HomeMy WebLinkAbout2018-09-06 - Request for Qualifications - S BAR / Airport Way (South Boeing Access Road Over Airport Way Seismic Retrofit)CITY OF TUKWILA NOTICE
REQUEST FOR QUALIFICATIONS (RFQ)
S BAR/Airport Way
(South Boeing Access Road over Airport Way Seismic Retrofit)
DUE Thursday, September 6, 2018 BY 5:00 p.m. (Pacific Time)
The City of Tukwila solicits interest from consulting firms with expertise in Civil and Structural Engineering Design. This
agreement will be for approximately one year in duration with the option for the City of Tukwila to extend it for
additional time and money if necessary. Consultants will be considered for the following project.
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.
Please review the full F following this notice
Project Description
The work to be performed by the CONSULTANT consists of preparing preliminary engineering design and preparing
final design & contract documents for improvements to S BAR/Airport Way. The proposed improvements include a
seismic retrofit for the existing concrete structure in accordance with current AASHTO and FHWA guidelines. This
project has a mandatory 9% UDBE goal. The major features of the project are as follows:
• Structural analysis and design for seismic retrofit.
• Geotechnical assessment of foundation/ground improvements required for seismic upgrade.
• Environmental assessment and documentation for a Categorical Exclusion (CE) determination.
• SEPA and NEPA documentation.
• Potential roadway safety design assessment of safety features for Airport Way at the bridge.
• Survey and base mapping.
The City of Tukwila reserves the right to retain the services of the successfunn(s) for any subsequent phases (R/W,
CN) 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 TUKWILA/WSDOT/FHWA standards
6) Past Performance/References
7) Approach to meet the DBE goal (DBE Participation Plan)
Submittal
Submittals should be no longer than 15 pages, excluding dividers, and should be on 8-1/2 by 11 paper using 12-point
fonts. Pages that are 11 by 17 may be used but will count as two pages. Submittals should also include the following
information: firm name, phone and fax numbers; name of principal -in -charge and project manager; and number of
employees in each firm proposed to project.
Please submit FOUR bound paper copies and ONE PDF copy, on a compact disc (CD), of your Statement of
Qualifications to:
City of Tukwila,
6300 Southcenter Blvd., Suite 100,
Tukwila, WA 98188-2544,
Attn: Steve Carstens, P.E.,
S BAR/Airport Way SOQ
DOT 140-564
11/2016
Page 1 of 2
Submittal shall be received no later than 5:00 P.M. on Thursday, September 6, 2018. Submittals will not be accepted
after that time and date. Any questions regarding this project should be directed to Steve Carstens, P.E, at 206-431-2446
or by email at Steve.Carstens@TukwilaWA.gov. Only email inquiries 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 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.
Dates of publication in the Seattle Times: August 8, 2018, and August 22, 2018.
Dates of publication in the Daily Journal of Commerce: August 8, 2018, and August 22, 2018.
DOT 140-564
11/2016
Page 2 of 2
S BAR/AIRPORT WAY
CITY OF TUKWILA
PUBLIC WORKS DEPARTMENT
REQUEST FOR QUALIFICATIONS
DUE Thursday, September 6, 2018 BY 5:00 p.m. (Pacific Time)
PRELIMINARY ENGINEERING AND RIGHT OF WAY SERVICES
FOR THE
S BAR/AIPORT WAY
TUKWILA PROJECT NO. 91310407
HARI PONNEKANTI, P.E.
DEPUTY PUBLIC WORKS DIRECTOR/CITY ENGINEER
STEVE CARSTENS, P.E.
PROJECT MANAGER
PUBLIC WORKS DEPARTMENT
Page 1
S BAR/AIRPORT WAY
REQUEST FOR QUALIFICATIONS
Engineering Consultant Services for the
S BAR/AIPORT WAY
(SOUTH BOEING ACCESS ROAD OVER AIPORT WAY SEISMIC RETROFIT)
PRELIMINARY ENGINEERING SERVICES
ADDITIONAL TECHNICAL INFORMATION IS AVAILABLE ON THE CITY'S WEBSITE
OBJECTIVE
The City of Tukwila Public Works Department intends to procure engineering consultant services (design
team) to provide preliminary engineering design and right of way services for the S BAR/Airport Way
project. This is a federally funded project. The work shall be in accordance with the Local Agency
Guidelines (LAG) manual.
PROJECT DESCRIPTION:
The Boeing Access Road bridge over Airport Way (S BAR/Airport Way) will provide a structural
analysis and seismic retrofit for the existing concrete structure in accordance with current AASHTO and
FHWA guidelines.
Part of this work will provide a geotechnical assessment of the foundation/ground improvements that may
be required for the seismic upgrade. Other related work may include environmental assessment and
documentation, SEPA and NEPA documentation, an assessment of roadside safety features at Airport
Way (at the structure), and surveying/base mapping.
An approximate schedule of the preliminary engineering phase is to have the final PSE ready for
construction advertisement in early 2019. Funding for improvements are through Bridge Replacement
Advisory Council (BRAC) funds and Tukwila, local, funds for the PE phase.
SCOPE OF WORK
Under the direction of the City's Project Manager, the scope of services may include, but are not limited
to:
• Project Management
• Survey and Base Mapping
• Utilities and Coordination (if needed)
• Preliminary engineering design
• Preparing final design & contract documents
• Environmental Documentation and Permitting
o NEPA and SEPA documentation
Page 2
S BAR/AIRPORT WAY
o Categorical Exclusion (CE) determination documentation
• Structural Engineering
o Seismic analysis design and assessment of structure for seismic retrofit.
o Design of seismic retrofit in accordance with current AASHTO and FHWA guidelines.
• Geotechnical Engineering assessment of foundation/ground improvements required for seismic
upgrade.
• Roadway Safety feature assessment
o Assessment of safety features on Airport Way
• Other Directed Services as needed by the City
This project has a mandatory 9% UDBE goal.
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 infouniation 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), either mailed or
hand -delivered, must arrive at the address listed below no later than 5:00 p.m. (PST) on Thursday,
September 6, 2018. 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.
Submittals should be no longer than 15 pages, excluding dividers, and should be on 8-1/2 by 11 paper
using 12-point fonts. Pages that are 11 by 17 may be used but will count as two pages. Submittals should
also include the following information: firm name, phone and fax numbers; name of principal -in -charge
and project manager; and number of employees in each firm proposed to project.
Address the Proposals to:
City of Tukwila,
6300 Southcenter Blvd., Suite 100,
Tukwila, WA 98188-2544,
Attn: Steve Carstens, P.E.,
S BAR/Airport Way SOQ
Page 3
S BAR/AIRPORT WAY
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 CONSULTANT 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 as well as in the Signature Page which can be found as part of this information. 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 CONSULTANT 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
CONSULTANT 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 30
Ability to meet schedule 10
Approach to project 10
Familiarity with TUKWILA/WSDOT /FHWA standards and requirements 20
Past performance/references 5
Approach to meet the DBE goal (DBE Participation Plan) 5
Step 1 Total 100
Step 2: Final Selection
Page 4
S BAR/AIRPORT WAY
Criteria Possible Points
Interview 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
CONSULTANT 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 206-431-2446.
TITLE VI COMPLIANCE
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.
Page 5
SIGNATURE PAGE
*This page must be included in your SO
CITY OF TUKWILA PUBLIC WORKS DEPARTMENT
All submittals must be in ink or typewritten and must be executed by a duly authorized representative of the
proposing entity. If the proposer is a subsidiary or doing business on behalf of another entity, so state, and
provide the firm name under which business is hereby transacted.
Submittals will be received at the City of Tukwila Public Works Department, located at 6300 Southcenter
Blvd, Suite 100, Tukwila, WA 98188. See the Request for Qualifications (RFQ) for additional details.
REQUEST FOR QUALIFICATIONS — CITY OF TUKWIAL PROJECT NO. 98610403
The undersigned proposer hereby agrees to execute the proposed contract and furnish all materials, labor,
tools, equipment and all other facilities and services in accordance with this RFQ.
The proposer agrees, by submitting a proposal under this RFQ, which in the event any litigation should arise
concerning the submission of proposals or the award of contract under this RFQ, the venue of such action or
litigation shall be in the Superior Court of the State of Washington, in and for the County of King.
Non -Collusion Declaration
The undersigned proposer hereby certifies under penalty of perjuty that this proposal is genuine and not a
sham or collusive proposal, or made in the interests or on behalf of any person or entity not herein named;
and that said proposer has not directly or indirectly induced or solicited any person or entity on the
proposed work to put in a sham proposal or any person or entity to refrain from submitting a proposal; and
that said proposer has not, in any manner, sought by collusion to secure to itself an advantage over any
other consultant(s) or person(s).
Proposer's Registered Name
Authorized Signature Date
Address Printed name and Title
City, State, and Zip
Email Address
Telephone Number
WA State Business License Number (UBI)
EI Number/Federal Social Security Number State Contractor License Number
Addendum Acknowledged # 1
#2 #3 #4
T IS PAGE UST BE SIGNED AN ,=''ETU NE i 'IT SUI ITTAL.
DOT 140-564
11/2016
Page 7 of 7