HomeMy WebLinkAbout2016-11-30 - Request for Qualifications - Consultants for South Boeing Access Road Bridge Rehabilitation (Due by 5 pm)CITY OF TUKWILA NOTICE TO CONSULTANTS FOR
SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION
Due Wednesday, November 30, 2016 by 5:00 p.m. Pacific Standard Time (PST)
The City of Tukwila solicits interest from consulting firms with expertise in Construction
Management and Inspection Services. This agreement will be for approximately 1 year in
duration with the option for the City of Tukwila to extended it for additional time and money, if
necessary. Consultants will be considered for the following project.
Please review the full RFQ following this notice below.
The City of Tukwila reserves the right to amend terms of this "Request for Qualifications" (RFQ) to
circulate various addenda, or to withdraw the RFQ at any time, regardless of how much time and
effort consultants have spent on their responses.
Project Description
The work to be performed by the CONSULTANT consists of Construction Management and
Inspection Services for the proposed South Boeing Access Road Bridge Rehabilitation project.
The project schedule includes an estimated bid date of February 2017 with project construction
completion expected by Spring 2018. This project has a mandatory (zero) 0% DBE goal.
The City of Tukwila reserves the right to retain the services of the successful firm for any
subsequent phases associated with this project.
Evaluation Criteria
Submittals will be evaluated and ranked based on the following criteria:
1. Qualification of Proposed Project Manager;
2. Qualifications /expertise of firm;
3. Ability to meet schedule;
4. Approach to project;
5. Familiarity with the WSDOT /FHWA standards and requirements;
6. Past performance /references.
7. Approach to meet the DBE goal (DBE Participation Plan)
A list of consulting firms will be selected for interviews based on review of the proposals.
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.
Submittal
Submittals should include the following information: Firm name, phone and fax numbers; Name
of Principal -in- Charge and Project Manager; estimated availability of key personnel including
percent utilization for this project and overall individual workload, any proposed Sub - Consultants;
and Number of employees in each firm proposed to project.
It is requested that all proposals be limited to fifteen (15) pages, excluding signature page and
resumes.
Please submit Four (4) bound copies of the Statement of Qualifications (SOQ) and a PDF copy
on a compact disc (CD), whether mailed or hand - delivered, must arrive at the address listed
below no later than 5:00 p.m. (PST) on Wednesday, November 30, 2016.
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 RFQ title on all communications and mailing labels.
Steve Carstens, PE, Senior Program Manager
City of Tukwila, Public Works Department
6300 Southcenter Boulevard, Suite 100
Tukwila, WA 98188
Steve.Carstens(a�TukwilaWA.gov
206 - 431 -2446
Any questions regarding the submittal and selection process, or the project, shall be emailed to
the City's Project Manager listed above. Only email communications will be accepted.
Americans with Disabilities Act (ADA) Information
The City of Tukwila, in accordance with Section 504 of the Rehabilitation Act (Section 504) and
the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of
disability, in all of its programs and activities. This material can be made available in an
alternate format by emailing Steve Carstens, P.E. at Steve.Carstens @TukwilaWA.gov, or by
calling collect 206 - 431 -2446.
Title VI Statement
The City of Tukwila, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42
USC 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 26 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, national origin, or sex in consideration for an award.
Published Seattle Times: November 9, 2016 and November 16, 2016
Published Daily Journal: November 9, 2016 and November 16, 2016
REQUEST FOR QUALIFICATIONS
SOUTH BOEING ACCESS ROAD BRIDGE REHABILITATION
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 the South Boeing Access Road
Bridge Rehabilitation project.
PROJECT DESCRIPTION:
The South Boeing Access Road Bridge Rehabilitation project will provide the following
improvements:
Performing major maintenance repair on a 337 foot long by 75 foot wide, 5 span structure
comprised of two concrete and three steel spans. South Boeing Access road is a principal
arterial supporting 33,300 vehicles per day.
Specific tasks include, but are not limited to:
• Installation of soil compaction grouting
• Removing and installing concrete sidewalk
• Installing structural steel
• Removing existing deck surfacing and installing a modified concrete overlay
• Replacement of concrete bearing and installing seat extensions.
• Installation of drilled shafts
• Installing and maintaining an elaborate traffic control plan
• Removing and reinstalling roadway approaches.
The timeline for construction to complete this work is 285 working days, with on -site
construction projected to start in early spring 2017. Funding for the improvements are through a
mixture of Bridge Replacement Advisory Council (BRAC) funds and Tukwila local funds for the
construction. Federal BRAG funds were used during the design phase and certain federal
requirements are in place during construction. This project has a mandatory (zero) 0% DBE
goal.
SCOPE OF SERVICES:
Under the direction of the City's 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 WSDOT and Federal requirements, which possibly
include:
- 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 a 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).
- ROM requirements.
- Railroad Overpass Agreement (aka Construction and Maintenance Agreement)
- Railroad Temporary Occupancy Permit
- Other requirements as directed by the City.
• 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 which complies 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 and 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:
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 and one (1) PDF copy on Compact Disc (CD), whether
mailed or hand - delivered, must arrive at the address listed below no later than 5:00 p.m. (PST)
on Wednesday, November 30, 2016. 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 RFQ title on all communications and mailing labels.
The Proposals shall be limited to a maximum of fifteen (15) single -sided pages, exclusive of
covers, section dividers, and resumes, and in no smaller than 12 -point font. Address the
Proposals to Steve Carstens, P.E., 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 Steve.Carstens @TukwilaWa.gov.
Only email communications will be accepted. Responses will be shared with all firms registered
on the Request for Qualifications (RFQ) 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 RFQ title on all
communications.
The City reserves the right to revise this RFQ at any time before the due date. Such revisions, if
any, will be announced by addenda to this RFQ. 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 RFQ. The City will short -list up to three 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
Qualification of Proposed Project Manager; 20
Qualifications /expertise of firm 20
Ability to meet schedule 10
Approach to project 10
Familiarity with WSDOT /FHWA standards and requirements 20
Past performance /references 10
Approach to meet the DBE goal (DBE Participation Plan) 10
Step 1 Total 100
Step 2: Final Selection
Criteria
Interview
Possible Points
100%
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 RFQ, issue a new RFQ, 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 RFQ, seek and receive clarifications to a
Proposal and waive any deficiencies, irregularities or technicalities in considering and evaluating
the Proposals.
This RFQ 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 RFQ. 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 RFQ. All submittals are
deemed public records as defined in the RCW 42.17.250 to 42.17.340.
Americans with Disabilities Act (ADA) Information
The City of Tukwila, in accordance with Section 504 of the Rehabilitation Act (Section 504) and
the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of
disability, in all of its programs and activities. This material can be made available in an
alternate format by emailing Steve Carstens, P.E. at Steve.Carstens @TukwilaWA.gov, or by
calling collect 206 - 431 -2446.
Title VI Statement
The City of Tukwila, 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 26 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, national origin, or sex in consideration for
an award.