Citywide Pool Renovation Phase 2; #RFQ Parks-2023-10

Agency: City of Seattle
State: Washington
Type of Government: State & Local
Category:
  • 80 - Brushes, Paints, Sealers, and Adhesives
Posted: Oct 3, 2023
Due: Oct 31, 2023
Solicitation No: RFQ Parks-2023-10
Publication URL: To access bid details, please log in.
Citywide Pool Renovation Phase 2; #RFQ Parks-2023-10 Original Date Posted: October 3, 2023 10:00 am

Due Date:

October 31, 2023

CITY OF SEATTLE
CONSULTANT CONTRACT
Request for Qualifications (RFQ) for
______________________________________________________

Citywide Pool Renovation Phase 2; #RFQ Parks-2023-10

Original Date Posted: October 3, 2023

RFQ Due Date: October 31, 2023

Seattle Parks and Recreation (SPR) is seeking professional services to make needed renovations and necessary upgrades to existing pool facilities in the City of Seattle. There is funding identified (approximately $9.6m through 2028) as identified in the Metropolitan Park District and through grant funding. The project duration will start in January 2024 and extend thru December of 2027. The design phase will be expected to be complete with permits, and construction bid documents, by September 2025.

Download the RFQ document here https://consultants.seattle.gov/wp-content/uploads/2023/09/RFQ-Parks-2023-10.docx

Optional Pre-Submittal Conference: October 17, 2023, 3pm PST (virtual)

E-mail susan.melrose@seattle.gov to request link to online meeting

Project Construction Budget: $9.6m

City Contact Information: Written questions related to this RFQ are encouraged and shall be directed to Susan Melrose, Capital Project Planner & SPR’s designated contact person, at susan.melrose@seattle.gov .

Posted under Bids & Proposals , RFQ Parks-2023-10 categories

Attachment Preview

Test Title

REQUEST FOR QUALIFICATIONS

Consultant Contract

Project Title: Citywide Pool Renovation Phase 2

Procurement Schedule

Table 1: Procurement Schedule

Schedule of Events

Date / Time

RFQ Release

October 3, 2023

Optional Pre-Submittal Conference

October 17, 2023, 3pm

Online.
To request meeting link, email: smelrose@seattle.gov

Deadline for Questions

October 17, 2023

smelrose@seattle.gov

Response to RFQ Due to the City

October 31, 2023

smelrose@seattle.gov

Consultant Selection

November 14, 2023

Announcement of Successful Proposer(s)

November 15, 2023

Anticipated Negotiation Schedule

November 16, 2023 – December 16, 2023

Contract Execution

January 2024

The City reserves the right to modify this.

Changes will be posted on the City website or as otherwise stated.


Procurement Contact

Project Manager: Susan Melrose

Table 2: Delivery Address

It is important to use the correct address for the delivery method you chose.

Mailing Address

Seattle Parks and Recreation

ATTN: Susan Melrose

300 Elliott Avenue West, Suite 100

Seattle, WA 98119

Unless authorized by the Project Manager, no other City official or employee may speak for the City regarding this solicitation until award is complete. Any Proposer contacting other City officials or employees does so at Proposer’s own risk. The City is not bound by such information.

Table of Contents


1. Purpose and Background.

Seattle Parks and Recreation (SPR) is seeking professional services to make needed renovations and necessary upgrades to existing pool facilities in the City of Seattle. There is funding identified (approximately $9.6m through 2028) as identified in the Metropolitan Park District and through grant funding. The location of the pools and projects will be at the following locations:

Ballard Pool - 1471 NW 67th St

Helene Madison Pool - 13401 Meridian Ave N

Laurence Colman Pool - 8603 Fauntleroy Way SW

Lowery C. Mounger Pool - 2535 32nd Ave W

Meadowbrook Pool - 10515 35th Ave NE

Medgar Evers Pool - 500 23rd Ave

2. Performance Schedule.

The project duration will start in January 2024 and extend thru December of 2027. The design phase will be expected to be complete with permits, and construction bid documents, by September 2025.

3. Solicitation Objectives.

The City expects to hire a consultant through this consultant team solicitation which will be able to deliver a successful project: The successful consultant team must able to:

• Demonstrate that the consultant team has experience with pool projects and similar scopes of work;

• Demonstrate that the consultant team has experience designing, developing and/or improving recreational pools and experiences with work outlined in Scope of Work section;

• Demonstrate the commitment to a sustainable design including the re-use of existing site materials and the use of recycled and/or locally sourced materials;

• Demonstrate that the consultant team has experience securing any and all necessary local, state, and Federal permits;

• Demonstrate that the consultant team has experience with community engagement, public presentation and facilitation to a broad range of stakeholders;

• Demonstrate strong engineering support and the ability to execute any design within the limitations of the existing site constraints;

• Demonstrate an understanding of the relevant codes, current and proposed design guidelines, planning documentation, the City of Seattle Standard Plans for Municipal Construction and the Parks Standard Plans and Specifications. Provide solutions that are economical and feasible for implementation;

• Provide detailed scope statements and necessary drawings to direct a contractor without incurring change order costs;

• Provide skilled consultants that have a strong record and experience, so the City is assured to get dependable, responsive, proven and expert services; and,

4. Minimum Qualifications.

Minimum qualifications are required for a Consultant to be eligible to submit a RFP/RFQ response. Your submittal response must show compliance to these minimum qualifications. Those that are not responsive to these qualifications shall be rejected by the City without further consideration:

• Consultant must have a local office within 50 miles of the greater Seattle area.

• Consultant must have or be able to obtain (prior to contract execution) a valid WA State and City of Seattle business license, and register with the WA Secretary of State Corporations. See sections 7.8 License and Business Tax Requirements.

• Consultant must be able to meet the City of Seattle consultant insurance requirements, per section 7.24, Insurance Requirements and section 10, Attachments.

• Consultant must be a licensed landscape architect, architect and/or engineer in the State of Washington.

5. Scope of Work.

The Consultant Team shall review all background information to date to inform the design, develop detailed scope and cost estimate, and implement the capital improvements. The Consultant Team will be expected to provide professional services for improvements to the existing pool facilities based on the following scope of work:

Helene Madison Pool –

Accessibility improvements and renovate locker room.

Laurence Colman Pool -

Accessibility improvements and renovate locker room.

Caretaker apartment renovations.

Seismic upgrades (URM).

Piping Replacement.

Roof Assessment.

Lowery C. Mounger Pool –

Accessibility improvements and renovate locker room.

Medgar Evers Pool–

Accessibility improvements and renovate locker room.

HVAC replacement.

Structural renovation and sealing (study to inform).

Replace sump lining.

Rainier Beach Pool –

HVAC replacement – pool only.

Meadowbrook Pool –

Accessibility improvements and renovate locker room.

HVAC replacement.

Seismic upgrades.

Roof and siding repair and/or replacement.

6. Contract Modifications.

The City’s standard consultant contract is found at the end of this document.

SPR has attached its boilerplate contract terms so Proposers can be familiar with the boilerplate and the non-negotiable terms before submitting a proposal. Any questions about the City’s boilerplate should be made in advance of submittal.

If a Consultant seeks to modify the Contract, the Consultant must request that within their Proposal response as taking an “Exception”. The Consultant must provide a revised version that shows their proposed alternative contract language. SPR is not obligated to accept such proposed changes. If you request Exceptions that materially change the character of the contract, SPR may reject the Consultant’s Proposal as non-responsive. SPR cannot modify provisions mandated by Federal, State or City law: Equal Benefits, Audit (Review of Vendor Records), WMBE and EEO, Confidentiality, and Debarment, or mutual indemnification. Such Exceptions would be summarily disregarded.

Although SPR may open discussions with the highest ranked apparent successful Proposer to align the proposal or contract to best meet SPR needs, this does not ensure negotiation of modifications proposed by the consultant through the exception process above.

7. Procedures and Requirements.

This section details City instructions and requirements for your submittal. The City reserves the right in its sole discretion to reject any Consultant response that fails to comply with the instructions.

7.1 Registration into the Online Business Directory.

If you have not previously done so, register at: http://www.seattle.gov/obd. The City expects all firms to register. Women- and minority- owned firms are asked to self-identify. For assistance, email FAS_PC@seattle.gov.

7.2 Pre-Submittal Conference

OPTIONAL

SPR offers an optional pre-submittal conference at the time, date and location on page 1. Proposers are highly encouraged to attend but not required to attend to be eligible to propose. The meeting answers questions about the solicitation and clarifies issues. This also allows Proposers to raise concerns. Failure to raise concerns over any issues at this opportunity will be a consideration in any protest filed regarding such items known as of this pre-proposal conference.

7.3 Questions.

Proposers may email questions to the Procurement Contact until the deadline stated on page 1. Failure to request clarification of any inadequacy, omission, or conflict will not relieve the Consultant of responsibilities under any subsequent contract. It is the responsibility of the interested Consultant to assure they receive responses to questions if any are issued.

7.4 Changes to the RFP/RFQ.

SPR may make changes to this RFP/RFQ if, in the sole judgment of the City, the change will not compromise SPR’s objectives in this solicitation. Any change to this RFP/RFQ will be made by formal written addendum issued by the City and shall become part of this RFP/RFQ.

7.5 Receiving Addenda and/or Question and Answers.

It is the obligation and responsibility of the Consultant to learn of addenda, responses, or notices issued by SPR. Some third-party services independently post City of Seattle solicitations on their websites. SPR does not guarantee that such services have accurately provided all the information published by SPR.

All submittals sent to SPR may be considered compliant with or without specific confirmation from the Consultant that any and all addenda was received and incorporated into your response. However, the Project Manager reserves the right to reject any submittal that does not fully incorporate Addenda that is critical to the project.

7.6 Proposal Submittal.

a. Proposals must be received by the City no later than the date and time on page 1 except as revised by Addenda.

b. All pages are to be numbered sequentially, and closely follow the requested formats.

c. The City HAS page limits specified in the submittal instructions section. Any pages that exceed the page limit will be excised from the document for purposes of evaluation.

d. The submitter has full responsibility to ensure the response arrives at the City within the deadline. A response delivered after the deadline may be rejected unless waived as immaterial by the City given specific fact-based circumstances.

7.7 Electronic Submittal.

The City allows and will accept an electronic submittal, in lieu of an official paper submittal.

a. The electronic submittal is e-mailed to the City contact (see page 2), by the deadline (Procurement Schedule, Table 1, Page 1 or as otherwise amended).

b. Title the e-mail so it won’t be lost in an e-mail stream.

c. Any risks associated are borne by the Proposer.

d. The City e-mail system will allow documents up to 20 Megabytes.

e. If the Proposer also submits a hard-copy, the hard copy has precedence.

7.8 License and Business Tax Requirements.

The Consultant must meet all applicable licensing requirements immediately after contract award or the City may reject the Consultant. Companies must license, report and pay revenue taxes for the Washington State business License (UBI#) and Seattle Business License, if required by law. Carefully consider those costs before submitting an offer, as the City will not separately pay or reimburse such costs.

7.9 Prohibited Contacts.

Proposers shall not interfere in any way to discourage other potential and/or prospective proposers from proposing or considering a proposal process.  Prohibited contacts includes but is not limited to any contact, whether direct or indirect (i.e. in writing, by phone, email or other, and by the Proposer or another person acting on behalf of the Proposer) to a likely firm or individual that may discourage or limit competition.  If such activity is evidenced to the satisfaction and in sole discretion of the City department, the Proposer that initiates such contacts may be rejected from the process.


Seattle Business Licensing and associated taxes.

a. If you have a “physical nexus” in the city, you must obtain a Seattle Business license and pay all taxes due before the Contract can be signed.

b. A “physical nexus” means you have physical presence, such as: a building/facility/employee(s) in Seattle, you make sales trips into Seattle, your own company drives into Seattle for product deliveries, and/or you conduct service work in Seattle (repair, installation, service, maintenance work, on-site consulting, etc).

c. We provide a Consultant Questionnaire Form in our submittal package items later in this RFP/RFQ, and it will ask you to specify if you have “physical nexus”.

d. All costs for any licenses, permits and Seattle Business License taxes owed shall be borne by the Consultant and not charged separately to the City.

e. The apparent successful Consultant(s) must immediately obtain the license and ensure all City taxes are current, unless exempted by City Code due to reasons such as no physical nexus. Failure to do so will cause rejection of the submittal.

f. The City of Seattle Application for a Business License and additional licensing information can be found this page here: http://www.seattle.gov/licenses/get-a-business-license

g. You can find Business License Application help here: http:/www.seattle.gov/licenses/get-a-business-license/license-application-help

h. Self-Filing You can pay your license and taxes on-line using a credit card www.seattle.gov/self/

i. For Questions and Assistance, call the Revenue and Consumer Protection (RCP) office which issues business licenses and enforces licensing requirements. The general e-mail is rca@seattle.gov. The main phone is 206-684-8484.

j. The licensing website is http://www.seattle.gov/licenses

k. If a business has extraordinary balances due on their account that would cause undue hardship to the business, the business can contact the License and Tax Administration office at tax@seattle.gov to request additional assistance.

l. Those holding a City of Seattle Business license may be required to report and pay revenue taxes to the City. Such costs should be carefully considered by the Consultant prior to submitting your offer. When allowed by City ordinance, the City will have the right to retain amounts due at the conclusion of a contract by withholding from final invoice payments.

State Business Licensing. Before the contract is signed, you must have a State of Washington business license (a “Unified Business Identifier” known as a UBI#). If the State of Washington has exempted your business from State licensing (some foreign companies are exempt and sometimes, the State waives licensing because the company has no physical presence in the State), then submit proof of that exemption to the City. All costs for any licenses, permits and associated tax payments due to the State because of licensing shall be borne by the Consultant and not charged separately to the City. Instructions and applications are at http://bls.dor.wa.gov/file.aspx and the State of Washington Department of Revenue is available at 1-800-647-7706.

Federal Excise Tax. The City is exempt from Federal Excise Tax (Certificate of Registry #9173 0099K exempts the City).

7.10 Proposer Responsibility to Provide Full Response.

It is the Proposer’s responsibility to respond that does not require interpretation or clarification by the City. The Proposer is to provide all requested materials, forms and information. The Proposer is to ensure the materials submitted properly and accurately reflects the Proposer’s offering. During scoring and evaluation (prior to interviews if any), the City will rely upon the submitted materials and shall not accept materials from the Proposer after the RFP/RFQ deadline; this does not limit the City right to consider additional information (such as references that are not provided by the Proposer but are known to the City, or past City experience with the consultant), or to seek clarifications as needed.

7.11 No Guaranteed Utilization.

The City does not guarantee utilization of any contract(s) awarded through this RFP/RFQ process. The solicitation may provide estimates of utilization; such information is for Consultant convenience and not a usage guarantee. The City reserves the right to multiple or partial awards, and/or to order work based on City needs. The City may turn to other appropriate contract sources or supplemental contracts, to obtain these same or similar services. The City may re-solicit for new additions to the Consultant pool. Use of such supplemental contracts does not limit the right of the City to terminate existing contracts for convenience or cause.

7.12 Expansion Clause.

The contract limits expansion of scope and new work not expressly provided for within the RFP/RFQ.

Expansion for New Work (work not specified within the original Scope of Work Section of this Agreement, and/or not specified in the original RFP as intended work for the Agreement) must comply with the following:

(a) New Work is not reasonable to solicit separately; (b) is for reasonable purpose; (c) was not reasonably known by SPR or Consultant at time of solicitation or was mentioned as a possibility in the solicitation (i.e. future phases of work, or a change in law); (d) is not significant enough to be regarded as an independent body of work; (e) would not attract a different field of competition; and (f) does not change the identity or purpose of the Agreement.

SPR may make exceptions for immaterial changes, emergency or sole source conditions, or other situations required in City opinion. Certain changes are not subject to these limitations, such as additional phases of Work anticipated during solicitation, time extensions, and Work Orders issued on an On-Call contract. Expansion must be mutually agreed and issued by SPR through written Addenda. New Work performed before an authorizing Amendment may not be eligible for payment.

SPR reserves the right to independently solicit and award any New Work to another firm when deemed appropriate or required by City policy.

7.13 Effective Dates of Offer.

Solicitation responses are valid until SPR completes award. Should any Proposer object to this condition, the Proposer must object prior to the Q&A deadline on page 1.

7.14 Cost of Preparing Proposals.

SPR is not liable for costs incurred by the Proposer to prepare, submit and present proposals, interviews and/or demonstrations.

7.15 Readability.

SPR’s ability to evaluate proposals is influenced by the organization, detail, comprehensive material and readable format of the response.

7.16 Changes or Corrections to Proposal Submittal.

Prior to the submittal due date, a Consultant may change its proposal, if initialed and dated by the Consultant. No changes are allowed after the closing date and time.

7.17 Errors in Proposals.

Proposers are responsible for errors and omissions in their proposals. No error or omission shall diminish the Proposer’s obligations to SPR.

7.18 Withdrawal of Proposal.

A submittal may be withdrawn by written request of the submitter.

7.19 Rejection of Proposals.

SPR may reject any or all proposals with no penalty. SPR may waive immaterial defects and minor irregularities in any submitted proposal.

7.20 Incorporation of RFQ and Proposal in Contract.

This RFQ and Proposer’s response, including promises, warranties, commitments, and representations made in the successful proposal once accepted by SPR, are binding and incorporated by reference in SPR’s contract with the Proposer.

7.21 Independent Contractor.

The Consultant works as an independent contractor. SPR will provide appropriate contract management, but that does not constitute a supervisory relationship to the Consultant. Consultant workers are prohibited from supervising City employees or from direct supervision by a City employee. Prohibited supervision tasks include conducting a City of Seattle Employee Performance Evaluation, preparing and/or approving a City of Seattle timesheet, administering employee discipline, and similar supervisory actions.

Contract workers shall not be given City office space unless expressly provided for below, and in no case shall such space be provided for over 36 months without specific authorization from the City.

SPR will not provide space in City offices for performance of this work. Consultants will perform most work from their own office space or the field.

7.22 Equal Benefits.

Seattle Municipal Code Chapter 20.45 (SMC 20.45) requires consideration of whether Proposers provide health and benefits that are the same or equivalent to the domestic partners of employees as to spouses of employees, and of their dependents and family members. The Consultant Questionnaire requested in the Submittal instructions includes materials to designate your equal benefits status.


7.23 Women and Minority Subcontracting.

The Mayor’s Executive Order and City ordinance require the maximum practicable opportunity for successful participation of minority and women-owned subcontracts. All proposers must agree to SMC Chapter 20.42, and seek meaningful subconsultant opportunities with WMBE firms. The City requires a plan for including minority- and women-owned firms, which becomes a material part of the contract. The Plan must be responsive in the opinion of the City, which means a meaningful and successful search and commitments to include WMBE firms for subcontracting work. The City reserves the right to improve the Plan with the winning Consultant before contract execution. Consultants should use selection methods and strategies sufficiently effective for successful WMBE participation. At City request, Consultants must furnish evidence such as copies of agreements with WMBE subconsultants either before contract execution or during contract performance. The winning Consultant must request written approval for changes to the Inclusion Plan once it is agreed upon. This includes changes to goals, subconsultant awards and efforts.

WMBE firms need not be state certified to meet the City's WMBE definition. The City defines WMBE firms as at least 51% (percent) owned by women and/or minority. To be recognized as a WMBE, register on the City’s Online Business Directory. Federally funded transportation projects require a Disadvantaged Business Enterprises (DBE) program; for that program, firms must be certified by the Washington State Office of Minority and Women Business Enterprises (OMWBE).

7.24 Insurance Requirements.

Any special insurance requirements are provided as an Attachment. If attached, provide proof of insurance and additional insured endorsement policy language to SPR before Contract execution. The apparent successful Proposer must promptly provide proof of insurance to SPR upon receipt of the notice of intent to award.

Consultants are encouraged to immediately contact their Broker to begin preparation of the required insurance documents, if the Consultant is selected as a finalist. Proposers may elect to provide the requested insurance documents within their Proposal.

7.25 Proprietary Materials.

The State of Washington’s Public Records Act (Release/Disclosure of Public Records): Under Washington State Law (reference RCW Chapter 42.56, the Public Records Act) all materials received or created by the City of Seattle are considered public records.  These records include but are not limited to bid or proposal submittals, agreement documents, contract work product, or other bid material. 

The State of Washington’s Public Records Act requires that public records must be promptly disclosed by the City upon request unless that RCW or another Washington State statute specifically exempts records from disclosure.  Exemptions are narrow and explicit and are listed in Washington State Law (Reference RCW 42.56 and RCW 19.108). 

Bidders/proposers must be familiar with the Washington State Public Records Act and the limits of record disclosure exemptions.  For more information, visit the Washington State Legislature’s website at http://app.leg.wa.gov/rcw/default.aspx?cite=42.56.

If you have any questions about disclosure of the records you submit with your bid, contact the Procurement Contact named in this document.

Marking Your Records Exempt from Disclosure (Protected, Confidential, or Proprietary)

As mentioned above, all City of Seattle offices (“the City”) are required to promptly make public records available upon request.  However, under Washington State Law some records or portions of records are considered legally exempt from disclosure and can be withheld.  A list and description of records identified as exempt by the Public Records Act can be found in RCW 42.56 and RCW 19.108.

If you believe any of the records you are submitting to the City as part of your bid/proposal or contract work products, are exempt from disclosure you can request that they not be released before you receive notification.  To do so you must complete the City Non-Disclosure Request Form (“the Form”) provided by the City (see page 4 on the Consultant Questionnaire) and very clearly and specifically identify each record and the exemption(s) that may apply.  (If you are awarded a City contract, the same exemption designation will carry forward to the contract records.)

The City will not withhold materials from disclosure simply because you mark them with a document header or footer, page stamp, or a generic statement that a document is non-disclosable, exempt, confidential, proprietary, or protected.  Do not identify an entire page as exempt unless each sentence is within the exemption scope; instead, identify paragraphs or sentences that meet the specific exemption criteria you cite on the Form.  Only the specific records or portions of records properly listed on the Form will be protected and withheld for notice.  All other records will be considered fully disclosable upon request.

If the City receives a public disclosure request for any records you have properly and specifically listed on the Form, the City will notify you in writing of the request and will postpone disclosure.  While it is not a legal obligation, the City, as a courtesy, will allow you up to ten business days to file a court injunction to prevent the City from releasing the records (reference RCW 42.56.540).  If you fail to obtain a Court order within the ten days, the City may release the documents.

The City will not assert an exemption from disclosure on your behalf.  If you believe a record(s) is exempt from disclosure you are obligated to clearly identify it as such on the Form and submit it with your solicitation.  Should a public record request be submitted to Purchasing for that record(s), you can then seek an injunction under RCW 42.56 to prevent release.  By submitting a bid document, the bidder acknowledges this obligation; the proposer also acknowledges that the City will have no obligation or liability to the proposer if the records are disclosed.

Requesting Disclosure of Public Records

The City asks bidders and their companies to refrain from requesting public disclosure of bids until an intention to award is announced.  This measure is intended to protect the integrity of the solicitation process particularly during the evaluation and selection process or in the event of a cancellation or re-solicitation.  With this preference stated, the City will continue to be responsive to all requests for disclosure of public records as required by State Law.  If you do wish to make a request for records, visit https://www.seattle.gov/public-records/public-records-request-center.

7.26 Ethics Code.

Familiarize yourself with the City Ethics code: http://www.seattle.gov/ethics/etpub/et_home.htm. For an in-depth explanation of the City’s Ethics Code for Contractors, Vendors, Customers and Clients, visit: http://www.seattle.gov/ethics/etpub/faqcontractorexplan.htm. Any questions should be addressed to Seattle Ethics and Elections Commission at 206-684-8500.

No Gifts and Gratuities.

Consultants shall not directly or indirectly offer anything (such as retainers, loans, entertainment, favors, gifts, tickets, trips, bonuses, donations, special discounts, work, or meals) to any City employee, volunteer or official, if it is intended or may appear to a reasonable person to be intended to obtain or give special consideration to the Consultant. An example of this is giving sporting event tickets to a City employee who is also on the evaluation team of a solicitation to which you submitted or intend to submit. The definition of what a “benefit” would be is broad and could include not only awarding a contract but also the administration of the contract or evaluating contract performance. The rule works both ways, as it also prohibits City employees from soliciting items from Consultants.

Involvement of Current and Former City Employees.

The Consultant Questionnaire within your submittal documents prompts you to disclose any current or former City employees, official or volunteer that is working or assisting on solicitation of City business or on completion of an awarded contract. Update that information during the contract.

Contract Workers with over 1,000 Hours.

The Ethics Code applies to Consultant workers that perform over 1,000 cumulative hours on any City contract during any 12-month period. Any such employee must abide by the City Ethics Code. The Consultant is to be aware and familiar with the Ethics Code accordingly.

No Conflict of Interest.

Consultant (including officer, director, trustee, partner or employee) must not have a business interest or a close family or domestic relationship with any City official, officer or employee who was, is, or will be involved in selection, negotiation, drafting, signing, administration or evaluating Consultant performance. The City shall make sole determination as to compliance.

Campaign Contributions (Initiative Measure No. 122)

Elected officials and candidates are prohibited from accepting or soliciting campaign contributions from anyone having at least $250,000 in contracts with the City in the last two years or who has paid at least $5,000 in the last 12 months to lobby the City. See Initiative 122, or call the Ethics Director with questions.

7.27 Background Checks and Immigrant Status.

Background checks will not be required for workers that will be performing the work under this contract. The City has strict policies regarding the use of Background checks, criminal checks, immigrant status, and/or religious affiliation for contract workers. The policies are incorporated into the contract and available for viewing on-line at http://www.seattle.gov/purchasing-and-contracting/social-equity/background-checks.

8. Response Materials and Submittal.

Prepare your response as follows. Use the following format and provide all attachments. Failure to provide all information below on proper forms and in the order requested, may cause the City to reject your response.

1. Letter of interest (optional).

2. Mandatory - Consultant Questionnaire:

Submit the following in your response, even if you sent one in to the City for previous solicitations.

http://www.seattle.gov/Documents/Departments/FAS/PurchasingAndContracting/Consulting/fas-cpcs-consultant-questionnaire.docx

3. Proof of Legal Business Name (if applicable):

Provide a certificate or documentation from the Secretary of State in which you incorporated that shows your company legal name. Many companies use a “Doing Business As” name or nickname in daily business; the City requires the legal name for your company. When preparing all forms below, use the proper company legal name. Your company’s legal name can be verified through the State Corporation Commission in the state in which you were established, which is often located within the Secretary of State’s Office for each state. For the State of Washington, see http://www.secstate.wa.gov/corps/

4. Mandatory – Minimum Qualifications:

Provide a single page that lists each Minimum Qualification, and exactly how you achieve each minimum qualification. Remember that the determination you have achieved all the minimum qualifications is made from this page. The evaluation committee is not obligated to check references or search other materials to make this decision.

5. Mandatory – Consultant Inclusion Plan:

You must submit the following in your response.

Click on the following link to open the Consultant Inclusion Plan: http://www.seattle.gov/Documents/Departments/FAS/PurchasingAndContracting/WMBE/fas-cpcs-consultant-inclusion-plan.docx

6. Mandatory - Proposal Response:

This document details the forms, documents and format for your proposal response to the City. The proposal response portion is limited to ten (10) double-sided pages, exclusive of the cover letter and the above required mandatory information (numbers 2-4 above). The proposal must outline the following:

• Consultant team organization;

• Experience with similar projects and/or project elements; and,

• Approach to the project.

The proposal must demonstrate how the consultant meets the objectives for solicitation outlined in section.

Submittal Checklist.

Your response should be packaged with each of the following. This list assists with quality control before submittal of your final package. Addenda may change this list; check any final instructions:

1. Optional – Letter of Interest. Consultant may include a Letter of Interest no longer than a single 8.5” x 11”page. However, since this is optional, the City does not guarantee it will be read and it will not be counted in the page limits, evaluation or scoring.

2. Mandatory – Consultant Questionnaire.

3. Mandatory – Proof of Legal Business Name

4. Mandatory – Minimum Qualifications Sheet

5. Mandatory – Consultant Inclusion Plan

6. Mandatory – Proposal Response

9. Selection Process.

9.1 Initial Screening

SPR will review responses for responsiveness and responsibility. Those found responsive and responsible based on an initial review shall proceed to Step 2. Equal Benefits, Minimum Qualifications, an Inclusion Plan, satisfactory financial responsibility and other elements are screened in this Step. A significant failure to perform on past City projects may also be considered in determining the responsibility of a firm.

9.2 Proposal Evaluation

SPR will evaluate proposals using the criteria below. Responses will be evaluated, scored and ranked.

Evaluation Criteria:

Experience & Qualifications

60%

Approach to the Project

30%

Inclusion Plan

10%

Total

100%

9.3 Interviews

SPR may interview top ranked firms from the proposal evaluation. If interviews are conducted, rankings of firms shall be determined by SPR, using the combined results of interviews and proposal submittals. Consultants invited to interview are to bring the assigned key person(s) named by the Consultant in the Proposal, and may bring other key personnel named in the Proposal. The Consultant shall not bring individuals who do not work for the Consultant or are not on the project team without advance authorization by the Procurement Contact. If interviews are conducted, they will be worth 100 additional points.

9.4 References

SPR may contact one or more references. SPR may use references named or not named by the Proposer. SPR may also consider the results of performance evaluations issued by the City on past projects.

9.5 Selection

SPR shall select the highest ranked Proposer(s) for award, including written proposal and the interview (if applicable). SPR reserves the right to make a final selection based on the combined results and/or the overall consensus of the Consultant Evaluation Committee.

9.6 Contract Negotiations

The highest ranked Proposer will be asked to bring forward a fee schedule and pricing proposal for negotiation and discussion with SPR. SPR may negotiate any aspect of the proposal or the solicitation. SPR cannot modify contract provisions mandated by Federal, State or City law: Equal Benefits, Audit (Review of Vendor records), WMBE and EEO, Confidentiality, Debarment, or mutual indemnification.

9.7 Right to Award to next ranked Consultant.

If a contract is executed resulting from this solicitation and is terminated within 90-days, the City may return to the solicitation process to award to the next highest ranked responsive Consultant by mutual agreement with such Consultant. New awards thereafter are also extended this right. 

9.8 Repeat of Evaluation:

If no Consultant is selected at the conclusion of all the steps, SPR may return to any step in the process to repeat the evaluation with those proposals active at that step. SPR shall then sequentially step through all remaining steps as if conducting a new evaluation process. SPR reserves the right to terminate the process if no proposals meet its requirements.

10. Award and Contract Execution.

The Procurement Contact will provide timely notice of an intent to award to all Consultants responding to the Solicitation.

10.1 Protests.

Interested parties that wish to protest any aspect of this RFP selection process shall provide written notice to the Procurement Contact. Note the City shall notify Federal Transit Administration if protesting a solicitation for contracts with FTA funds.

10.2 Protests – Purchasing and Contracting.

The City has rules to govern the rights and obligations of interested parties that desire to submit a complaint or protest to this process. See the City website at https://www.seattle.gov/purchasing-and-contracting/doing-business-with-the-city/solicitation-and-selection-protest-protocols. Interested parties have the obligation to know of and understand these rules, and to seek clarification from the City. Note there are time limits on protests, and submitters have final responsibility to learn of results in sufficient time for such protests to be filed in a timely manner.

10.3 Limited Debriefs.

The City issues results and award decisions to all bidders. The City provides debriefing on a limited basis for the purpose of allowing bidders to understand how they may improve in future bidding opportunities.

10.4 Instructions to the Apparently Successful Consultant(s).

The Apparently Successful Consultant(s) will receive an Intent to Award Letter from the Procurement Contact after award decisions are made by SPR. The Letter will include instructions for final submittals due prior to execution of the contract.

Once SPR has finalized and issued the contract for signature, the Consultant must execute the contract and provide all requested documents within ten (10) business days. This includes attaining a Seattle Business License, payment of associated taxes due, and providing proof of insurance. If the Consultant fails to execute the contract with all documents within the ten (10) day time frame, SPR may cancel the award and proceed to the next ranked Consultant, or cancel or reissue this solicitation. Cancellation of an award for failure to execute the Contract as attached may disqualify the firm from future solicitations for this same work.

10.5 Checklist of Requirements Prior to Award.

The Consultant(s) should anticipate the Letter will require at least the following. Consultants are encouraged to prepare these documents when possible, to eliminate risks of late compliance.

• Seattle Business License is current and all taxes due have been paid.

• State of Washington Business License.

• Evidence of Insurance (if required)

• Special Licenses (if any)

10.6 Taxpayer Identification Number and W-9.

Unless the Consultant has already submitted a Taxpayer Identification Number and Certification Request Form (W-9) to the City, the Consultant must execute and submit this form prior to the contract execution date.

http://www.irs.gov/pub/irs-pdf/fw9.pdf

10.7 Insurance Requirements

Proof of insurance is required. Standard insurance required includes:

• Commercial General Liability

• Automobile Liability

• Worker’s Compensation

• Professional Liability, minimum of $1,000,000

Link to Insurance Transmittal Form below. http://www.seattle.gov/Documents/Departments/FAS/PurchasingAndContracting/Consulting/fas-city-finance-risk-transmittal-consultant-services.docx

10.8 Standard Consultant Contract Template

Found here:

http://www.seattle.gov/Documents/Departments/FAS/PurchasingAndContracting/Consulting/fas-PC-consultant-standard-roster-consultant-agreement.docx

This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow General Services Administration (GSA) seeks to lease office space in Ellensburg, WA

Federal Agency

Bid Due: 5/10/2024

Follow Project 668-CSI-008, Expand and Renovate Building 27 for Additional MRI Active Contract

Federal Agency

Bid Due: 5/06/2024

2022-126 RFP Monthly Utility Bills Printing and Mailing Services Closes 06/16/ 2022 @2:00

Kitsap County

Bid Due: 6/16/2024

Specification Number Type Due Date Time Due - Pacific Title and Solicitation Documents

City of Tacoma

Bid Due: 5/07/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.