Loading...
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/ }