HomeMy WebLinkAbout2024-12-02 - Request for Qualifications - A&E Professional Services for NHS Overlay Capital ProjectsREQUEST FOR QUALIFICATIONS (RFQ)
FOR A&E PROFESSIONAL SERVICES
NHS OVERLAY CAPITAL PROJECTS
DUE: December 2nd, 2024 at 5:00 P.M. (PST)
The City of Tukwila solicits interest from consulting firms with expertise in Civil and Structural Engineering Design.
This agreement will be for approximately two years in duration with the option for the City to extend it for additional
time and money, if necessary. Interested firms should clearly indicate which project or projects they are submitting
an SOQ for. Once selected, the City will enter into a project -specific contract type with the consultant(s) with
reimbursement on the basis of direct labor hours at specified fixed hourly rates, including direct labor costs,
indirect costs, and fee or profit, plus any other direct expenses or costs, subject to an agreement maximum
amount.
Please review the full RFP in the Legal Notices section of the City of Tukwila website through the following link:
http://records.tukwilawa.gov/WebLink8/1/fol/16427/Row1.aspx
Project Descriptions:
The Consultant may select one or more of the following projects. Each project has a mandatory 16% DBE goal. The
project work includes final design (30%, 60%, 90%, and 100% submittals) and bid -ready documents; and
necessary permitting. The City also reserves the option to, at their sole discretion, award subsequent phases of
work that may include support during bidding and construction support. The work shall be in accordance with the
Local Agency Guidelines (LAG) manual.
1. Orillia Road South (NHPP 1230.007): Pavement Repairs and Overlay.
a. Proposed work includes pavement repairs, overlay, curb and gutter, ADA-upgrades, sidewalk,
and guardrail repair for approximately 0.75 miles.
2. Interurban Avenue South (NHPP 1391.004): Pavement Repairs and Overlay.
a. Proposed work includes pavement repairs, overlay, curb and gutter repair, and ADA-upgrades
for approximately 2.25 miles.
3. South Boeing Access Road (NHPP 1380.005): Bridge Deck Concrete Overlay Replacement
a. Proposed work includes bridge deck concrete overlay replacement, pavement repairs, and curb
and gutter repair for approximately 0.56 miles.
The City reserves the right to retain the services of the successful firm(s) for any subsequent phases (CM,ROW)
associated with this project.
Evaluation Criteria:
1. Qualification of Proposed Project Manager
2. Qualifications/Expertise of Firm
3. Ability to meet schedule
4. Approach to the project
5. Familiarity with WSDOT/FHWA standards
6. Past Performance/References
7. Approach to meet the DBE goal
Submittal:
Submittals should be no longer than 15 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: RFQ title, project(s) title(s), firm name, phone
numbers; name of principal -in -charge and project manager; and number of employees in each firm proposed to
project.
Please submit/mail FOUR bound paper copies of your SOQ to:
Adam Cox, P.E.
City of Tukwila Public Works Department
6300 Southcenter Blvd, Suite 200
Tukwila, WA 98188
Adam.Cox@tukwilawa.gov
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 Monday, December 2,2024. 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 and the project(s) title on all communications.
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 the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42
U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any
contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and
fair opportunity to submit bids 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.
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: November 11, 2024 and November 18, 2024
Published Daily Journal of Commerce: November 12, 2024 and November 18, 2024
CITY OF TUKWILA
REQUEST FOR QUALIFICATIONS (RFQ)
A&E PROFESSIONAL SERVICES
NHS OVERLAY CAPITAL PROJECTS
DUE: December 2nd, 2024 at 5:00 P.M. (PST)
Section 1. General Information
A. Purpose of Requested Services
The City of Tukwila ("the City") is requesting Statements of Qualification (SOQ) from
qualified consulting firms with expertise in Civil and Structural Engineering Design. The
design must comply with all applicable federal and state requirements. The purpose of this
Request for Qualifications (RFQ) is to solicit information, in the form of a SOQ, 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".
For other information about the project or any questions related to this RFQ, contact Adam
Cox via email at Adam.Cox@TukwilaWA.gov.
The City may cancel, modify, or re -advertise this RFQ at its discretion.
B. Project Descriptions.
The Consultant may select one or more of the following projects. The project work includes
final design (30%, 60%, 90%, and 100% submittals) and bid -ready documents; and
necessary permitting. The City also reserves the option to, at their sole discretion, award
subsequent phases of work that may include support during bidding and construction
support. The work shall be in accordance with the Local Agency Guidelines (LAG) manual.
1. Orillia Avenue South (NH PP 1230.007)
i. The work to be performed by the Consultant consists of preparing
preliminary engineering design for improvements to Orillia Avenue South.
The proposed improvements include pavement repairs, overlay, curb and
gutter, sidewalk, and guardrail repair. This project has a 16% assigned DBE
goal. The major features of the project are as follows:
1. Approximately 0.75 Miles of pavement repair and overlay.
2. ADA-Improvements.
3. Sidewalk and guardrail repair
4. Environmental documentation and preparation of permit
applications.
5. WSDOT coordination
6. Potential utility design and coordination.
ii. 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.
2. Interurban Avenue South (NHPP 1391.004)
i. The work to be performed by the Consultant consists of preparing
preliminary engineering design for improvements to Interurban Avenue
South. The proposed improvements include pavement repairs, overlay, and
curb and gutter repair. This project has a 16% assigned DBE goal. The major
features of the project are as follows:
1. Approximately 2.25 Miles of pavement repair and overlay.
2. ADA-Improvements.
3. Curb and gutter repair
4. Environmental documentation and preparation of permit
applications.
5. WSDOT coordination.
6. Potential utility design and coordination.
ii. 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.
3. South Boeing Access Road (NHPP 1380.005)
i. The work to be performed by the Consultant consists of preparing
preliminary engineering design for improvements to the South Boeing
Access Road. The proposed improvements include bridge deck overlay
replacement, pavement repairs, and curb and gutter repair. This project has
a 16% assigned DBE goal. The major features of the project are as follows:
1. Replace concrete overlay of bridge deck over BNSF railway.
2. Grind and overlay approximately 0.560 Miles of roadway.
3. Curb and gutter repair
4. Environmental documentation and preparation of permit
applications.
5. WSDOT coordination.
6. Potential railroad coordination.
ii. 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.
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 submitting an SOQ in response to this
RFQ. 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 an SOQ. Upon
completion of the evaluation, scoring, and short -listing process, the City will notify all
Consultants who submitted an SOQ of the short-listed Submitters or will notify them if any
decision to not issue a short-list.
D. Project Manager Contact Information
Adam Cox, P.E.
City of Tukwila Public Works Department
6300 Southcenter Blvd, Suite 200
Tukwila, WA 98188
Adam.Cox@tukwilawa.gov
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.
Any question submitted after November 29t", 2024 may not receive a response.
F. Quantities, Due Date, Time, and Location
Four (4) bound copies of the SOQ must be mailed via United States Postal Service (USPS) or
other type of delivery services and arrive at the address listed in Section D no later than 5:00
p.m. (PST) on December 2, 2024. No submittal will be accepted after this date and time. The
City will not be liable for delays in delivery of SOQs due to handling by the USPS or any other
type of delivery service. Please reference the RFP title and the project(s) title which you are
submitting for on all communications.
G. Size Limitations on the Proposal
The SOQ must not exceed 15 single -sided pages, exclusive of covers, section dividers, or
appendices. The SOQ may be printed with double -sided pages but no more than the first 15
sides of text and graphics will be considered. The SOQ 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 SOQ must be labeled with the name and address of the lead
Consultant, along with the project or projects you are submitting for: "NHS Overlay Capital
Projects Statement of Qualifications for: [Project Title or Titles]", and the date of submittal.
H. Terms and Conditions
The City reserves the right, in its sole discretion, to cancel this RFQ, issue a new Request for
Qualifications, reject any or all submissions, 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 Submission and waive any informalities 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 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 the provisions of Title VI of the Civil Rights Act of
1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all
bidders that it will affirmatively ensure that in any contract entered into pursuant to this
advertisement, disadvantaged business enterprises will be afforded full and fair opportunity
to submit bids 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
A. Preliminary Schedule
The deadline for submitting the RFQ is stated below. The City also anticipates the following
additional project milestones. This schedule is subject to revision at any time.
Milestone Target Dates/Times (Pacific Time)
Request for Qualifications Posted November 11 th, 2024
Proposal Due December 2nd, 2024 at 5:00 PM
Proposal Review December 3nd — December 6th, 2024
Notify short-listed Submitters December 9th, 2024
Interviews December 10th — 17th, 2024
Final Selection December 19th, 2024
Section 3. Qualifications and Selection Process
This section describes specific information that must be included in the SOQ. SOQs 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 RFQ.
A. Content of Proposal Sections
The outline presented below shall be followed for preparing the SOQ. This format has
been created to organize SOQs and to facilitate the evaluation. The Submissions 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 Submission.
Section 1: Introduction
The SOQ 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
their address, telephone number, 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.
The cover letter must clearly indicate what services your firm can provide and for what
project or projects you are interested in.
Section 2: Team and Key Personnel Experience
Provide information on the following:
a) Major Team Members
• A short description of the major team members on your team, the type(s) of services
that each Team Member provides, and the length of time each Team Member has
been providing those services.
• 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 Manage which demonstrate their prior
experience as a Project Manager on similar projects managing the following items:
o Project Schedule
o Scope of Work
o Budget Control
o Successfully managing changes that arose throughout the life of the project
o Coordination with utility entities and third party organizations.
d) DBE/WMBE
• Identify the firm's DBE/WMBE status and provide a summary of the firm's history on
collaboration with DBE/WMBE firms as part of your team on previous similar
projects.
Section 3. Organizational Approach
Provide, at a conceptual level, your team's approach to each project or projects you are
submitting a SOQ for.
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 and for
communication with the City.
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 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.
• 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 contracts are awarded, awards will be made to the Consultant(s) that are deemed to
be best qualified to provide the services necessary to complete the projects. SOQs will be
judged primarily on the technical analysis presented, the interview, and the Consultant's ability
to conduct the 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: Evaluation of Qualifications
Criteria Possible Points
Qualification of Proposed Project Manager 20
Qualifications/Expertise of Firm 15
Ability to meet schedule 10
Approach to the project 25
Familiarity with WSDOT/FHWA standards 10
Past Performance/References 10
Approach to meet the DBE goal 10
Step 1 Total 100 points
Step 2: Final Selection
Score from Step 1 50%
Interview (Out of 100 Points) 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: November 11t", 2024 and November 18t", 2024
Published DailyJournal of Commerce: November 11t", 2024 and November 18th, 2024