HomeMy WebLinkAbout2020-05-19 - Request for Proposals - South 42nd Avenue Bridge ReplacementCITY OF TUKWILA
REQUEST FOR PROPOSALS (RFP) FOR
South 42nd Avenue Bridge Replacement
Due: Tuesday, May 19, 2020 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 in the following pages which includes a link to the project
documents.
Protect Description
The work to be performed by the CONSULTANT consists of preparing a type, size and location
study; final design (30%, 60%, 90%, and 100% submittals) and bid -ready documents; and
environmental permitting for the South 42nd Avenue Bridge Replacement. All work performed by
the CONSULTANT shall be in accordance with the Local Agency and Guidelines (LAG) manual.
This project does not currently have a mandatory DBE goal established; however, it is
anticipated that a DBE goal will be assigned as the project advances. ROW acquisition is
not anticipated but could become necessary as the design progresses.
Key Elements:
• Type, Size and Location report (WSDOT)
• NEPA, SEPA, Shoreline, environmental studies, and WSDOT approvals
• Preliminary Design
• Final design and PS&E
• Coordination with Burlington Northern Santa Fe (BNSF) Intermodal yard
• Coordination with Baker Commodities
• Mandatory DBE goal TBD
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) Approach to a DBE Goal
2) Project understanding and project approach
3) Qualification and expertise of the Project Manager
4) Qualification and expertise of the Project Team
5) Experience with utility and Third -Party coordination/compliance
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
Adam Cox, Project Manager
6300 Southcenter Blvd., Suite 100
Tukwila, WA 98188-2544
South 42"d Avenue Bridge Replacement
Four (4) bound copies of the Proposal, whether mailed or hand -delivered, must arrive at the
address listed above no later than 5:00 p.m. on Tuesday, May 19, 2020. 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.
Any questions regarding this project should be directed to Adam Cox at
Adam.Cox@TukwilaWA.gov. Only email inquiries will be accepted.
Published Seattle Times: April 28, 2020 and May 5, 2020
Published Daily Journal of Commerce: April 28, 2020 and May 5, 2020
REQUEST FOR PROPOSALS
South 42" d Avenue Bridge Replacement
Due: Tuesday, May 19, 2020 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 a Type, Size and Location report, PS&E, Permitting, and potentially
support during construction on the 42nd Avenue South Bridge Replacement. The 42"d Avenue
Bridge is a primary crossing of the Duwamish River for the Allentown neighborhood, the
Burlington Northern Santa Fe (BNSF) Intermodal Facility, and Baker Commodities. 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
The current 42nd Avenue South Bridge consists of a 3-span 280-foot-long bridge with the main
span consisting a through -truss that was built in 1949. The existing bridge has a sufficiency
rating of 7.56 SD and is considered Structurally Deficient and Functionally Obsolete. The 2018
average daily traffic volume (ADT) was 10,300 vehicles per day with 30% of those vehicles
being heavy trucks.
The distinct elements of this project include complete removal and replacement of the existing
structure. Consideration of a temporary structure during the removal of the existing bridge and
construction of the new bridge will be given. The selected consultant has the opportunity to
develop a design to their specialized means and methods as there is currently no conceptual
Page 1 of 8
Request for Proposals — South 42nd Avenue Bridge Replacement
design for this project. However, the selected consultant is required to prioritize costs as a
majority of the funding will be from federal and local sources. The project work includes: type,
size and location study; final design (30%, 60%, 90%, and 100% submittals) 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. The work shall be in accordance with the Local Agency
Guidelines (LAG) manual.
Construction funding is anticipated to be through the Puget Sound Regional Council (PSRC)
STP grants, Federal funding through WSDOT Local Bridge Program, and general City
funding.
Key Elements:
• Type, Size and Location report (WSDOT)
• NEPA, SEPA, Shoreline, environmental studies, and WSDOT approvals
• Preliminary Design
• Final design and PS&E
• Coordination with Burlington Northern Santa Fe (BNSF) Intermodal yard
• Coordination with Baker Commodities
• Mandatory DBE goal TBD
Potential Elements:
• 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
Adam Cox, P.E.
City of Tukwila Public Works Department
6300 Southcenter Boulevard, Suite 100
Tukwila, Washington 98188
Adam. Cox&tukwilawa. gov
Page 2 of 7
Request for Proposals — South 42nd Avenue Bridge Replacement
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 May 15, 2020 may
not receive a response.
Information about the RFP can be found here:
https://tukwilawa.sharepoint.com/:f:/s/publicworks/engineering/
EtK4ughB6gFKmBH25pZtB4oBz—iWOTBHLgE4vcOfEHbkWQ
F. Pre -Submittal Meeting
An optional call -in Pre -Submittal Meeting will be held at 10:00 a.m., May 7, 2020, and can be
accessed by calling (253) 292-9750 confirmation code 784746388#. 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 location 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 Tuesday, May 19, 2020. 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.
Page 3 of 7
Request for Proposals — South 42nd Avenue Bridge Replacement
The front cover of each Proposal must be labeled with the name and address of the lead
Consultant, along with the project title: "42"d Avenue South Bridge," "Proposal," and the date
of submittal.
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 format by emailing Adam Cox at Adam.Cox@TukwilaWA.gov or by calling collect
206-431-2446.
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.
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 — South 42nd Avenue Bridge Replacement
Milestone Target Dates/Times (Pacific Time
Request for Proposal................................April 28, 2020
Pre -Submittal Meeting .............................May
7, 2020, 10:00 am
Proposal Due............................................May
19, 2020, 5:00 p.m.
Proposal Review ......................................May
20 — 28, 2020
Notify short-listed Submitters
..................May 29. 2020
Interviews .................................................June
2 — 4, 2020
Final Selection ........................................June
12, 2020
Award of Contract....................................July
21, 2020
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) Maior Team Members
• A short description of the major team members 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 — South 42nd Avenue Bridge Replacement
• 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 firm 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 utility entities and third party organizations
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 ofDesi nn
• 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 — South 42nd Avenue Bridge Replacement
Describe how the team will meet administrative and regulatory requirements.
Describe how the team will implement quality assurance and quality control measures.
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 determined 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 a DBE Goal....................................................................20
Project Understanding and Approach.................................................30
Qualifications/Expertise of Project Manager......................................20
Qualifications/Expertise of Team.......................................................20
Experience with Utility and Third Party Coordination 10
Step 1 Total 100 points
Step 2: Final Selection
Scorefrom 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: April 28, 2020, and May 5, 2020
Published Daily Journal of Commerce: April 28, 2020, and May 5, 2020
Page 7 of 7