by the same authorized officer or agent who originally signed the Bid Form. 

1.8 ADDENDUM TO THE RFP 

In the event that it becomes necessary to revise this RFP in whole or in part, an addendum will be provided to all respondents and potential respondents via email and posted on Fourth Street Clinic’s webpage (www.fourthstreetclinic.org). A statement issued in an addendum shall have the effect of modifying this RFP as outlined in said addendum. 

Any other communication, whether verbal or written, which is received by any representative of the respondent from sources other than the official addendum should be confirmed via written Q&A by the respondent with the RFP contact as being true and accurate prior to incorporating such information into its response. This refers to both formal and informal conversations and communications. 

1.9 ALTERNATE RESPONSES 

Respondents may submit more than one response, each of which must follow the criteria of Section 3 and satisfy the requirements of this RFP. If alternative responses are submitted, the respondent must explain the reasons for the alternative(s) and its alternative’s comparative benefits. Each response submitted will be evaluated on its own merits. 

1.10 DISCLOSURE OF RESPONSE CONTENT  

Under the Government Records Access and Management Act, Section 63-2-101 et seq., Utah Code Ann. (1993 and supp. 1996), as amended (“GRAMA”) certain information in the submitted response may be open for public inspection. If the respondent desires to have information contained in its response protected from such disclosure, the respondent may request such treatment by providing a “written claim of business confidentiality and a concise statement of reasons supporting the claim of business confidentiality” with the response (GRAMA, Section 63G-2-309). Pricing elements of any response will not be considered protected. All material contained in and/or submitted with the response becomes property of Fourth Street Clinic and may be returned only at the Clinic’s option. 

 SECTION 2: BACKGROUND AND PROJECT DESCRIPTION 

2.1 BACKGROUND 

Fourth Street Clinic helps individuals experiencing homelessness improve their health and quality of life by providing high-quality integrated health care. Fourth Street Clinic has been providing services from its current location on the corner of 409 West and 400 South since the early 90’s with the current need for services significantly exceeding what the facility can provide.  

2.2 PROJECT DESCRIPTION 

Fourth Street Clinic will be replacing their current facility with a new integrated care facility that will support and enable their vision of success, mission and values. The design concept for the new facility will: 

  • Add new space to add integrated care teams, including behavioral health consultation rooms 
  • Increase from 4 to 8 dental operatories 
  • Add dedicated patient wellness space 
  • Add patient restrooms including shower areas 
  • Add space for physical therapy and radiology 
  • Provide trauma-informed design 
  • Increase administrative space 
  • Significantly expand the current pharmacy footprint 
  • Provide a dedicated EMS bay 
  • Add additional storage space 
  • Provide space for medical students/residents 
  • Improve patient entry and waiting space 
  • Expand parking 

The new design will house 10 primary care teams, 56 medical exam rooms, six behavioral health consultation rooms, eight dental operatories, a pharmacy, a lab, radiology, triage rooms and administrative offices. The site plan also includes 165 parking stalls for staff and patients.  

Current operations will need to remain uninterrupted throughout the construction of the new facility. Upon completion and occupancy of the new facility, the existing facility will be demolished and replaced with a parking structure to meet facility needs.  

First-floor – 28,216 square feet 

Second floor – 19,073 square feet 

TOTAL building area – 47,289 square feet 

(See RFP PDF for renderings)

Construction Timeline  

The new building will be approximately 47,289 square feet and 165 parking stalls with a budget of roughly $53 million. It is estimated that project duration, from design to completion, will be approximately four years, with 2.25 years for construction. The anticipated timeline is below: 

Phase I: Pre-Design – Mid to late 2025 

Phase II: Design – Late 2025 – early 2027  

Phase III: Construction – mid-2027 – 2030 

Phase IV: Close Out – 2030 

 

SECTION 3: SCOPE OF SERVICES 

The Project Manager (PM) shall provide support to the Clinic to manage the pre-design, design, construction, commissioning and close-out of the Project. The PM will provide support as needed to the Clinic to manage the project requirements and provide regular updates to key stakeholders, the Board and the public.  

The PM will work with the Clinic and any previously selected design team to define the project requirements and will provide a Project Management Plan (PMP) which will include, at a minimum: project goals, objectives, requirements and control procedures for documents, contractor management, risk management, safety, cost, schedule and quality. 

The PM will work with consultants and contractors retained by the Clinic and will fully integrate all work into a comprehensive program to be managed by the PM. It is expected that the PM will have an extensive background in large capital programs of similar size and scope with a demonstrated track record of success.  

The PM will assist in the selection of the Architect, Contractor and other Consultants required for the project, including but not limited to environmental, geotechnical, testing & inspections and commissioning. The PM will manage their contracts and services. 

The PM shall work as a third-party advisor to the Clinic and is expected to provide management and leadership services in a highly collaborative environment.  

The PM shall provide the following services, in addition to other tasks and activities identified by the Clinic.  

General Services 

  1. Serve as the Clinic’s primary point of contact, managing communication between all project stakeholders. 
  2. Develop a Stakeholder Steering Committee and provide regular project updates covering major activities, issues, budget changes, schedule status, and progress photos. 
  3. Establish and oversee the project budget, including soft/hard costs and contingencies, with cash flow projections. 
  4. Manage the master schedule, identifying milestones and critical paths to meet deadlines. 
  5. Ensure adherence to qualitative and quantitative project expectations. 
  6. Review and approve payment requests for all project vendors. 

Pre-Design Phase Services 

  1. Review existing project materials and develop requirements, goals, and design guidelines. 
  2. Create a Project Management Plan (PMP) detailing scope, objectives, budget, schedule, QA/QC plan, communication protocols, and transition plans. 
  3. Determine the most suitable project delivery method that best aligns with the Clinic’s goals and requirements. 
  4. Assist with the development of contracts and RFPs, including RFPs for the selection of the Architect, Contractor and additional consultants as required.  
  5. Assist in developing and evaluating contracts, RFPs, and procurement documents. 
  6. Coordinate with facility management for operations and maintenance inputs. 
  7. Engage commissioning authorities and perform risk analyses with mitigation strategies. 
  8. Take the lead on permitting, geotechnical evaluations & testing and utilities for the construction site.  
  9. Develop a relocation plan for the users that identifies critical program elements and recommendations on how best to relocate them without interruption of service. The plan will include a budget and schedule outlining the move. 

Design Phase Services 

  1. Oversee the design process, ensuring compliance with standards, codes, and budgets. 
  2. Establish construction cost limits and guarantee maximum price agreements. 
  3. Provide sustainability reviews in accordance with sustainability standards for design and construction requirements and ensure the project is on track with the goals set.  
  4. Engage and coordinate additional consultants, contractors and utility providers. 
  5. Perform cost and sustainability reviews at design milestones. 
  6. Administer professional services contracts, monitor services and facilitate design reviews. 
  7. Manage design schedules and provide furniture definition documents as required. 

Construction Phase Services 

  1.  Provide construction administration and act as the Clinic’s authorized agent. 
  2. Support procurement compliance and oversee weekly construction meetings, including meeting minutes. 
  3. Maintain project documentation and monitor contractor and subcontractor safety programs. 
  4. Review and process RFIs, submittals, and change orders. Review and process pay requests. 
  5. Track schedules, contingency funds, and construction progress. 
  6. Facilitate equipment training, inspections, and punch lists. 
  7. Participate in and make recommendations on the issuance of certificates of substantial completion and conduct final inspections. 

  Close-Out Services 

  1. Manage post-construction close-out, including as-built drawings, O&M manuals, warranties, and FF&E acquisition. 
  2. Oversee project transition to operation, including security and maintenance handovers. 
  3. Conduct 6-month and 11-month warranty inspections and ensure resolution of outstanding issues. 

*Please refer to the Draft Project Management Contract for further details on Scope of Services. 

  

SECTION 4: SUBMITTAL REQUIREMENTS 

4.1 FORMAT 

The respondent’s statement of qualifications shall be combined into one document and shall be limited to a 30-page maximum. A page is defined as a single sided 8 ½” x 11” with a font size of 11 pt or larger. The cover page and any tab divider sheets do not count toward the page maximum. The submittal must be organized in the following order:  

COVER PAGE: Should include the project title as well as the firm’s name. The cover page may have a picture on it with a brief description of the picture. 

 

TAB ONE: Letter of Introduction (5%) – Must include the point of contact information containing the name of individual authorized to represent the organization, email, phone number, and address. 

 

TAB TWO: Statement of Qualifications (20%) – Summary of the experience and qualifications of the firm, the project manager, and other critical members of the team. Describe the talents the team brings to the project, how their knowledge of the subject will benefit the process, how the team has been successful in the past, and how that relates to this project. Include resumes of team members illustrating relevant experience on similar projects. Include a statement regarding what distinguishes the firm from the other potential respondents.  

 

TAB THREE: Project Management Plan (25%) and Understanding of Project Needs (15%) – Firms will be required to develop and submit a plan demonstrating their approach to how they will manage their own responsibilities as well as managing the team while representing the Clinic’s best interests. The plan should demonstrate a thoughtful understanding of the Clinic’s goals and needs for this project. At a minimum, management plans should address the following: 

  1. Budget Control 
  2. Schedule Control 
  3. Communication 
  4. Value Added Ideas 
  5. Risk Mitigation 

 

TAB FOUR: Cost Proposal (25%) – submitted as a % of the overall project cost or an hourly rate and estimated number of hours. We encourage non-profit pricing to be considered in all applications.  

 

TAB FIVE: Relevant Experience and References (10%) – The firm is required to provide a minimum of three (3) projects and references that include: 

  1. Project Name – Name of the project 
  2. Client – Name of agency that contracted for services 
  3. Point of Contact – Name and contact information for the person who will be able to answer any customer satisfaction questions 
  4. Date Complete – Date when work was completed 
  5. Size – The size of the project in dollars and square feet 
  6. Duration – The duration of the design and construction in months 

4.2 SCHEDULE 

  • RFP issued – March 10, 2025 
  • Last day for Clinic to issue any addenda – March 24, 2025 
  • Last day to submit questions – March 26, 2025 
  • Proposals due – March 31, 2025, before 5:00PM MST 
  • Interviews – April 8 and 10, 2025 – exact times TBD 
  • Contract award – No later than April 30, 2025 

 

SECTION 5: RESPONSE EVALUATION 

5.1 EVALUATION PROCESS 

All proposals submitted in response to this RFP will be evaluated in a manner consistent with the Clinic’s procurement policy, and as otherwise set forth in this RFP. For the purposes of this RFP, submissions will be received via a sealed bid process. Bids will be reviewed by an internal committee at the Clinic.  

As an initial step in the evaluation process, the Clinic shall review all proposals received by the submission deadline. Any timely but non-responsive proposals (i.e., those proposals not conforming to the requirements set forth in this RFP) will be eliminated. All remaining timely and responsive proposals shall then be cursorily reviewed by the Clinic to eliminate from further consideration those proposals which, in the sole discretion and judgment of the Clinic, fail to offer sufficient or substantive provisions that are required to warrant further consideration. The Clinic reserves the right to disqualify any proposal that significantly deviates from the terms, conditions, and specifications contemplated by this RFP. Any remaining proposals will then be reviewed and evaluated in detail according to the Submittal Requirements.  

At the conclusion of this initial evaluation phase, and at its sole discretion, Fourth Street Clinic may select up to three (3) finalists to conduct interviews. Respondents not selected as finalists will be notified at this time.  

5.2 AWARD OF CONTRACT 

Upon completion of the evaluation process contemplated by the Fourth Street Clinic and this RFP, the Clinic shall negotiate the final agreement fee with the top-ranked firm. Should the Clinic be unable to agree to a satisfactory contract with the top-ranked firm at a price that the Clinic determines to be fair and reasonable, discussions with that firm shall be formally terminated and negotiations will then be undertaken with the second ranked firm. 

**A draft contract has been included as an attachment for respondents to review. Please note any modifications to the contract as part of the response to this RFP.  

5.3 REPRESENTATIONS & WARRANTIES 

By submitting a proposal, each respondent represents and warrants that: 

5.3.1 Its proposal is made in good faith. 

5.3.2 Its proposal is not submitted in the interest of, or on behalf of, another person or entity. 

5.3.3 It has not directly or indirectly induced or solicited any other respondent to submit a bid other than in good faith. 

5.3.4 It has not directly or indirectly induced or solicited any other person or entity to abstain from submitting a proposal. 

5.3.5 It has not been sought by collusion to obtain for itself any advantage over other respondents or the Clinic. 

5.3.6 It shall not violate, or cause any other person or entity to violate, any Federal, State, or municipal law, including (but not limited to) the Utah Municipal Officers and Employees Ethics Act. 

5.4 TIMING 

The contract for services is anticipated to begin by end of April 2025. The service contract may be extended at the sole election of the Clinic and may be ended earlier at the election of the Clinic, with notice to the other party at least ninety (90) days in advance of the anniversary of this contract. 

5.5 RIGHT TO REJECT 

The Clinic reserves the right to reject any and all proposals and to waive any formality in the proposals received, to accept or reject any or all of the items in the proposal, and award the contract subject to this RFP, in whole or in part, if it is deemed in the Clinic’s best interest. The Clinic reserves the right to negotiate any and all elements of the proposals if any such action is deemed in the best interest of the Clinic. 

 5.6 ATTACHMENTS 

The following attachments have been included to assist with the RFP process: 


Q: Can you clarify whether it is a 10-page or 30-page max for responses?
A: 30 pages maximum. We apologize for the typo.
Q: The estimated cost in the TSA programming study is $39.7M, while the RFP states a budget of $53M. Have there been any changes in scope? Or is this just accounting for escalation?
A: The total of $53M for the project accounts for FF&E, escalation, and some additional cushion. We do also anticipate that the current parking plans will need to change in order to comply with city zoning requirements; changes to this plan have not yet been accounted for in the cost estimate as we are in the process of working with the city planning office.
Q: Based on your funding sources, do you anticipate needing to follow any federal funding requirements such as Davis Bacon or Build America Buy America (BABA)?
A: It is likely that, based on anticipated funding sources, we may need to comply with Davis Bacon requirements.
Q: Could the Clinic provide more clarity on Section 1.2 Submitting a Response (page 3 of the RFP)? Are we to deliver 10 print copies of our proposal or submit an electronic copy via email? Or are we to do both, deliver 10 print copies and submit an electronic copy via email?
A: Please submit both electronic and paper copies of your response.
Q: Per the schedule, today is the last day for the Clinic to issue any addenda. I haven’t seen anything issued but just wanted to check to see if there is anything we’ve missed, or anything planned to be issued today?
A: We do not have any addenda to issue.
Q: At the bottom of the website solicitation, it states “Wasatch Homeless Healthcare, dba Fourth Street Clinic.” What is the correct company name to use for Fourth Street Clinic RFP for Project Management Services submission? Wasatch Homeless Healthcare, or Fourth Street Clinic?”
A: Fourth Street Clinic is the current company name.
Q: In Section 4: Submittal Requirements/4.1/Tab Four, it states ‘non-profit pricing to be considered in all applications’ Please clarify what this requirement means.
A: Please propose pricing you might have that would apply to a non-profit organization.
Q: Fourth Street Clinic Draft Project Management Contract.pdf document. is there an ability to negotiate terms into the contract?
A: Yes, we will work with the chosen project management firm to adjust the contract. It would be helpful to know in advance which key terms the applicant would like to adjust so that we may consider this in the selection process.
Q: Please elaborate on the extent of existing services that will need to be maintained during construction, and if the $53 million includes temporary facilities for those continuing services during construction.
A: Our main clinic currently operates out of the north building. All clinic services will need to continue operating in the north building during construction. Staff in the south building will be relocated during construction. The current budget does not explicitly include the rental of temporary facilities during construction.
Q: Will temporary services need to continue at the same site, with new construction being phased around those services? Or will space offsite be made available for those continuing services, and “by others” or by the design/contractor team selected for those phases?
A: Clinic services will continue in the north building during construction. Once construction of the new clinic is complete, north building operations will transition to that building. The north building will then be demolished and replaced with a parking structure. We do anticipate relocating the administrative staff that are currently housed in the south building and will look to the Project Manager to assist with this process.
Q: Are there local parking garages or city parking lot vendors that will make temporary parking available, with shuttles to the temporary services locations during construction?  If so, will the Project Manager be required to manage that aspect of “transition” to construction, then back from those to occupancy? Are those costs in the $53 million?
A: It is our intention to secure additional parking prior to construction; we will look to the Project Manager to assist us in this process. The current project budget does not explicitly include a line item for additional parking costs.
Q: The RFP indicates FFE after construction, but that should be occurring during construction so FFE and medical equipment procurements are ready for construction completion/install, testing and commissioning.  What limits of FFE and Medical Service equipment are by Owner/by others, vs by Contractor building the project (or by another bid package we would/PM would develop).
A: Yes, the purchase of FFE will occur during construction. It is our intention as owner to be heavily involved in the selection of this package, but have the overall package developed and the bid managed by the Project Manager.
Q: Is there a multi-prime state obligation like in PA, or can this be a “design-build” or “design–bid–build” with a single Design builder?
A: We are considering a design-bid or design-bid-build process.
Q: Could the Clinic clarify if there are any page limitations for the schedule?
A: Applicant responses to this RFP are limited to 30 pages total.
Q: Could the Clinic clarify whether 11×17 pages are allowed in any sections?
A: Yes, 11×17 pages are permitted.
Q: Is there a template for the cost proposal that we should submit for Tab Four?
A: We have not provided a template for the cost proposal.
Q: Section 1.2 – Submitting a Response – Notes “not to exceed 30 pages” while RFP Section 4.1 noted “Statement of qualifications” not to exceed 10-pages at 11PT font. Section 4.1 goes on to mention that the “cover page” and “tabs dividers” “do not count towards page maximum.” Unclear if the total deliverable can be 30-pages or is to be limited to 10-pages? Please clarify.
A: 30 pages maximum. We apologize for the typo.
Q: Section 2 – General Question – Has Fourth Street Clinic or the feasibility consultants (TSA or others) engaged/presented the current conceptual development/site plans to the city for initial feedback? Is the current plot is suitable in terms of size and zoning for this project? Please clarify.
A: Yes, the current concept has been reviewed by the city. The current plot is suitable, but we do need to make adjustments to the parking plan. We are currently working to make modifications with TSA.
Q: Section 2 – General Question – What are the applicable funding mechanisms/sources for the project?
A: We anticipate that the funding stack for this project will include government funding (federal, state, county, city), private funding, and potentially bridge loan funding.
Q: What role will OPMs have in attaining/coordinating funding throughout the project? Please confirm? Will OPM need to assemble an initial funding package?
A: No. FSC is engaged in a capital campaign and is responsible for securing funding for this project.
Q: Will periodic updates to external funding sources be required? Monthly, Quarterly, etc.?
A: Yes, we do anticipate that funders will request periodic updates on project progress.
Q: Will the assembly of invoice requests on monthly basis be required to external funding sources?
A: We anticipate that the project manager will assist in ensuring that project invoices are sent to our finance team for processing.
Q: Section 2.2 – Project Description – Please confirm the selected project plan concept. The “Feasibility & Programing Study” dated 4/4/2023 mentions (3) individual project concepts “A”/”B”/”C”. The visuals and details within the RFP appear to align with those noted in “Concept C” but specific confirmation has not been confirmed within the RFP. Additionally, the cost projections to don’t match, $39-mill (noted in “Feasibility & Programing Study”) VS. $53-Mill (noted in RFP). Possibly this cost discrepancy is applicable to the owner’s or “soft” costs, outside of construction projections? Please clarify?
A: FSC and our Board of Directors voted for Concept C. Detail for the budget of $53M is below:
Budget $53M
Demolition
$1,328,670
Building Construction
$22,462,275
Parking
$7,920,000
Soft Cost (25%)
$7,927,736
FFE
$3,000,000
sub-total
$42,638,681
10% Inflation
$4,263,868
sub-total
$46,902,549
5% Contingency
$2,345,127
Critical Response Fund
$3,752,323
Total
$53,000,000
Q: Section 2.2 – Project Description/Current Operations – Has a conceptual “continued operations” phasing plan for the project been conceptually established/understood to date? Eventually the OPM, as part of the project scope, will establish and refine all details of the forthcoming “continued operations” plan but, wondering if an initial concept has been understood through the feasibility process. Specifically, how parking for the operational site is planned to be maintained during construction. Please clarify?
A: Clinic services will continue in the north building during construction. Once construction of the new clinic is complete, north building operations will transition to that building. The north building will then be demolished and replaced with a parking structure. We do anticipate relocating the administrative staff that are currently housed in the south building and will look to the Project Manager to assist with this process. It is our intention to secure additional parking prior to construction; we will look to the Project Manager to assist us in this process as well.
Q: Section 2.2 – Construction Timeline – Project permitting and AHJ (Authority having Jurisdiction) approvals are major project milestone tasks that are not specifically identified in the current “Construction Timeline.” Based on the durations noted we are assuming, although no specifically called out, these tasks have been accounted for within “Phase II: Design – Late 2025 – early 2027.” Please confirm permitting has been accounted for in the current schedule and within which section?
A: Yes, we anticipate that permitting will occur during the design phase.
Q: Section 2.2 – Construction Timeline/Permitting – Will new “clinic” require licensure/accreditation by the State’s Department of Health, CMS or other governing bodies?
A: Yes, we have several licenses that we will pursue for the new clinic space, including behavioral health, lab, and pharmacy licenses.
Q: Section 2.2 – Construction Timeline/Project Cost – What is the breakdown of anticipated project costs, RFP references $53-Million but no breakdown of those costs have been located within RFP or attachments. Is this $53-million dollar value considered to be Total Project Cost or just Construction? If this value is the “total project cost” projection, please confirm the breakdown of soft costs VS. hard costs.
A: Please see the answer to question 4 above.
Q: Section 3 – Design Phase Services/Sustainability – What are the client’s sustainability goals? Please confirm?
A: We are in the process of defining these goals. Our intention is to be as energy efficient as possible, within the constraints of our budget.
Q: Section 4 – Cover Page – Section notes that “project number” should be noted on the cover page. No project number has been identified within the RFP. Please confirm the applicable project information required on the coversheet.
A: We apologize for the typo. Please use the project title listed on the RFP. There is no project number.

Wasatch Homeless Healthcare, dba Fourth Street Clinic
409 West 400 South, Salt Lake City, UT 84101
Office Ph #: (801) 364-0058
FourthStreetClinic.org

Download RFP