HomeMy WebLinkAbout2019-03-18 - Request for Proposals - West Valley Highway (I-405 to Strander Boulevard)CITY OF TUKWILA
REQUEST FOR PROPOSALS (RFP) FOR
WEST VALLEY HIGHWAY (1-405 — STRANDER BOULEVARD)
w ue: onday, arch 18, 2019 by 5:00 p.m.
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 Proposals" (RFP) to
circulate various addenda, or to withdraw the RFP at any time, regardless of how much time and
effort consultants have spent on their responses.
Please review the full RFP following this notice.
Project Description
The work to be performed by the CONSULTANT consists of preparing preliminary engineering
design, environmental studies and permitting, and preparing final design & contract documents
for improvements to West Valley Highway (SR 181). The CONSULTANT will also prepare
preliminary engineering design and environmental studies and permitting for improvements to
Longacres Way. The proposed improvements include widening the highway to 7 lanes, bridging
over the 60-inch Seattle Public Utilities water main, a new pedestrian signal, a shared use
sidewalk and other related engineering tasks. This project has a mandatory 14% DBE goal.
ROW acquisition is not anticipated.
Key Elements:
• Final design and PS&E for all work on WVH
• Design -only for all work on Longacres Way
• NEPA, SEPA, Shoreline, and WSDOT approvals
• Coordination with Seattle Public Utilities to bridge over the 60" water main
• Coordination with ongoing design of the Strander Boulevard Extension project
The City of Tukwila reserves the right to retain the services of the successful firm(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) Experience with utility and WSDOT coordination/compliance
6) Past Performance/References
Submittal
Submittals should be no longer than 10 pages, excluding dividers, and should be on 8-1/2 by 11
paper using 11-point fonts. Pages that are 11 by 17 may be used for charts, exhibits and other
illustrative and graphical information only. 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 of your Proposal to:
City of Tukwila
Attn: Cyndy Knighton
6300 Southcenter Blvd., Suite 100
Tukwila, WA 98188-2544,
West Valley Highway (I-405 to Strander Blvd)
Submittal shall be received no later than 5:00 pm. on Monday, March 18, 2019. Submittals will
not be accepted after that time and date. Any questions regarding this project should be directed
to Cyndy Knighton at Cyndy.Knighton@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 Cyndy Knighton at Cyndy.Knighton@TukwilaWA.gov or by calling collect 206-431-2450.
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.
Published Seattle Times: February 25, 2019, and March 4, 2019
Published Daily Journal of Commerce: February 25, 2019, and March 4, 2019
REQUEST FOR PROPOSALS
West Valley Highway (1-405 — Strander Boulevard)
ue: onday, arch 18, 2019 by 5:00 p.m.
Section 1. General Information
A. Purpose of Requested Services
The City of Tukwila (the "City") is requesting Proposals from qualified consultants to provide
professional services for Design, Permitting, PS&E, and potentially support during
Construction on West Valley Highway/SR 181, a Primary Arterial and State Highway,
between S 156th Street and Strander Boulevard and Design on Longacres Way west of West
Valley Highway. The design must comply with all applicable federal or state requirements.
The purpose of this Request for Proposals (RFP) is to solicit information, in the form of a
Proposal, which will be evaluated to determine the most highly qualified Submitters with the
capabilities to successfully deliver the project. Short-listed Submitters will be invited to
interview as described below in "Section C: Selection Process."
The City may cancel, modify, or re -advertise this RFP at its discretion.
B. Project Description
This project has distinct elements that have been combined into one larger project. The largest
element includes adding a third northbound through lane on the east side of West Valley
Highway/SR 181 (WVH) from Strander Boulevard north to S 156th Street. The new lane
consists of a combination of restriping and some actual roadway widening and includes some
sections of new or replaced sidewalks. The widening is done over a 60-inch water main owned
by Seattle Public Utilities that will require bridging. This element also includes a non -
motorized signal crossing of WVH near the landing of the new pedestrian bridge that will
require approval from WSDOT. The next element is a wide separated shared -use path on the
west side of WVH. This work has federal funding and is within the shoreline buffer. The final
element is design -only for sidewalks and other non -motorized improvements on both sides of
Longacres Way from WVH east to the end of City -owned right-of-way.
Page 1 of 8
Request for Proposals — West Valley Highway (I-405- Strander Blvd.)
The project will design and construct (except on Longacres Way) street improvements,
drainage, sidewalks, bicycle facilities, and driveway adjustments. The project work includes:
final design (30%, 60%, 90%, and 100%) and bid -ready documents; and environmental
permitting. Subsequent phases of work including right of way acquisition, support during
bidding and construction support are optional and are not considered during the selection
process. Right of way acquisition is not anticipated but could become necessary as the design
progresses. The optional work is dependent on satisfactory performance by the Consultant.
Currently WVH is a 6-lane highway with sidewalks and paved shoulders with a posted speed
limit of 40 mph and a AADT of 29,200 in 2018. All utilities are currently underground.
Funding is through a Transportation Improvement Board grant, a CMAQ grant, and general
City funds.
Key Elements:
• Final design and PS&E for all work on WVH
• Design -only for all work on Longacres Way
• NEPA, SEPA, Shoreline, and WSDOT approvals
• Coordination with Seattle Public Utilities to bridge over the 60" water main
• Coordination with ongoing design of the Strander Boulevard Extension project
• Mandatory 14% DBE goal
Potential Elements:
• Environmental studies
• Right of way acquisition
• Construction support
C. Selection Process
The City is using a two-step selection process to select a design consultant team (the
"Consultant") to deliver the project. The first step is submission of Proposals in response to
this RFP. The second step in the selection process will be interviews of the short-listed teams.
The City will short -List up to four (if any) qualified Consultants that submit Proposals. Upon
completion of the evaluation, scoring, and short -listing process, the City will notify all
Consultants who either submitted a proposal or attended the pre -submittal meeting of the short-
listed Submitters or will notify them of any decision not to issue a short-list.
D. Project Manager Contact Information
Cyndy Knighton
City of Tukwila Public Works Department
6300 Southcenter Boulevard, Suite 100
Tukwila, Washington 98188
cyndy.knighton@tukwilawa.gov
Page 2 of 7
Request for Proposals — West Valley Highway (I-405- Strander Blvd.)
E. Communications — Requests for Information, Clarifications, and Addenda
Any questions regarding the submittal process and/or the technical aspects of the project should
be directed to the City's Project Manager listed above. Any questions regarding this project
should be directed to the Project Manager. Email communication is the official method
of communication and is strongly preferred.
All responses will be provided via email in a timely manner by the City's Project Manager.
Questions and responses will be shared with all firms who attend and register at the Pre -
Submittal Meeting (see schedule for date). Any question submitted after March 13, 2019 may
not receive a response.
Informational materials are available on the City's FTP site (found here:
https://cloud.tukwilawa.gov/data/public/0ddcel.php) for immediate download.
F. Pre -Submittal Meeting
An optional Pre -Submittal Meeting will be held at 10:00 a.m., March 6, 2019, at 6300
Southcenter Boulevard, Suite 100. City staff will be available to discuss the submittal process
and the technical aspects of the project. All interested firms are encouraged to visit the project
area prior to the meeting.
G. Quantities, Due Date, Time and Location
Four (4) bound copies of the Proposal, whether mailed or hand -delivered, must arrive at the
address listed in Section D no later than 5:00 p.m. on Monday, March 18, 2019. Proposals
received later than the submittal deadline will not be accepted. 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 the RFP
title on all communications.
H. Size Limitation on the Proposal
The Proposal must not exceed 10 single -sided pages, exclusive of covers, section dividers, or
appendices. The Proposal may be printed with double -sided pages but no more than the first
10 sides of text and graphics will be considered. The Proposal shall be in a single bound
volume. The Proposal may be presented in either portrait or landscape orientation. Except for
charts, exhibits and other illustrative and graphical information, all information must be printed
on 8.5" x 11" paper. Charts, exhibits and other illustrative and graphical information may be
on 8.5" x 14" or 11" x 17" paper, but must be folded to 8.5" x 11". With the exception of
charts and graphs, all text must be in an 11-point font size or larger. Text within charts and/or
graphs may be smaller than 11 point but must be a readable size font.
The front cover of each Proposal must be labeled with the name and address of the lead
Consultant, along with the project title: "West Valley Highway (I-405 — Strander Boulevard),"
"Proposal," and the date of submittal.
Page 3 of 7
Request for Proposals — West Valley Highway (I-405- Strander Blvd.)
I. Terms and Conditions
The City reserves the right, in its sole discretion, to cancel this RFP, issue a new Request for
Proposals, 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 informalities 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 Proposer sign the agreements resulting from this advertisement. All
submittals are deemed public records as defined in the RCW 42.17.250 to 42.17.340.
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 foimat by emailing Cyndy Knighton at Cyndy.Knighton@TukwilaWA.gov or by
calling collect 206-431-2450.
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 2000-4 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 respondents that it will affirmatively insure that in any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded full
opportunity to submit proposals in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
Section 2. Schedule of Project
A. Preliminary Schedule
The deadline for submitting the Proposal is stated below. The City also anticipates the
following additional project milestone dates. This schedule is subject to revision at any time.
Page 4 of 7
Request for Proposals — West Valley Highway (I-405- Strander Blvd.)
Milestone
Target Dates/Times (Pacific Time)
Request for Proposal February 25, 2019
Pre -Submittal Meeting March 6, 2019, 10:00 am
Proposal Due March 18, 2019, 5:00 p.m.
Proposal Review March 19 — 26, 2019
Notify short-listed Submitters March 27. 2019
Interviews April 10-12, 2019
Final Selection April 19, 2019
Notice to Proceed June 10, 2019
Section 3. Proposal
This section describes specific information that must be included in the Proposal. Proposals
must follow the outline presented below. Submitters shall provide brief, concise information
that addresses the requirements of the project consistent with the evaluation criteria described
in this RFP.
A. Content of Proposal Sections
The outline presented below shall be followed for preparing the Proposal. This format has
been created to organize Proposals and to facilitate the evaluation. The Proposal shall have
three sections, numbered and titled as follows. An appendix with full resumes is allowed and
will not be counted in the overall page count. The appendix material may or may not be
considered as part of the selection process. The information required in the following sections
will be used in the qualitative assessment of the Proposal.
Section 1: Introduction
The Proposal shall include an introduction stating the business name, address, and roles of the
Submitter and any sub-consultant(s). The introduction shall identify one contact person and
his or her address, telephone numbers, and email address. This person shall be the single point
of contact on behalf of the Submitter, responsible for correspondence to and from the
organization and the City. The City will send all project -related communications to this one
contact person.
Section 2: Team and Key Personnel Experience
Provide information on the following:
a) Major Team Members
• A listing of all firms on your Proposal team, the type(s) of services that each Team
Member provides, and the length of time each Team Member has been providing those
services.
Page 5 of 7
Request for Proposals — West Valley Highway (I-405- Strander Blvd.)
• Provide a list of up to three projects which has been completed within the last five years
that demonstrate the required expertise needed for this project. It is preferred that your
fi11n functioned in a similar manner as proposed for this project. Include the
work/services provided on the project(s), project dates, staff involved also proposed for
this project, and client/organization name(s) and contact information.
b) Organizational Structure
• A proposed organizational chart, identifying key personnel by name, with lines
identifying participants and their reporting relationships.
c) Key Personnel
• Experience and qualifications for each proposed key person.
• Up to three examples for the Project Manager which demonstrate his/her prior experience
as a Project Manager on similar projects managing the following items:
i. Project schedule
ii. Scope of Work/scope creep
iii. Schedule and Budget Control
iv. Changes that arose throughout the life of the project
v. Coordination with Seattle Public Utilities and WSDOT
Section 3: Organizational Approach
Provide, at a conceptual level, your team's approach to the project.
a) Work Plan
• Describe your team's proposed work plan for this project.
• Describe each of the elements of the proposed work plan for this project and who is
involved with the decision -making process for the development of the work plan.
b) Project Management
• Describe your team's process/concept for managing scope, schedule and budget.
• Describe how the team organization provides clear levels of authority, responsibility, and
decision making.
• Describe your firm's communication structure with the internal project team; describe
your firm's communication structure with your client.
c) Schedule and Budget Control
• Identify any key issues and critical milestones for the project.
• Describe how the team organization will monitor and control the project costs so as to
complete the project under budget and on or ahead of schedule.
d) Quality of Design
• Describe how the team will provide quality designs.
• Describe how the team will meet the technical requirements of the project.
Page 6 of 7
Request for Proposals — West Valley Highway (1-405- Strander Blvd.)
• Describe how the team will meet administrative and regulatory requirements.
Appendix A: Resumes of Key Personnel
Resumes of Key Personnel shall be limited to two pages each.
B. Proposal Evaluations
Assuming the contract is awarded, award will be made to the Consultant that is deteiiiiined to
be best qualified to provide the services necessary to complete the project. Proposals will be
judged primarily on the technical analysis presented in the proposal, the interview, and the
Consultant's ability to conduct the full project.
C. Evaluation Criteria
Pursuant to 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. Scoring from the short -listing process is brought forward to the
final scoring of the interviewed Proposers. The following criteria will be used to evaluate and
rank responses:
Step 1: Short -listing
Criteria Possible Points
Approach to DBE Goal 10
Project Understanding and Approach 30
Qualifications/Expertise of Project Manager 20
Qualifications/Expertise of Team 20
Experience with Utility and WSDOT Coordination 20
Step 1 Total 100 points
Step 2: Final Selection
Score from Step 1 50%
Interview 50%
Should a tie result from the scoring process, selection of the winning Consultant shall be based
on results of reference checks on past projects.
Section 4. Publication
Published Seattle Times: February 25, 2019, and March 4, 2019
Published Daily Journal of Commerce: February 25, 2019, and March 4, 2019
Page 7 of 7