HomeMy WebLinkAbout2013-10-08 - Request for Proposals - Tukwila Transit Center Construction Management and InspectionCITY OF TUKWILA
REQUEST FOR PROPOSALS (RFP)
TUKWILA TRANSIT CENTER PROJECT
Due October 8, 2013 by 5:00 p.m.
The City of Tukwila is requesting Proposals from qualified consultants to provide Construction
Management and Inspection Services for a significant transit, street and water improvement
project on Andover Park West from Tukwila Parkway to Strander Boulevard.
Please review the full RFP with detailed information following this notice.
The Project Plans and Specifications are available for review on the Builders Exchange of
Washington:
http: / /www.bxwa.com /index.html
Any questions regarding the submittal and selection process, and the project shall be emailed to
the City's Project Manager listed below. Only email communications will be accepted.
Peter Lau, PE, Senior Program Manager — Construction
Public Works Department, City of Tukwila
6300 Southcenter Boulevard, Suite 100
Tukwila, WA 98188
peter.lau@tukwilawa.gov
Four (4) bound copies of the Proposal, whether mailed or hand - delivered, must arrive at the
address listed below no later than 5:00 pm on October 8, 2013. No submittal will be accepted
after this date and time. The City will not be liable for delays in delivery of proposals due to
handling by the US Postal Service or any other type of delivery service. Faxed or emailed
submittals will not be accepted. Please reference to the RFP title on all communications and
mailing labels.
Pursuant to the State and Federal regulations, a qualifications -based selection process will be
used to select a Consultant for this project. The selection will be made from the submitted
Proposals and subsequent interviews.
The Recipient, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42
U.S.C. 2000d to 2000d -4 and Title 49, Code of Federal Regulations, Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -
assisted programs of the Department of Transportation issued pursuant to such Act, hereby
notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to
this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 23 will be
afforded full opportunity to submit bids in response to this invitation, and will not be
discriminated against on the grounds of race, color, sexual orientation, sexual preference, national
origin, or sex in consideration for an award.
Published Seattle Times: September 17, 2013 and September 24, 2013
Published Seattle Daily Journal of Commerce: September 17, 2013 and September 24, 2013
REQUEST FOR PROPOSALS
TUKWILA URBAN CENTER TRANSIT CENTER PROJECT;
ANDOVER PARK WEST STREET & WATER IMPROVEMENT
PROJECT
(TUKWILA TRANSIT CENTER PROJECT)
CONSTRUCTION MANAGEMENT & INSPECTION SERVICES
The City of Tukwila (the "City ") is requesting Proposals from qualified consultants to provide
Construction Management (CM) and Inspection Services for a significant transit, street and
water improvement project on Andover Park West from Tukwila Parkway to Strander
Boulevard.
PROJECT DESCRIPTION:
The Tukwila Transit Center Project will provide the following major transit and street
improvements to the Tukwila Urban Center:
• Replace the existing inadequate transit stops located near the Andover Park West and
Baker Boulevard intersection, with an expanded, high quality on- street Transit Center
with custom shelters, bus pull -out lanes, low concrete walls with landscaping, scored and
colored concrete sidewalks, colored concrete intersection paving and scoring,
illumination, CCTV, pedestrian amenities and architectural elements;
o New northbound and southbound stops and bus bays along Andover Park West —
the existing in -line and pull -out stops in the northbound and southbound
directions will be replaced by 2 -bay and 3 -bay stops;
o Enlarged passenger shelters and passenger amenities for all stops;
o Enhanced lighting, CCTV, and other treatments to improve safety, security and
comfort;
o Landscaping and other treatments to reduce impacts between the transit zones and
neighboring properties.
• Widen Andover Park West and install landscaped medians, widened sidewalks, street
trees and irrigation.
• And replace an existing water main on Andover Park West.
The timeline for construction is 280 calendar days, with on -site construction projected to start in
the first month of 2014. Project construction cost is still being finalized. Funding for the
improvements is through a mixture of Federal Transit Authority (FTA), WSDOT Regional
Mobility and State Transportation Improvement Board (TIB) grants, and Tukwila local funds.
SCOPE OF SERVICES:
Under the direction of the City's Construction Project Manager, the scope of services may
include, but are not limited to:
General and Administrative Construction Management
• Provide construction schedule review and corresponding technical analysis.
• Review Contractor's submittals (RAMs, TESC & SPCC Plan, TCP, shop drawings, etc.).
• Respond to Contractor's Requests for Information.
• Provide Field Directives to the Contractor as required.
• Review and make recommendations on requested Change Orders.
• Organize and conduct the Pre - Construction Conference.
• Coordinate off -site fabrication inspection with relevant independent testing authority.
• Facilitate utility coordination for existing and new utility improvements.
• Issue Correction Notices when appropriate.
• Issue Stop Work Notices when required.
• Attend project and public meetings, and assist in preparation of meeting notes.
• Provide project administration per the FTA Guidelines, and WSDOT and TIB
requirements, possibly including:
Equal Employment Opportunity and Monthly Utilization Reports.
Prevailing wage verifications and interviews.
Disadvantaged Business Enterprise and Training Goals.
Record of Materials (ROM), Certificate of Material Origin and Manufacturer
Certificate of Compliance tracking.
• Maintain construction files using format provided by the City.
• Provide timely coordination, accounting and billing for construction management services
contracts.
• Other tasks as requested by the City.
Inspection Services
• Review and approve Contractor's surveying to assure layout accuracy.
• Observe Contractor's activities for compliance with the Contract Documents, and
generate construction audit trail using City's provided Inspector's Daily Report (IDR)
and other required special inspection forms.
• Monitor Contractor's activities for compliance with all regulatory, environmental,
permit and material requirements, including:
- NPDES Construction Permit (TESC and water quality requirements).
- Hydraulic Project Approvals (HPA), if any.
- ROM requirements.
• Track Change Orders and Force Account activities for appropriate reimbursement and Time
Impact Analysis.
• Coordinate, obtain and evaluate test results from testing services (e.g. turbidity monitoring,
pressure testing, closed circuit television inspection, concrete strength, bedding and backfill
gradation, subgrade and asphalt compaction testing). The material testing consultant shall
promptly provide test results (including the asphalt paving test results) in a time frame in
compliance with the Project Plans and Specifications.
• Actively confirm Contractor's coordination of construction activities with adjacent property
owners, businesses, utilities and other agencies through review of the required Project
Schedule and notice forms.
• Document as- constructed conditions of the project for the eventual creation of the Record
Drawing. The Construction Contractor shall furnish a red -lined plan set to the City at the
completion of the project; and the Consultant shall periodically verify the accuracy of the
Contractor's red -lined plan during construction. When contracted, the Consultant shall use
the red -line plan set to produce a full -size mylar plan set as the City's Record Drawing.
• Other tasks as requested by the City.
City Responsibility
The City will oversee the Consultant in the management and inspection of construction as noted
below:
• Provide CM oversight and approval authority for all construction activities.
• Manage the Designer -on- Record team as part of the Project Designer's on -call design
support and architectural submittal review.
• Process all contract documents through the City's approval process (e.g. CM services
invoices, construction contract, monthly pay estimates, change order execution, cost
reduction proposals, time extensions, etc.).
• Oversee the Consultant on conducting schedule evaluation, monitoring, and evaluate
Time Impact Analysis for changes.
• Provide and assist the Consultant in utility coordination with third -party utilities under
project specific or franchise agreements.
• Review the Pre - Construction Conference agenda and all hand -out materials, before the
Consultant conducts the Pre - Construction Conference.
• Coordinate and schedule any public meetings required before, during and after
construction.
• Provide operations & maintenance interface with other City Staff for ongoing project
issues.
• Provide CM tools for Team use including: Project ROM, IDR, Project File Index, Change
Order, Force Account tracking and Pay Estimate forms.
SUBMITTAL REQUIREMENTS:
From September 17, 2013 to the Proposal due date and time, each interested CM consultant firm
is encouraged to review the Project Plans and Specification, in preparation of the Proposal
submittal. The Project Plans and Specifications are available for review on the Builders
Exchange of Washington: http: / /www.bxwa.com/index.html
Submittals from consulting firms must include the following information: firm name; phone and
fax numbers; name and e -mail address for the primary contact; disciplines provided by the firm;
specific staff and disciplines to be assigned to the project; specialty services provided, if any;
similar project experience examples; and the total number of employees within Washington
State. Similar information shall be provided for any sub - consultants.
Project examples cited, especially those similar projects, should be within the last five years,
focusing on demonstrating the capabilities listed above, include reference contact information,
and include contributors only if they are proposed for this project.
Four (4) bound copies of the Proposal, whether mailed or hand - delivered, must arrive at the
address listed below no later than 5:00n mm (per Addendum 1 following this notice) on
October 8, 2013. No submittal will be accepted after this date and time. The City will not be
liable for delays in delivery of proposals due to handling by the US Postal Service or any other
type of delivery service. Faxed or emailed submittals will not be accepted. Please reference to
the RFP title on all communications and mailing labels.
The Proposals shall be limited to a maximum of twelve (12) single -sided pages, exclusive of
covers, section dividers, and resumes, and in no smaller than 12 -point font. Address the
Proposals to Peter Lau, City of Tukwila Public Works Department, 6300 Southcenter
Boulevard, Suite 100, Tukwila, Washington 98188. Any questions regarding the submittal
and selection process, and the project shall be emailed to peter.lau@tukwilawa.gov Only
email communications will be accepted. Responses will be shared with all firms registered
on the Request for Proposals (RFP) list maintained by the City. To be included on this list,
please send an email to the address above with the name and primary contact email address,
stating your desire to submit a Proposal for CM services. Please reference the RFP title on
all communications.
The City reserves the right to revise this RFP at any time before the due date. Such revisions, if
any, will be announced by addenda to this RFP. When responding to questions, requests for
clarification or issuing addenda, the City will send an email notification to the contact person for
each Submitter as soon as each addendum or response is issued. The notification will include an
electronic copy of the addendum or clarification when possible. The Submitter must
acknowledge receipt of all addenda, in the introductory letter of the Proposal. Any questions
submitted within 3 business days of the submittal deadline may not be addressed.
SELECTION PROCESS:
Pursuant to the State and Federal regulations, a qualifications -based selection process will be
used to select a Consultant for this project. The first step is the submission of Proposals in
response to this RFP. The City will short-list up to four of the CM Teams, which demonstrate
through their Proposals the closest match to the City's needs. Upon completion of the
evaluation, scoring, and short- listing process, the City will send prompt notification to all
Submitters, or will notify them of a decision not to issue a short-list. The second step in the
selection process will be interviews with the short- listed teams. Additional information for the
interviews will be provided to all short- listed candidates.
Scoring from the short- listing process will be brought forward to the final scoring of the
interviewed CM Teams. The following criteria will be used to evaluate and rank the Proposal
responses:
Step 1: Short - listing
Criteria Possible Points
Qualifications, Expertise & Experience of Project Team Staff 300
Project Understanding and Approach 200
Experience with Transit Center construction & its architectural work 150
Experience working with businesses affected by construction 150
Knowledge of FTA, WSDOT Regional Mobility and TIB Requirements150
Compliance with RFP Requirements 50
Step 1 Total 1000
Step 2: Final Selection
Criteria Possible Points
Score from Step 1 40%
Interview 60%
At the option of the City, Past Performance /Reference Checks for the Consultants
might be required, and would be included as part of the Interview scoring.
TERMS AND CONDITIONS:
The City reserves the right, at its sole discretion, to cancel this RFP, issue a new RFP, reject any
or all Proposals, seek or obtain data from any source that has the potential to improve the
understanding and evaluation of the responses to this RFP, seek and receive clarifications to a
Proposal and waive any deficiencies, irregularities or technicalities in considering and evaluating
the Proposals.
This RFP does not commit the City to enter into a contract or proceed with the procurement of
the project. The City assumes no obligations, responsibilities and liabilities, fiscal or otherwise,
to reimburse all or part of the costs incurred by the parties responding to this RFP. All such costs
shall be borne solely by each Submitter.
Materials submitted in response to this competitive procurement shall become the property of the
City and will not be returned. All submittals received will remain confidential until the City and
the successful CM Team sign the agreements resulting from this RFP. All submittals are deemed
public records as defined in the RCW 42.17.250 to 42.17.340.
Persons with disabilities may request this information be prepared and supplied in alternate forms
by calling collect (206) 433 -0179.
The Recipient, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42
U.S.C. 2000d to 2000d -4 and Title 49, Code of Federal Regulations, Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -
assisted programs of the Department of Transportation issued pursuant to such Act, hereby
notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to
this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 23 will be
afforded full opportunity to submit bids in response to this invitation, and will not be
discriminated against on the grounds of race, color, sexual orientation, sexual preference, national
origin, or sex in consideration for an award.
CITY OF TUKWILA
TUKWILA TRANSIT CENTER PROJECT
REQUEST FOR PROPOSALS (RFP)
CONSTRUCTION MANAGEMENT & INSPECTION SERVICES
ADDENDUM NUMBER 1
DATE OF ADDENDUM ISSUE: September 30, 2013
DATE OF RFP DUE: October 8, 2013
NOTE TO ALL INTERESTED PARTIES
This Addendum Number 1 consists of the following revisions, additions, deletions, and/or
clarifications, and is hereby made as part of the RFP for the above -named project. RFP
submitters shall take this Addendum into consideration when preparing and submitting their
RFPs.
RFP submitters shall acknowledge receipt and acceptance of this Addendum Number 1 in the
introductory letter of the Proposal. Failure to acknowledge receipt and acceptance of this
Addendum may result in disqualification of the RFP submittal.
1. SUBMITTAL REQUIREMENTS:
Fourth paragraph, second line, replace "5:OOam" with "5:OOpm ".
ALL OTHER REQUIREMENTS OF THE RFP REMAIN IN EFFECT.
Sincerely,
Peter Lau, P.E.
Senior Program Manager — Construction
City of Tukwila