HomeMy WebLinkAbout2022-06-29 - Request for Qualifications - Tukwila Public Works Administration Building Project
CITY OF TUKWILA REQUEST FOR QUALIFICATIONS(RFQ)
PUBLIC WORKS ADMINISTRATION BUILDING PROJECT
Due Wednesday,June 29, 2022by 5:00 p.m.
The City of Tukwila (“City”) is soliciting Statement of Qualifications(SOQ)from qualified firms for
Public Works Administration Building Project. These services include: professionalarchitectural
and engineeringservicesrequiredforprogramming, planning, design,and
constructionof anew
building, and demolitionofexisting structure(s).
Please review the full RFQ following this notice
Interested firms must mail or hand deliver five(5) copies of their proposal and a flash drive to:
Hari Ponnekanti
City of Tukwila Public Works Department
6300 Southcenter Boulevard, Suite 200
Tukwila, Washington 98188
5:00 p.m.onJune 29, 2022.
Five(5) bound copies of the SOQshall be received no later than
No submittal will be accepted after this date and time. The City will not be liablefor 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. Pleasereferencethe RFQtitle on all
communication and mailing labels. Any questions regarding this project should be directed to
Hari Ponnekanti, Public Works Director at Hari.Ponnekanti@TukwilaWA.gov.Only email
inquirieswill be accepted.
Submittals may be mailed tothe above address or hand-delivered to Tukwila City Hall, 6200
Southcenter Blvd, Tukwila, on Monday or Wednesday from 8:30 a.m. to 4:00p.m., contingent
on current public health guidelines(subject to change). City facilities are NOT open to accept
hand delivered proposals by staffexcept during this time period. The entrance is near the
flagpole. There is also a drop box at the entrance doors to City Hall 24 hours a day, however, it
may not be large enough to handle the proposals. Please plan accordingly to meet the deadline.
Published Seattle Times –May 25, 2022and June 1, 2022
Published Daily Journal of Commerce –May 25, 2022and June 1, 2022
City of Tukwila
Public Works
AdministrationBuilding Project
Requestfor Qualifications Architectural
and Engineering Services
May 25, 2022
{EFM2549235.DOC;1/13175.000001/ }
CityofTukwila
RequestforStatementofQualifications
ForArchitecturaland EngineeringDesignServices for
Tukwila Public Works
AdministrationBuildingProject
Submittal Deadline: June 29, 2022by5:00P.M.
TheCityofTukwilaissolicitingStatements of Qualifications (SOQs)for
Architectural andEngineering Design Services fortheplanning and designofthe
Tukwila Public Works(PW)maintenance administration building.The project site is
located at
11231 E Marginal Way S, Tukwila Washington.
TheCityrequestsalimitofthirty(30)pagestotal fortheSOQ,includingcoverpage,project
examplesandsupplemental information.ItistheCity’sintenttoselectanarchitecturaland
engineeringconsultant teambasedonqualifications,abilities,pastperformance,andavailability to
completetheworkwithinthetimeframe specified. OncetheCityhasreviewedthe qualifications,
oneormorefirmsmayberequestedtoprovideadditionalinformationand/or participateinan
interviewprocess.
ReviewoftheSOQsand the final selection willbeperformed byacommittee comprised of
City staffand others.
Background information,consultantselectioncriteria,andinstructionsforthepreparationand
submittalofSOQsmaybeobtainedbycontactingHari Ponnekantivia email at
hari.ponnekanti@tukwilawa.gov
SOQsareduebyJune 29,2022,at 5:00 PM.TheCitywillevaluatetheSOQsandselectthe
highest-ranking firmsforadditionalinformationand/orinterviews.The finalselectionwillbe
basedonthecombined scoreofthewrittenSOQsandthe interviews.
BACKGROUND:
TheCity of Tukwila is consolidating its Public Worksdepartmentactivities into one site. TheCity
of Tukwila Public Works Department started Phase 1 improvements for Public Works
maintenance facilities at 11210 Tukwila International Blvd in 2019.
TheninJuly 2019,theCity purchased property located at 11231 E Marginal Way South(Project
Site–this is located directly adjacent to the Phase 1 Public Worksmaintenance facilities).The
City will have possession of theProject Site in October 2023.The City is soliciting SOQsfrom
architecturaland engineeringconsultant teams to study the existingSitefacilities,prepare for
demolition of the existing facilities,and design a new administrationbuildingmeetingallcurrent
applicablecodes.
In the final configuration, the consolidated siteswill house the Facilities, Fleet, Utilities and
Streetsdepartmentsof the Maintenance and Operations division of Public Works.
{EFM2549235.DOC;1/13175.000001/ }
SCOPEOFWORK:
TheCityofTukwilais seeking afirmtoprovideprofessionalarchitecturaland engineeringservices
constructionof new facilities,and
requiredforfacilities assessment, planning,design,and
demolitionofexisting structures.Serviceswillinclude,butnotbelimitedto:architecturaland
engineering services,programming,master plan development with phases,costestimating, structural
engineering, MEP(mechanical, electrical,plumbing),landscapingwith potential wetlands
restoration workandcivilengineering.
SUBMITTALDEADLINE:
TheCitymustreceive(5) hard copy sets ofSOQsas well as a flash drive with submittalsby
5:00 PMon June 29, 2022
.Hard copy sets of SOQsandtheflash drivemust be delivered
totheaddresslistedbelow. Faxedor emailed
SOQswillnotbeaccepted.Pleasedirectall
questions toHari Ponnekantivia email to Hari.Ponnekanti@tukwilawa.gov.
City of Tukwila
Attention: Hari Ponnekanti
6300 Southcenter BoulevardSTE 200
Tukwila, WA98188
QUESTIONS
Allquestions should be directed to Hari Ponnekanti atHari.Ponnekanti@tukwilawa.gov.
No other form of questions will be accepted. Questions received after 5:00 pm onJune 15,
2022,may not be answered.If an addendum to this RFQ is needed, it will be published no
later than 4:00pm on June 20, 2022.
Rejection of Submittals
The City reserves the right to reject anyand all submittals and to waive irregularities and
informalities in the submittal and evaluation process.This request for SOQs does not obligate
the City to pay any costs incurred by respondents in the preparation and submission of their
SOQs. Furthermore, this request for SOQs does not obligate the City to accept or contract for
any expressed or implied services.
SUBMITTALREQUIREMENTS:
1)Cover Letter:Thecoverlettershallbrieflysummarizethefirm’squalificationsandpast
experiencerelevanttothescope.Aprincipalorofficerofthefirmauthorizedtoexecute
contractsorothersimilardocumentsonthefirm’sbehalfmustsigntheletter.
2)Outlineyourfirm’sexperienceonthescopeofworkrequiredfortheappropriate
discipline.
3)Describe your firm’s overall approach, including organization and work tasks necessary
to accomplishtheobjectives. If it isyourfirm’spracticetohavespecificsub-categories
oftheScopeofWork,performed byconsultant(s),pleaseidentifytheconsultant(s)you
anticipateusingfora Contract,indicatetheirspecificrole(s),andoutlinetheirexperience
onsimilarorrelated work.
4)Describeyourqualitycontrolprocess.
5)Identify qualifications/expertise of the key personnel on your team; and evidence of
availability of staff to begin immediately upon awarding of the contract.
{EFM2549235.DOC;1/13175.000001/ }
6)Providealistofkeypersonnel,includingconsultants’personnelindicatingthespecific
roleofeach,andclearlyidentifytheProjectManager.
7)Provideaprofessionalresumeforeachofthenamedkeypersonnel,indicatingtheextent
of his/herexperienceonprojectsrelatedtothistypeofwork.Eachofthekeypersonnel
suggestedforuseontheprojectmusthavecurrentprofessionalregistrationor
certification and,if applicable,becurrentlylicensedwiththeStateofWashington.
8)Pastperformanceandrecordofsuccessfulcompletionofpublic worksfacilitiesofsimilar
size and scope:
a)Describeanypreviousprojects(firmandindividual)ofsimilarscopetoourproject
andincludea descriptionofspecificresponsibilitiesofrelevant team members on
suchprojects.
b)Noteanyinformationusefulindemonstratingsuccessfulresultsonpriorprojects.
c)Providereferencecontactnames,phonenumbers,andaddressesrelatedtothe
above priorprojects.
9)Provide written summary of firm’s history of collaborating with DBE/WMBE firms as part
of your team on previous similar projects. Describe approach to maximize their
participation.
CONSULTANTEVALUATIONCRITERIA:
Consultant’sSOQwillbeevaluatedbasedonthecriterialistedinthissection.Inpreparingthe
SOQ,it isimportanttoclearlydemonstrateexpertiseintheareasdescribedinthisdocument.
TheSOQmustdemonstrateexpertiseandthe availability of experiencedpersonnelinallofthe
areasdescribedintheappropriatedisciplines,eitherthroughin-housestaff orwithconsultants.
FirmsareencouragedtoidentifyandclearlylabelintheirSOQhoweachcriterionisbeingfully
addressed.EvaluationofresponsestothisRFQwillbebasedonlyontheinformationprovided
intheRFQpackage,andif applicable,duringaninterviewandreferencereviewprocess.The
Cityreservestherighttorequestadditionalinformationordocumentationfromthefirm regarding
itsSOQdocuments,personnel,orotheritemsinordertocompletetheselection process.
Thefollowingcriteria,withapointsystemofrelativeimportancewithanaggregatetotalof100
points,willbeutilizedtoevaluatethequalificationsofeachfirm:
EvaluationCriteriaWeighting
StatementofQualifications(SOQ)
14points
a) Staff Qualifications:
10points
b) Pastperformanceonother campus facilities studyprojectsor relevantprojects:
10points
c) Projectapproach:
6 points
d) Past examples of Master Planning efforts with multiple phases:
6points
e) Firmlocation,staffing andcurrentworkload:
4points
f) DBE/MWBEapproach:
Subtotal:50points
{EFM2549235.DOC;1/13175.000001/ }
Interviews
10 points
a)Presentation:Clarityandthoroughnessofpresentationandthefirms.
10points
b)UnderstandingofandapproachtotherequirementsoftheProject.
c)SpecificQuestions:Thoroughnessandinsightinprovidingdirectandclearanswersto
20points
thequestionsasked.
d)Communication:Overallqualityoftheteam’spresentation,includinginterpersonal
communicationsbetweenteammembersandtheinterviewpanel.Qualityofquestions
10points
askedbythefirm.
Subtotal:50points
ThefirmreceivingthehighestcombinedscoreasaresultoftheSOQandinterviewswillbe
selectedtoenterintoanagreementwiththeCity.
Aspartoftheevaluation,theCitywillconsiderpriorexperiencewithsimilar types of project
planningand designtobeasignificantcomponentoftheSOQfromthesuccessfulfirmorteam.
In particular,theCityplacessubstantialemphasisonproviding an efficient public facilities
campusthat minimizes on-going maintenance efforts by its crew.
SUBMISSIONREQUIREMENTS:
1)UponreceiptofeachSOQ,theCitywillstampit toconfirm that it was submitted prior to
the deadline. Uponrequest,theCitywillprovidethefirmwithanacknowledgementof
receipt.All SOQsreceivedwillbecomethepropertyoftheCityandwillnotbereturned.
2)RequiredNumberofCopies:Firmsrespondingto thisRFQshallsubmitfive(5)hard
copiesand one (1) electronic copy on a flash driveofits SOQtotheaddresslistedabove.
SELECTIONPROCESS:
AllresponsestothisRFQwillbescreenedforeligibility.Astimepermits,aselectionpanelwill
rateeligibleresponses,accordingtothecriterialistedabove,andmayconductreference checks
aspartoftheprocess.Ifthereisinsufficientinformation,theCityreservestherightto request
additionalinformation,andtointerviewfirmstodiscusstheirSOQs.Itisthe City’sintentto
interviewup tothreefirmsbaseduponthesubmittedwrittenmaterials.
1)ThissolicitationdoesnotobligatetheCitytoawardacontracttoanyrespondent.At its
option,theCityreservestherighttowaiveanyinformalityor irregularitiesintheSOQs
and/ortorejectanyorallsubmittals.
2)TheCityreservestherighttorequestclarificationofinformationsubmitted,andtorequest
additionalinformationfromanyfirm.
3)If theCityawardsafirmthecontracttoprovidearchitecturaland engineering services,the
successfulfirm shallbeissuedawrittenNoticeofIntenttoAward.Thesuccessfulfirm
shallexecutean agreementacceptabletotheCitywithinthirty(30)daysfromthedateof
NoticeofIntentto Award.Failurebythesuccessfulfirmtoexecuteanagreementwithin
thestipulated30-day periodshallconstitutenon-conformancewiththeRFQ,allowingthe
Citytounilaterally withdrawandterminatesuchintenttoaward, unless there is a
negotiated and written extension of the period.
{EFM2549235.DOC;1/13175.000001/ }
4)TheCityreservestherighttoawardthecontracttothenextmostqualifiedfirmif the
successfulfirmdoesnotexecuteacontractwithinthe30daysfromthedateoftheNotice
of IntenttoAward.
5)TheCityshallnotberesponsibleforanycostsincurredbythefirminpreparing,
submitting,orpresentingitsresponsetotheRFQ.
6)ApproximateSelectionTimeline:
Questions Deadline: June 15, 2022
SOQDeadline: June 29,2022,at 5:00pm
ConsultantShortlist: Week of July 11, 2022
ConsultantInterviews: Week of July 18, 2022
ConsultantSelected:Approximatelylate July, 2022
Scope and Fee Negotiations:Early August, 2022
Agreement Approval by Council:Late August 2022
Execute Contract:Approximately early September 2022
ADMINISTRATIVEINFORMATION:
1)Minority-ownedandWomen-ownedBusinessEnterprises:TheCitystronglyencourages
minorityownedandwomenownedbusinesses,sociallyandeconomicallydisadvantaged
businessenterprises,andsmallbusinessestorespondtothisRFQ,toparticipateas
partners,ortoparticipateinotherbusinessactivityinresponsetothisRFQ.
2)BasicEligibility:AnysuccessfulfirmmustbelicensedtodobusinessintheStateof
Washington,theCityofTukwilaandmusthaveastateUnifiedBusinessIdentifier(UBI)
number.Inaddition,thesuccessfulfirmmustnotbedebarred,suspended,orotherwise
ineligibletocontractwiththeCity.
3)PaymentRequirements:FirmsshouldbeawarethattheCitywillonlymakepayments
on invoicesaftertheworkbeingbilledhasbeencompletedandwillpayreimbursable
expensestothefirmonlyuponreceiptofanitemizedinvoiceforthereimbursable
expenses. Noadvancepaymentswillbemadetothefirmand the firmmusthavethe
capacitytomeetall projectexpensesinadvanceofpaymentsbytheCity.
4)ApprovalofConsultants:TheCityretainstherightoffinalapprovalofanyconsultantof
theselectedfirmwhomustinformallconsultantsofthisprovision.
5)DocumentsProduced:Allconstructiondrawings,reports,specifications,andother
documentsproducedundercontracttotheCitymustbesubmittedtotheCityinbothhard
copy(Mylar)andadigitalformatthatmeetstheCity’srequirements,usingMicrosoft
Office, Adobe Acrobatand/orAutoCADproducts.Alldocumentsshallbecomethe
exclusivepropertyoftheCity.
6)CivilRights:TheCityofTukwilaembracescivilrightsandequalopportunity.If any
eventsoccurinvolvingthefirmorsubcontractorsthatwouldviolatethoserights,thenthe
firmshall takefullresponsibilityforsaidactions.
7)Insurance:Successful consultant will be expected to enter into a standard City of
Tukwila Consultant Agreementthat includes the standard general insurance
requirements as follows:
{EFM2549235.DOC;1/13175.000001/ }
The Consultant shall procure and maintain for the duration of the Agreement, insurance against
claims for injuries to persons or damage to property which may arise from or in connection with
the performance of the work hereunder by the Consultant, its agents, representatives, or
employees.Consultant’s maintenance of insurance as required by the agreement shall not be
construed to limit the liability of the Consultant to the coverage provided by such insurance, or
otherwise limit the City’s recourse to any remedy available at law or in equity.
8)Minimum Amounts and Scope of Insurance: Consultant shall obtain insurance of the
types and with the limits described below:
a)Automobile Liabilityinsurance with a minimum combined single limit for bodily injury
and property damage of $1,000,000 per accident. Automobile Liability insurance
shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be
written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage.
b)Commercial General Liabilityinsurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad asISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop-gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant’s Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
c)Workers’ Compensationcoverage as required by the Industrial Insurance laws of the
State of Washington.
d)Professional Liabilitywith limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant’s profession.
9)CityFull Availability of Contractor Limits. If the Contractor maintains higher insurance
limits than the minimums shown above, the City\\shall be insured for the full available
limits of CommercialGeneral andExcess or Umbrella liability maintained by the
Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the Cityevidences limits of liability lower than those maintained by the Contractor.
10)Other Insurance Provision:The Consultant’s Automobile Liability and Commercial
General Liability insurance policies are to contain orbe endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant’s
insurance and shall not be contributed or combined with it.
11)Acceptability of Insurers:Insurance is to be placed with insurers with a current A.M. Best
rating of not less than A: VII.
12)Verification of Coverage:Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the
Contractor before commencementof the work. Upon request by the City, the Consultant
{EFM2549235.DOC;1/13175.000001/ }
shall furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors’ coverage.
13)Notice of Cancellation:The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
14)Failure to Maintain Insurance:Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days’ noticeto the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to
be repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
PUBLICATION:
ThisRFQshallbepublishedinSeattle Times and TheDailyJournalofCommerce.
ENDOFREQUESTFORQUALIFICATIONS
{EFM2549235.DOC;1/13175.000001/ }