c11-026 rfp final

Upload: mark-monroe

Post on 07-Apr-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/6/2019 c11-026 Rfp Final

    1/28

    i

    REQUEST FOR PROPOSAL (RFP)

    FOR

    ENGINEERING AND SUPPORT SERVICES FOR THEBROADVIEW SEWER & DRAINAGE IMPROVEMENTS

    PROJECT

    TABLE OF CONTENTS

    I. GENERAL INFORMATION ............................................................................... 1II. SCOPE OF WORK ............................................................................................... 2III. CONSULTANT'S FEES ....................................................................................... 2IV. SELECTION PROCESS ....................................................................................... 3V. PROPOSALS AND PROPOSAL EVALUATION ................................................ 4VI. INTERVIEW & INTERVIEW EVALUATION .................................................... 7VII. ANTICIPATED SELECTION SCHEDULE ......................................................... 7VIII. NON-DISCRIMINATION ................................................................................... 7 IX. AFFIRMATIVE EFFORTS TO USE WOMEN AND MINORITY BUSINESS

    ENTERPRISES .................................................................................................... 7X. INSURANCE REQUIREMENTS ......................................................................... 8

    XI. SUBMITTAL DEADLINE AND CONTACT PERSON ....................................... 8

    Attachment 1: Scope of WorkAttachment 2: Non Discrimination RequirementsAttachment 3: Equal Benefits Compliance Declaration FormAttachment 4: Affirmative Efforts RequirementsAttachment 5: Consultant Inclusion Plan

    Addendum: Insurance Requirements and Transmittal Form

  • 8/6/2019 c11-026 Rfp Final

    2/28

    1

    REQUEST FOR PROPOSAL (RFP)

    Engineering and Support Services for the Broadview Sewer & Drainage

    Improvements ProjectI. GENERAL INFORMATION

    SPU wants to improve the level of service for the sanitary sewer system in the sections of theBroadview neighborhood in North Seattle to reduce sewer backups, and as feasible, improve thedrainage system in the area. The sewer system is a dedicated sanitary sewer system, rather than acombined sewer where drainage and sewage are mixed. However, due to a combination of theaging infrastructure of the area, and the era in which the system was constructed, preliminarymodeling suggests that inflow and infiltration (I/I) are the primary causes of sewer capacityproblems in some areas of the neighborhood. Drainage improvements will also help address spotdrainage complaints in the neighborhood, to the degree that these improvements support the goalsof a 25-year level of Service (LOS) identified in SPUs 2004 Comprehensive Drainage Plan(CDP). Based on the schedule that SPU has provided to the Broadview Community, SPU is

    targeting to complete these improvements in Broadview by 2020 or sooner, if possible. Acomprehensive action plan is to be created by the consultant and is to be complete by the end of2012 in order to proceed with a series of projects in the basin to address the issues noted above.Early action efforts and a pilot project are currently planned and other early actions may be takenbefore the plan is complete. Please go to the SPU web page to find more information about theBroadview system conditions and past flooding located at:

    http://www.seattle.gov/util/About_SPU/Drainage_&_Sewer_System/Reports/BroadviewSewerInvestigation/index

    SPU is soliciting engineering and support services to develop 1) an action plan for the Broadviewarea; 2) an implementation plan; and 3) capital improvements projects (CIPs) in this area.

    Community input on the options developed herein is essential. Therefore, a communityinvolvement/communications support element is required in the scope of work for all the aboveitems.

    Consistent with RCW 39.80, SPU will assess interested consultants qualifications for providingthe full range of engineering and support services anticipated within contract. Interestedconsultants are invited to describe their qualifications and approach to doing the work, including:

    1) Review existing data relevant to sewer backups and stormwater flooding in the basin

    2) Prepare preliminary alternatives analysis using triple-bottom line approach to addresssewer backup problems. These solutions could be recommended in a phased approach.

    3) Community involvement and project communications throughout project

    4) Geotechnical investigations in the basin

    5) Hydrologic/hydraulic computer modeling of sewer flows in the basin (as needed)

    6) Hydrologic/hydraulic computer modeling of stormwater flows in the basin (as needed)

    7) Monitoring of sewer and stormwater flows (may be needed under this contract)

  • 8/6/2019 c11-026 Rfp Final

    3/28

    2

    8) Preliminary engineering for top three alternatives for each area identified forimprovements in basin. There are approximately 6-10 such areas in the basin.

    9) Design engineering for the SPU-selected alternatives

    10)Landscape design may be needed for some of the alternatives

    11)Engineering services during construction of particular alternatives.

    Interested consultants need to indicate their interest in providing services and must describe anyspecial qualifications. SPUs Consultant Evaluation Committee (CEC) will assess eachconsulting teams qualifications for the contract, including each teams capacity to provideservices within requested timeframes, and be willing and able to make changes in plans smoothly,quickly and cooperatively. In addition, the consultant will be encouraged to provide not only cost-effective solutions, but solutions that the community will support and are environmentallysustainable. The outcome will be the selection of one consulting team to perform the engineeringand support services work in the contract.

    It is intended that the consultant will help SPU develop expertise and capacity in some of its core

    competencies -- including hydrologic/hydraulic modeling, project development, alternativeanalysis, preliminary engineering, triple-bottom-line analysis, design engineering, geotechnicalknowledge of the area, and community involvement/communications -- while completing therequired work.

    II. SCOPE OF WORK

    The services that SPU plans to include in the contract are described in Attachment 1 to this RFP.

    The initial scope of work for this contract will be limited to the services needed to completeproject development, perform preliminary engineering (including the analysis of a range of greenand gray alternatives), assist in workshops and other community meetings to help identify and

    refine preferred alternatives, and assist SPUs managers and executive decision makers inselecting recommended alternatives.

    Following completion of preliminary engineering and a post-preliminary engineering businesscase (or similar internal decision making document, as specified by SPU), SPU will decide whichprojects/alternatives to design and construct and what construction contracting approach to use.Assuming that SPU decides to implement one or more of the project alternatives using aconventional design-bid-build approach and assuming satisfactory consultant performance duringthe first phase of the work, one or more contract amendments can be negotiated with theconsultant to include design services of the SPU-selected alternative and to provide engineeringservices during construction. If SPU decides to implement one or more of the alternatives byalternative contracting, SPU will determine how much engineering support, if any, is needed from

    the consultant selected to perform conventional engineering services for that project.

    III. CONSULTANT'S FEES

    The estimated costs of the consultant contract is as follows:

  • 8/6/2019 c11-026 Rfp Final

    4/28

    3

    Initial contract (basin action plan, geotechnical investigation, community involvement, projectmanagement, project development, assist with permitting and regulatory requirements,preliminary engineering, may include landscape design concept drawings, may also include flowmonitoring) $1,500,000

    Potential future amendments (geotechnical investigation, community involvement, preliminaryengineering, design, landscape architecture, assist with permitting and regulatory requirements,engineering services during construction, may also include flow monitoring ) $3,500,000

    Estimated potential total contract amount $5,000,000

    The actual contract amount will be negotiated after a firm has been selected and the scope ofwork finalized.

    The City will pay the Consultant the approved All-Inclusive Billing Rates which is a combinationof base salary plus the Consultants audited overhead and fringe benefits rates plus a negotiated

    fee for profit up to 12% profit. Sub-consultants will be paid at their actual All-Inclusive BillingRates as well.

    Consultant and sub-consultant All-Inclusive Billing Rates will be in effect throughout the term ofthe contract, but may be renegotiated for any subsequent contract amendment.

    If, during contract negotiations, the consultant and SPU are unable to agree on the final fee for thework to be performed, SPU reserves the right to terminate the negotiations with the selectedconsultant and initiate contract negotiations with the next highest ranked firm. SPU will notreimburse the consultant(s) for the costs of preparing a proposal, for the costs of negotiating thecontract, or for any other costs incurred prior to the effective date of the contract

    IV. SELECTION PROCESS

    SPU will use the following process to select the most qualified consultant(s). First, in response tothe Request for Proposals (RFP), each prospective consultant will submit a proposal. Theproposals will be evaluated, based on the evaluation criteria below in V. PROPOSALS &PROPOSALEVALUATION, by a Consultant Evaluation Committee (CEC) comprised ofpersons with expertise in the type of work required in this RFP.

    After evaluation of the proposals, a "short list" of the top-ranked firms will be notified and invitedto an interview to present, clarify, and/or verify information on their specific proposals.

    The final ranking of the firms/teams will be based on the following formula:

    y 50% written proposal rankingy 50% interview ranking

    After the interviews, the SPU Consultant Evaluation Committee (CEC) will tabulate the scoresand make a recommendation to the Director of SPU, who will make the final selection(s).

  • 8/6/2019 c11-026 Rfp Final

    5/28

    4

    V. PROPOSALS AND PROPOSAL EVALUATION

    Respondents to this RFP must submit nine(9) copiesof their proposal, including the consultantteams qualifications, which should beno more than 6 pages maximum, and a description ofits proposed approach to completing the work, which shouldno more than 6 pagesmaximum. Please put resumes in an Appendix at the end of the document. SPU strongly

    encourages the use of double-sided copies in your proposal and recycled paper.

    The maximum evaluation points for each of the following criteria are shown in parentheses. Thetotal possible points for the proposal is 100.

    Refer to the attached Scope of Work (Attachment 1) and include the following informationorganized in the order shown below:

    A. Team Qualifications (maximum of 30 points)

    The Team Qualifications section shall include the following:

    y An organizational chart, clearly identifying key members of your team that will beconducting the work (including subconsultants) and their roles.

    y A list of members of the proposed consultant team (including subconsultants), clearlyidentifying the Principal in Charge, the Project Manager, the Technical Leads on keyelements of the Scope of Work, the specific role of each team member, and theavailability and estimated time commitment of each team member. This section of yourproposal must clearly demonstrate your teams capacity to provide the requested servicesusing the approach described in your proposal.

    y The resumes of the key team members, including key subconsultant team members.Resumes must clearly communicate the specific role(s) the proposed key team memberhad on related assignments, must include examples that demonstrate the proposed keyteam member has the expertise and experience to perform successfully in his/her

    proposed role, and must describe any experience that would make your team uniquelyqualified.

    B. Prime Consultants and Subconsultants Recent Relevant Experience (maximum of 25points)

    This section shall include the following:

    y The prime consultant shall provide descriptions of at least three (3) and no more than five(5) recent relevant projects or programs where the following activities were performed:

    (1) Used monitoring and modeling information to define the size of a sewer and storm

    water problem,(2) Identified alternatives to address the identified sewer backups and storm waterflooding,

    (3) Involved public in refining the alternatives and selecting preferred alternatives.

    (4) Worked effectively with all levels of project staff and top decision makers, includingdeveloping and providing high quality presentations to staff, public, and decision makers,

    (5) Prepared creative landscape designs as part of the selected alternatives,

  • 8/6/2019 c11-026 Rfp Final

    6/28

    5

    (6) Evaluated alternatives using a business case approach (triple bottom line analysis, thatincludes economic, social and environmental impacts and benefits),

    (7) Selected a preferred alternative and prepared regulatory and preliminary engineeringdocuments on the preferred alternative,

    (9) Completed geotechnical studies possibly including literature review, exploratory

    borings, sampling, analysis, piezometers, ground water monitoring wells, etc. in order tofacilitate conceptual design and evaluation of the alternatives. This work may beperformed by SPU staff, if available.

    (10)Completing preliminary survey work and base maps of candidate sites to augmentexisting GIS data for the purpose of developing and evaluating alternatives and potentialsite development impacts and needs. This work may be performed by SPUs survey andbase map staff, if available.

    (11) Provided permitting assistance to help keep project(s) on schedule.

    (12) Provided excellent engineering services during construction

    y The prime consultant or team also shall provide descriptions of at least three (3) and nomore than five (5) recent projects showing the firms qualifications to provide projectmanagement, and design services. Ideally, these descriptions will demonstrate the firmsqualifications and the qualifications of key team members to perform their portion of thework in the firms proposal. The descriptions shall include the client (i.e., municipalityor agency), a summary of the work performed, the contract amount, the schedule, thespecific role of the prime consultant, the projects outcomes, and client reference andcontact information. Each project description shall be no longer than 1 page.

    y Each subconsultant shall provide a description of at least one recent project (and no morethan 2) that demonstrates their firm and key staffs qualifications to perform their portionof the work in the prime consultants proposal. The descriptions shall include the client(i.e., municipality or agency), a summary of the work performed, the contract amount, theschedule, the specific role of the subconsultant firm, the projects outcomes, and clientreference and contact information. The total length of the subconsultant projectdescriptions shall be no longer than 3 pages.

    C. Approach (maximum of 25 points)

    Describe how your team would approach managing and completing the requested engineeringand support services on one or more of these projects. Your approach must demonstrate thefollowing:

    y Clear understanding of the overall scope of services included in this RFP;

    y Clear understanding of the schedule constraints and timing of these projects;

    y A proactive approach to performing, managing and completing the requested services ontime and on budget, including:

    o Assignment, commitment, coordination, and management of key personnel andsubconsultants; and

    o Monitoring, tracking, and communicating project schedule and scope progress andissues or concerns in a timely manner;

    y An effective approach to managing risk and ensuring quality;

  • 8/6/2019 c11-026 Rfp Final

    7/28

    6

    y Creative solutions for addressing sewer and stormwater flooding that are environmentallysustainable, including for nearby creeks, and that bring long-term benefits to the localcommunity.

    y Clear understanding of applicable local, state, and federal regulations and the ability towork effectively with jurisdictional agencies to negotiate and resolve regulatory issues;

    y Effective management of project team communications and communications with SPUstaff and management;

    y Ability to support public outreach efforts and effectively engage stakeholders whilemanaging stakeholder expectations:

    y Ability to work in a team environment and to participate in the teams development andimplementation of a project management plan;

    y Expertise with hydrologic/hydraulic modeling and experience using various modelplatforms to evaluate a range of alternatives, including flow monitoring data analysis,model refinement, and model calibration and analysis.

    y Expertise with flow monitoring (may be requested under this contract).

    The approach section of the proposal shall be no longer than 6 pages in length.

    D. Risk Management (maximum of 10 points)

    Based on your current knowledge of the projects, identify any significant risks involved insuccessfully completing the scope of work and describe the steps you will take to manage theserisks. This section of the proposal shall be no longer than 2 pages in length.

    In responding to evaluation criteria A through D, specific attention should be paid to:

    y Apparent capability and experience of personnel actually assigned to the contract(s),

    y Estimated availability and capacity of personnel assigned to the contract(s) for the projectduration,

    y Relevance and strength of team members skills and experience to this work,

    y Your approach to completing this work,

    y How you plan to coordinate the work of all team members,

    y How experience you have gained on prior assignments will be applied to this work, and

    y Any suggestions you have for improving the scope of work or the potential for success.

    E. Affirmative Efforts Requirements as demonstrated in the Consultants Inclusion Plan(maximum of 10 points)

    See Attachment 5: Consultant Inclusion Plan

    F. References

    Please submit a minimum of five (5) specific references who can confirm your firms andsubconsultants experience and expertise in performing work that is similar to the scope of work

  • 8/6/2019 c11-026 Rfp Final

    8/28

    7

    in this RFP. For each reference, include the name of the client organization, mailing address,telephone number and contact person. References may be checked only for the highest-scoringfirms. References will not be scored, but will be used to verify qualifications, which may affectthe rating of the respondent. SPU reserves the right to contact references other than thosesubmitted by the respondent.

    VI. INTERVIEW & INTERVIEW EVALUATION

    Each short-listed firm will be interviewed. Only key team members, including the proposedproject manager and any key subconsultants, will be invited to the interview.

    The interview structure and interview questions will be developed after SPUs CEC scores theproposals and identifies the short-listed consultants. Short-listed firms will be providedinformation on the interview structure in advance, as part of a letter summarizing the date, time,and location of their interview. Short-listed firms will be asked interview questions that clarifyand/or expand on their teams qualifications, relevant experience, availability of key personneland approach to completing the work.

    VII. ANTICIPATED SELECTION SCHEDULE

    Following is the anticipated schedule for the selection process:

    Proposals due Monday, July 25, 2011 by 12 noon

    Short- list determined Friday, August 26, 2011

    Interviews During the Week of September 6, 2011

    Final selection Week of September 20, 2011

    VIII. NON-DISCRIMINATION

    The terms of any contracts resulting from this selection process must be in full compliance withall equal employment opportunity and Non-Discrimination in Benefits provisions required by theCity of Seattle's laws, ordinances, rules and regulations. Please refer to the Non-DiscriminationRequirements Attachment for more details.

    Please note that the selected consultant will be required to complete and sign an Equal BenefitsCompliance Declaration form prior to negotiations and execution of the contract resulting fromthis solicitation. See the Equal Benefits Compliance Declaration Form Attachment.

    IX. AFFIRMATIVE EFFORTS TO USE WOMEN AND MINORITYBUSINESS ENTERPRISES

    The terms of any contracts resulting from this selection process will include Affirmative Effortsprovisions as required under SMC Chapter 20.42. Please refer to the Affirmative EffortsRequirements Attachment for more details.

    Please note that for projects estimated to cost over $260,000, all proposers shall complete andsubmit a Consultant Inclusion Plan (see Attachment 5) with their proposal. The Consultant

  • 8/6/2019 c11-026 Rfp Final

    9/28

    8

    Inclusion Plan must demonstrate the proposers Affirmative Efforts to solicit and Contract withHUB/WMBEs. Failure to submit the Consultant Inclusion Plan with the proposal will result inthe proposal being declared non-responsive and rejected.

    X. INSURANCE REQUIREMENTS

    For this contract, the selected consultant must, at all times during the term of this contract, haveand maintain continuously, at its own expense, evidence of a policy or policies of insurance asfollows:

    Commercial General Liability Insurance: $1,000,000Business Automobile Liability: $1,000,000Errors and Omissions Liability Insurance: $5,000,000Washington State Workers Compensation (Title 51 RCW)

    See Attachment 6 for more details.

    as further described in the attached Insurance Addendum.

    XI. SUBMITTAL DEADLINE AND CONTACT PERSON

    Proposals (9 copies) must be received by Ms. Celia Kennedy, no later than 12 noon on

    Monday, July 25, 2011 as follows:

    If delivering in person: Celia Kennedy, CEC ChairSeattle Public UtilitiesDrainage & Wastewater DivisionSeattle Municipal Tower, 4600 Floor700- 5th AvenueSeattle, WA 98104-5004

    If mailing: Celia Kennedy, CEC ChairSeattle Public UtilitiesDrainage & Wastewater Division, 46th FloorPO Box 34018Seattle WA 98124-4018

    Any questions or communication regarding the contents of this RFP must be directed to CeliaKennedy, who can be reached at (206) 684-4606 or Phil Yamamoto at (206) 684-4619 or byemail at [email protected] [email protected]. Legal and ethicalconsiderations constrain the contact person, as well as other SPU employees or members of theCEC, from giving out information on this project or the process which might possibly give an

    inquiring consultant an advantage over other consultants competing for this contract. Failure tofollow this instruction may result in disqualification.

    RFP documents and addenda may be viewed online at: https://www.ebidexchange.com/seattle.

  • 8/6/2019 c11-026 Rfp Final

    10/28

    1

    ATTACHMENT 1

    SCOPE OF WORK

    The potential range of services in this contract includes all engineering and support servicesneeded during the project development, alternatives analysis and selection, preliminary

    engineering, permitting, regulatory compliance, design, and construction phases. In addition, it isintended that the consultant will help SPU develop expertise and capacity in some of its corecompetencies including hydrologic/hydraulic modeling, project development, geotechnicalanalysis, sewer and stormwater basin modeling, preliminary engineering, design engineering,specifications development and community involvement/communications while completing therequired work.

    The initial contract scopes of work will include services needed to complete project development,perform preliminary engineering, including the analysis of a range of green and gray alternatives,assist in workshops and other community meetings to help reduce and refine the possiblealternatives for each of the identified areas within the Broadview basin, and assist SPUsmanagers and executive decision makers in selecting recommended alternatives for the identified

    areas. Following completion of the post-preliminary engineering business case, SPU will decidewhich alternatives to design and construct and what construction contracting approach to use.Assuming that SPU decides to implement the project using conventional design-bid-build andassuming satisfactory consultant performance during the initial phase of work, one or morecontract amendments may be negotiated. If SPU decides to implement one or more of theseprojects by alternative contracting, SPU will determine how much engineering support, if any isneeded, from the consultant selected to perform conventional engineering services for thatproject.

  • 8/6/2019 c11-026 Rfp Final

    11/28

    2

    The services outlined below are based on a design-bid-build implementation process. This scopeof services is not complete or detailed for the project, but provides an overview of the range ofservices that may be necessary for the project. Detailed scopes of services will be negotiatedonce SPU has selected the most qualified consultant(s).

    INITIAL SERVICES

    Task 1 Project Management and Quality Control

    Consultant is responsible for the management and coordination of the work defined in thiscontract. Task 1 represents the labor and expenses associated with tracking, reporting,scheduling, coordination and quality control services for this work. Consultant will providemanagement measures including:

    1. Concise monthly progress reports summarizing work completed during the reportingperiod, significant work anticipated the following reporting period, and status of budget by task and overall, and status of schedules. This report can be incorporated into themonthly bill to increase efficiency.

    2. Weekly, bi-weekly or monthly meetings or phone calls with the project team, as needed,to review project status, discuss and resolve issues, and report on action items.

    3. Maintenance of project files, including a record of community correspondence

    4. Project Team and Client communications

    5. Quality Assurance/Quality Control Plan and updates for subsequent phases of eachproject.

    Task 1 Deliverables

    1. Monthly progress reports

    2. Correspondence and other documentation records

    3. QA/QC Plan

    Task 2 Preliminary Broadview Basin Business Case

    A preliminary business case must be developed and presented to SPUs Asset ManagementCommittee (AMC) for approval of costs, schedule, resources, and risks. Triple bottom lineanalysis and SPUs standard requirements for developing a business case is to be followed. ThisPreliminary Business Case will cover areas in the Broadview Basin that have experienced sewerbackups and significant stormwater flooding related to right of ways or the sewer and storm watersystem, approximately 6-10 areas in the basin based on initial evaluations.

    Some potential options to be considered for Broadview areas in need for the Preliminary BusinessCase include:

    y Separation of roof drains from sewer

    y Other I/I removal

    y Increased maintenance cycles

    y Green Technologies (e.g., green roofs, rain gardens, amended soils, etc.)

    y Increased conveyance capacity

    y Inter-basin flow transfers

  • 8/6/2019 c11-026 Rfp Final

    12/28

    3

    y In-line and Off-line Storage

    y Upgrades/retrofits to existing facilities

    y Decentralized storage (e.g., cisterns)

    y Other ideas as identified by consultant, SPU staff or citizens

    y

    Combination of some of above ideas

    Consultant work for this Preliminary Broadview Basin Business Case may include:

    1. Reviewing existing documentation including the project's scope of work, cost estimate,schedule, previous basin studies, etc to become familiar with the current conditions.

    2. Visiting candidate sites with SPU staff to observe current conditions at key locations forthe various alternatives that are to be investigated. Observations would be used to verifythe scope of work proposed for this project, permitting issues, and other related issues,are accurate.

    3. Developing through the triple-bottom-line analysis three potential solutions for each areawithin the basin where level of service improvements are needed for the sewer and/orstormwater systems.

    4. Identifying a preferred solution, or solutions, for each identified area, as deemednecessary to reach SPU or exceed established service levels for sewer and stormwaterservice.

    5. For business case development follow project criteria and SPU guidelines.

    6. Assisting with preparation of the preliminary business case presentation materialsconforming to SPU format and procedures.

    7. Attending Project Team meetings between Consultant and SPU staff.

    8. Incorporating staff comments into Draft Preliminary Business Case until staff are

    satisfied with the Draft Preliminary Business Case9. Assist SPU with developing and presenting project information (i.e., power point

    presentations, large posters, handouts, briefing papers, newsletters) to the SPU AssetManagement Committee, and as needed, the Drainage and Wastewater Line of BusinessCommittee, and other audiences, such as the public, stakeholder groups, City Council,Mayors Office, and Seattle Design Commission.

    Task 2 Deliverables

    1. Draft Preliminary Broadview Basin Business Case

    2. Final Preliminary Broadview Basin Business Case

    3. AMC presentation materials for the Preliminary Business Case, materials relating to thebusiness case for other audiences may be requested of the consultant.

    Note: SPU may decide to work in a phased approach, focusing work on the Broadview Basinareas that are experiencing the most sewer backups first, and then in another phasefocus on the next areas..

  • 8/6/2019 c11-026 Rfp Final

    13/28

    4

    Task 3 Updates to Model Refinement, Calibration and Validation for Sewer and

    Stormwater

    SPU has been developing hydrologic/hydraulic models for the sanitary sewer in Broadviewworking with a consultant and is beginning to develop a stormwater model of that basin.However, further refinements, calibration, or validation of the models may be necessary based on

    new data, system changes, and new information gathered for these project phases than is currentlyavailable. The Consultant(s) may be asked to complete such refinements. This task will benegotiated separately, if needed. This task may include steps such as:

    1. Check hydrologic/hydraulic parameters, boundary conditions, and/or data forconsistency, connectivity, and continuous flow direction based on current conditions.

    2. Update hydraulic model using SWMM5 with new monitoring data from SPU meterslocated within the Broadview sub-basins.

    3. Run proposed alternatives through most recent model to discover how alternatives impactbasin flows for sewer and stormwater.

    4. Check suitability of storm events used for model calibration and recalibrate/validate as

    necessary using criteria agreed to with SPU, as directed by SPU.5. Update the uncertainty analyses and performance curves.

    6. Prepare materials and attend workshops, as needed, to review progress, resolve questionsand issues, and facilitate decision-making.

    Task 3 Deliverables

    1. Materials for workshops to address modeling issues (e.g., power point slides, maps, etc.)

    2. Workshop outcomes document

    3. Updated and calibrated hydrologic and hydraulic models for sewer and stormwater inSPU requested format

    4. Updated hydraulic and hydrologic report for use in design.

    Task 4 Public Involvement

    City and community workshops and/or meetings should be expected for each proposed project inthe Broadview area. The Consultant will be asked to prepare presentation materials, organizecommunity workshops, and prepare meeting summaries. Workshop and meeting topics mayinclude discussion of the alternatives for the identified areas in the Broadview basin that have hadsewer backups and stormwater flooding. Presentation materials may include developing adecision framework, screening methodologies, subbasin and basin-wide alternatives andstrategies that achieve project objectives, and refinement of alternatives.

    The results of the Preliminary Business Case, primarily the recommended alternatives forpreliminary engineering, will be presented to SPUs Asset Management Committee at a briefing.The Consultant will assist SPU with developing and presenting project information to the SPUAsset Management Committee, and as needed, the Drainage and Wastewater Line of BusinessCommittee, and other audiences, such as the public, stakeholder groups, City Council, MayorsOffice, and Seattle Design Commission.

  • 8/6/2019 c11-026 Rfp Final

    14/28

    5

    Task 4 Deliverables

    1. Workshop summaries

    2. Meeting summaries and notes, as requested by SPU staff

    3. Draft email updates to community and community members for staff review

    4. Broadview Project newsletter development and layout for up to 4 newsletters a year

    5. Develop and present project information to external and internal audiences includingthose noted above

    6. Assistance to SPU for text development and photos for Project Website

    7. Public Involvement and communications support for all elements of the work outlined inthis RFP, such as, meeting logistics, power point presentation development, creation andproduction of large posters, meeting handouts, assisting SPU with responding tocomments and questions from the public; documenting feedback, drafting responses toemails and letters related to the project, and hand delivery of project information tomembers of the public in Broadview.

    8. Digital files of graphic displays, handouts and project PowerPoint presentations in aformat consistent with SPU format, templates and computer programs. SPU will retainownership of all files and graphics produced under this contract.

    Task 5 Preliminary Engineering

    Once the Asset Management Committee, or Drainage and Wastewater Line of BusinessCommittee (will depend on dollar total of alternative), has been briefed on the short-listedalternatives for each identified area within Broadview where improvements are beingrecommended, the Consultant will be asked to move forward with Preliminary Engineering forthe selected solutions for the specified areas. This task will evaluate the alternatives using theestablished criteria. Outcomes of this Task are the Preliminary Engineering Report, final Business

    Case documentation, and information needed to prepare an Engineering Report (Task 7) and forPermitting review (Task 8). Services needed for this task will be tailored to fit the specificsolutions for the each identified areas in the Broadview basin, and could potentially include:

    1. Completing geotechnical studies of specific sites as recommended by the Consultant orSPU for each project, possibly including literature review, exploratory borings, sampling,analysis, piezometers, ground water monitoring wells, etc., in order to facilitateconceptual design and evaluation of the alternatives. This effort may be performed bySPUs Materials Lab staff, if available in timeframe necessary.

    2. Completing preliminary survey work and base maps of candidate sites to augmentexisting GIS data for the purpose of developing and evaluating alternatives and potentialsite development impacts and needs. This effort may be performed by SPUs survey andbase map staff, if available.

    3. Reviewing applicable City Code and environmental regulatory programs and requiredpermits, documenting:

    y The regulatory programs analyzed;

    y The basis on which each was determined to be applicable or not;

    y The estimated time line for permit application;

  • 8/6/2019 c11-026 Rfp Final

    15/28

    6

    y Recommended sequence for acquisition; and

    y List of supporting documentation that would be needed for the each regulatoryreview process.

    4. Performing analyses, including additional hydraulic/hydrologic modeling, as needed todefine the benefits of the different alternatives.

    5. Evaluating alternatives.

    6. Evaluation criteria may include:

    y Reduction in sewer backups and stormwater flooding to meet SPU establishedservice levels

    y Health and safetyy Community impacts/acceptance/ benefitsy Environmental impacts and benefitsy Technically feasibley Acquisition/accessy Operational impactsy

    Constructabilityy Scheduley Life-cycle costsy Other benefits and impacts

    7. Facilitating and documenting workshops with project team members and stakeholders, asappropriate throughout project. Workshop topics may include refinement of the decisionframework and screening methodologies from Task 4, presentation and evaluation ofalternatives, and recommendation for the selection of the preferred alternatives.Attending project team meetings to report progress, resolve issues and confirm direction.

    8. Assessing the environmental and permitting review needs and preparing environmental

    review documentation (e.g., SEPA checklist, EIS, etc.)

    9. Preparing a Preliminary Engineering report that explains the preferred alternative fordesign and construction for each of the identified areas in the basin where improvementsare to occur. The report would follow SPU report guidelines, including:

    y Executive Summaryy Backgroundy Problem statementy Objectivesy Assumptions/Constraintsy Options analysisy Preferred options and basisy Preliminary project cost and scheduley Environmental Regulatory Evaluation (permitting needs)y O&M Checklisty Environmental Review Documentationy Real Estate Services data (if needed).

  • 8/6/2019 c11-026 Rfp Final

    16/28

    7

    Task 5 - Deliverables

    1. Site visit observations memorandum

    2. Scope of geotechnical requirements

    3. Scope of survey and basemap requirements

    4. Regulatory/permitting review draft and final memoranda

    5. Alternatives evaluation

    6. Preliminary Engineering Report draft and final versions

    7. Environmental Review/ Permitting documents

    8. Summaries of relevant meetings and workshops

    9. Presentation materials for meetings and workshops

    Task 6 Final Business Case

    The final business case will identify each of the recommended solutions for the areas identified as

    needing improvements to meet or exceed SPUs established levels of service, will summarize theevaluation process documented in the Preliminary Engineering Report, augment the informationwith triple-bottom-line analyses, and present the recommended solutions to SPU AssetManagement Committee (AMC) for approval. The final business case format will follow AMCguidelines and is expected to include:

    1. Descriptiony Design criteria/performance standards for separation, storage, modification of

    existing facilities, and Best Management Practices (BMPs)

    y Relationship to specific SPU policies (e.g., Drainage code, ComprehensiveDrainage Plan, Sewer Comprehensive Plan, etc)

    y Compatibility with SPUs NPDES permits and WAC requirements

    2. Cost/Benefit Analysisy Cost basis (curves) for project options and BMPsy Recognize and quantify (if possible) economic, societal, and environmental costs and

    benefits

    3. Risk Analysisy Analysis of risk probability/avoidance for sub-basin-specific solutions and BMPs

    4. Recommendationsy Provide an informed recommendation as to which solutions are recommended for

    implementation.

    y Ranking/prioritization of projects will be presented based on cost/benefit and riskanalyses.

    Note: There may be modifications to the above required elements if internal SPUrequirements change.

  • 8/6/2019 c11-026 Rfp Final

    17/28

    8

    Consultant work for this effort may include:

    1. Assisting with preparation of the final business case and presentation materialsconforming to SPU format and procedures.

    2. Attending Project Team meetings between Consultant and SPU staff, including SPUseconomist.

    3. Attending public meetings and presenting project information to a variety of audiencessuch as: the public, stakeholder groups, Mayors Office, and City Council.

    4. Completing triple-bottom-line analysis, following project criteria and current SPUguidelines.

    Task 6 Deliverables

    1. Draft final business case

    2. Final business case (incorporates staff comments)

    3. AMC presentation materials

    4. May include project presentations to other audiences, such as community groups, Seattle

    Design Commission, Mayors Office, and City Council.

    Task 7 Engineering Report

    Task 7 will involve preparing draft and final versions of an Engineering Report for recommendedsolutions identified in the AMC approved Final Business Case. The report will identify theperformance criteria and design assumptions (or basis of design) for each approved recommendedsolution identified in the Preliminary Engineering Report.

    Work involved in developing the Engineering Report includes a significant amount of overlapwith the Preliminary Business Case (Task 4), (Task 5) and Final Business Case development(Task 6) efforts. Work should be coordinated so those individual work items can be utilized for

    various tasks with little or no modification. The Engineering Report for each approved solutionwill be the basis of design document for that element. The Engineering Report may take the formof several Technical Memorandums, depending on the complexity of the approved solutions.

    Task 7 Deliverables

    1. Meeting summaries

    2. Draft Engineering Report

    3. Final Engineering Report (incorporating staff comments)

    4. Written responses to any comments that are not accepted

    Task 8 Permits and Acquisitions

    The Consultant shall be prepared to assist SPU with:

    1. Identifying applicable permits and property acquisition needs as part of the feasibilitystudies

    2. Obtaining permits and property acquisitions for project implementation for each of theapproved solutions.

  • 8/6/2019 c11-026 Rfp Final

    18/28

    9

    Services may include, but are not necessarily limited to, technical documentation, consultation,assistance with negotiations, permitting, and similar efforts.

    POTENTIAL ADDITIONAL SERVICES

    As described in the RFP, Consultant work for subsequent phases will depend on the project

    delivery method SPU ultimately selects for implementing each approved solution in theBroadview basin. If SPU decides to use design-bid-build project implementation, the scope ofwork may be amended to extend the project management and quality control services generallydescribed in Task 1 and to include the following services.

    Final Design

    The Consultant would complete additional analyses, identify, and potentially conduct neededsurvey and geotechnical work, and develop or collect other relevant information in order toprepare:

    1. 30%, 60%, 90%, 100% (final check) and final, signed and stamped drawings forimplementation of the SPU approved solutions in the basin.

    2. 60%, 90%, 100% (final check) and final, signed and stamped special provisions, asneeded to modify City of Seattle standard drawings, details, and specifications.

    3. 30%, 60%, 90%, 100% (final check) and final probable cost of construction estimates.

    Services may also include value engineering of the 30% design drawings, communityinvolvement and project communications assistance, input during the bid solicitation process,assistance with reviewing bids received, regulatory assistance, property acquisition support, andsimilar assistance as needed.

    Support During Construction

    Depending on staff availability, SPU Construction Management would provide constructionmanagement and resident engineering services for the project. However, the Consultant may beasked to:

    1. Review and provide comment, design sketches, and/or direction on requests forinformation, submittals, requests for clarification, change order requests, requests forsubstitutions, and similar construction-related documentation.

    2. Participate in punch list reviews or make field visits to assist the Resident Engineer andConstruction Manager.

    3. Attend project meetings with the community and internal meetings as requested.

    4. Assist SPU with community outreach and project communications before and during

    construction.

    5. Assist SPU with closeout and commissioning of newly constructed facilities.

    6. Provide construction management services, if the depth and breadth of services neededexceed SPU Construction Managements availability.

    7. Other construction-related support as needed.

    8. Attend and participate in the post project evaluation meeting.

  • 8/6/2019 c11-026 Rfp Final

    19/28

    1

    ATTACHMENT 2

    NONDISCRIMINATION REQUIREMENTS

    I. NONDISCRIMINATION IN EMPLOYEE BENEFITS

    A. Compliance with SMC Ch. 20.45: The Consultant shall comply with the requirements of SMC Ch.20.45 and Equal Benefits Program Rules implementing such requirements, under which the Consultant

    is obligated to provide the same or equivalent benefits (equal benefits) to its employees with domestic partners asthe Consultant provides to its employees with spouses. At the Citys request, the Consultant shall provide completeinformation and verification of the Consultants compliance with SMC Ch. 20.45. Failure to cooperate with such arequest shall constitute a material breach of this Contract.

    (For further information about SMC Ch. 20.45 and the Equal Benefits Program Rules call (206) 684-0430 or reviewinformation at http://cityofseattle.net/contract/equalbenefits/.)

    B. Remedies for Violations of SMC Ch. 20.45: Any violation of this Section 9 shall be a material breach ofContract for which the City may:

    (1) Require the Consultant to pay actual damages for each day that the Consultant is in violation of SMC Ch.20.45 during the term of the Contract; or

    (2) Terminate the Contract; or

    (3) Disqualify the Consultant from bidding on or being awarded a City contract for a period of up to five (5)

    years; or(4) Impose such other remedies as specifically provided for in SMC Ch. 20.45 and the Equal Benefits Program

    Rules promulgated thereunder.

    II. AFFIRMATIVE EFFORTS TO USE WOMEN AND MINORITY BUSINESS ENTERPRISES

    A. Consultant shall use affirmative efforts to promote and encourage participation by women and minority businesseson subcontracting opportunities within the contract scope of work. Consultant agrees to make such efforts as acondition of the Contract.

    B. Affirmative efforts shall include those that have been agreed upon between the City and the Consultant as a resultof the Consultant proposal response, and are incorporated herein by this reference as Exhibit.

    C. Record-Keeping: Consultant shall maintain, for at least 24 months after the expiration or earlier termination of thisContract, relevant records and information necessary to document Consultant affirmative efforts to solicit towomen and minority business participation, including solicitations to subconsultants and suppliers, all

    subconsultant and supplier proposals received, and all subconsultants and suppliers actually utilized under thisContract. The City shall have the right to monitor the affirmative efforts of the Consultant and to inspect and copysuch records of the Consultant as are necessary to ensure compliance with the requirements of this Section.

    D. Consultant shall ensure that all employees, particularly supervisors, are aware of, and adhere to their obligation tomaintain a working environment free from discriminatory conduct, including but not limited to harassment andintimidation of minorities, women, or WMBE businesses.

    E. Non-Discrimination: Consultant shall not create barriers to open and fair opportunities for WMBEs to participatein any City contract and to obtain or compete for contracts and subcontracts as sources of supplies, equipment,construction and services.

    F. Sanctions for Violation: Any violation of the mandatory requirements of the provisions of this section, or aviolation of SMC Ch. 14.04, SMC Ch. 14.10, SMC Ch. 20.42, SMC Ch. 20.45, or other local, state or federal non-discrimination laws shall be a material breach of contract for which the Consultant may be subject to damages and

    sanctions provided for by the Contract and by applicable law. Consultants found to be in violation of therequirements shall be subject to debarment from City contracting activities in accordance with SMC Ch. 20.70.

    Note: Women and minority owned firms are asked to self-certify by registering in the City Vendor Registration Systemat http://seattle.gov/purchasing/VendorRegistration.htm. If you do not have computer access, please call 206-684-0444 for assistance.

  • 8/6/2019 c11-026 Rfp Final

    20/28

    Contracting Services Division, 700 Fifth Avenue, Suite 4112, P.O. Box 94687, Seattle, WA. 98124-4687

    Tel: (206) 684-0430, TDD: (206) 233-7810, Fax: (206) 684-4511. http://www.seattle.gov/contract/equalbenefits/ Page 1 of 2Revised: 10/05/04

    City of SeattleEqual Benefits Compliance Worksheet (Consultants)

    ATTACHMENT 3

    City of Seattle, Department of Executive Administration

    Purchasing and Contracting Services Division

    Equal Benefits Compliance DeclarationFor help completing this declaration, see important information on reverse.

    Company Information

    Primary Contact Person Telephone Fax

    Company Legal Name Seattle Business Lic. # (ifavailable) Email

    Company Address City State/Country Zip

    Contract Title Contract # (ifavailable)

    Please declareone (1)option fromthelistbelowthat describesthe Contractorscompliancestatuswith Seattle MunicipalCode Chapter20.45 (City Contracts Non-Discrimination in Benefits)and related rules.

    Option AThe Contractormakes,orintendstomakebythecontractaward date,all benefits available on an equal basisto itsemployeeswithspousesand itsemployeeswith domesticpartners,and tothespousesand the domesticpartnersofemployees, in all Seattlelocationsand in otherlocationswhereworkon the Cityof Seattlecontract isbeingperformed.

    Option B

    The Contractordoes not make benefits availabletoeitherthespousesorthe domesticpartnersof itsemployees.

    Option CThe Contractorhas no employees.

    Option DThe Contractorhasbeen approved forSubstantial Compliance Authorization fromthe Cityof Seattleallowing ittodelay implementation ofequalbenefits.

    Option EThe Contractorhasbeen approved forReasonable MeasuresAuthorization fromthe Cityof Seattleallowing ittoprovideacashequivalentpaymenttoeligibleemployees in lieuofmakingbenefitsavailable.

    Statement of Non-ComplianceThe Contractordoes notcomplyand does not intend tocomplywith Seattle Municipal Code Chapter20.45 andrelated rules.

    I declareunderpenaltyofperjuryunderthelawsofthe Stateof Washington thatthe foregoing istrueand correct,and thaI amauthorized tobind thisentitycontractually.

    Signatureof Authorized Person Nameof Authorized Person (pleaseprint) Date

  • 8/6/2019 c11-026 Rfp Final

    21/28

    Contracting Services Division, 700 Fifth Avenue, Suite 4112, P.O. Box 94687, Seattle, WA. 98124-4687

    Tel: (206) 684-0430, TDD: (206) 233-7810, Fax: (206) 684-4511. http://www.seattle.gov/contract/equalbenefits/ Page 2 of 2Revised: 10/05/04

    City of SeattleEqual Benefits Compliance Worksheet (Consultants)

    Important Information for Completing the Equal Benefits Compliance Declaration

    y Seattle Municipal Code Chapter 20.45 (SMC 20.45)requirescontractorson Citycontractstoprovideemployeebenefitstotheiremployeeswith domesticpartnersequivalenttothoseprovided totheiremployeeswithspouses.Formore information,visit:http://www.seattle.gov/contract/equalbenefits/.

    y Contractor meansanyperson orpersons, firm,partnership,corporation,orcombination thereof, includingavendorora consultant,whosubmitsabid,proposal,and/orenters intoacontractwiththe Cityof Seattle.

    y TheEqual Benefits Compliance Declarationconstitutesthe Contractorsaffirmation that itprovidesbenefits inaccordancewith SMC 20.45.

    y Equal Benefits or"Non-discrimination in Benefits"meanstheprovision ofthesameorequivalentbenefitstoemployeeswithspousesand employeeswith domesticpartners,tospousesofemployeesand domesticpartnersofemployees,and to dependentsand familymembersofspousesand dependentsand familymembersof domesticpartners. Non-discrimination in Benefits is furtherdefined by SMC 20.45.

    y "Domestic Partner"meansanyperson who isregistered withhis/heremployerasa Domestic Partneror, in theabsenceofsuchemployer-provided registry, isregistered asa Domestic Partnerwithagovernmentalbodypursuanttoanystateorlocallawauthorizingsuchregistration.

    y "Employee Benefits"or"Benefits"meansanyplan,programorpolicyprovided bythe Contractorto itsemployeesaspartoftheemployer'stotalcompensation package. "Employee Benefits" includes, but is not limitedto:pension and retirementbenefits;medical, dentaland vision plansorotherhealthbenefits;bereavement, familymedical,parentaland otherleavepolicies; disability,life,and othertypesof insurance;employeeassistanceprograms;membershipsordiscounts;movingexpenses;accessto facilities,servicesand events;travelandrelocation expenses; incentive,stockoption,and profitsharingplansand othercompensation programs;vacationtravelbenefits;and anyotherbenefitsgiven toemployees.

    y Substantial Compliance Authorizationmaybegranted toacontractorwhosecompliancewiththeequalbenefitsrequirement is delayed duetocircumstancesoutsidethecontractorscontrol forexample,thecontractorcannotmakeeligibilitychangesto itshealth insuranceplan untilthe nextopen enrollmentperiod,orthecontractorcannotnegotiatewithoneormorelaborunions foradditionalbenefitsuntiltheexpiration ofthecurrentcollectivebargainingagreement. The Contractormustrequestthisauthorization onlineand beapproved bythe Cityof Seattlebefore

    submittingthe EB Declaration. Toapply,visit:http://www.seattle.gov/contract/equalbenefits/eb-substantial.htm.

    y Reasonable Measures Authorizationmaybegranted toacontractortoprovideeligibleemployeeswithacashequivalentpayment in lieuofbenefitsthatareunavailable duetocircumstancesoutsideofthe Contractor'scontrol.The Contractormustrequestthisauthorization onlineand beapproved bythe Cityof SeattlebeforesubmittingtheEB Declaration. Toapply,visit:http://www.seattle.gov/contract/equalbenefits/eb-reasonable.htm.

    y Underlimited circumstances,the Citymaywaivetheequalbenefitsrequirement forthe departmentthat isadministeringthecontractand the ContractormaymakeaStatement of Non-Compliance. Pleasebeadvised, ifawaiveris notapproved fortheadministering department,a Statementof Non-Compliancemayresult in therejectionofyourbid. Formore information,see Chapter13 ofthe ProgramRules:http://seattle.gov/contract/equalbenefits/docs/FINALrules.doc.

    y Formore information aboutcontractors with multiple locations,visit:

    http://www.seattle.gov/contract/equalbenefits/docs/EBLocationChart.pdf.

    y Beprepared with documentation tosupportyourdeclaration. Allcontractsawarded bythe Citymaybeaudited forequalbenefitscompliance. Non-compliancemayresult in therejection ofabid orproposal,ortermination ofthecontract.

  • 8/6/2019 c11-026 Rfp Final

    22/28

    Affirmative Efforts Requirements 1

    ATTACHMENT 4

    Affirmative Efforts Requirements

    I. DEFINITIONS

    Affirmative Efforts: Documented reasonable attempts in good faith to contact and employ women and minorities and tocontact and contract with Women and Minority Businesses.

    Aspirational goals: A participation level the Consultant voluntarily establishes for potential employment on theContract of women or minority employees and/or the use of WMBEs. No Consultant established aspirational goals willrepresent an actual utilization requirement or a condition of such contract.

    Availability or Available: A business that is interested in and is Capable of performing the item of work in question;and is able to perform the work within the time frame required by the contract.

    Capability or Capable: A business that appears able to perform a Commercially Useful Function on the item of work inquestion.

    Commercially Useful Function: The performance of real and actual services in the discharge of any contractualendeavor.

    Inclusion Plan: The Plan submitted by the Consultant outlining the affirmative efforts the Consultant made inpreparing its proposal and will make during the term of the Contract to solicit the participation of minorities and womenand WMBEs on the Contract in accordance with SMC Ch. 20.42.

    Women and Minority Business Enterprises (WMBEs): A WMBE means a business that is at least fifty-one percentowned by women and/or minority (including, but not limited to, blacks, women, native Americans, Asians, Eskimos,Aleuts, and Hispanics) group members.

    II. AFFIRMATIVE EFFORTS IN WOMEN AND MINORITY BUSINESS SUBCONTRACTING

    In SMC 20.42.010, the City has found that minority and women businesses are significantly under-represented and havebeen underutilized on City Contracts. Additionally, the City does not want to enter into agreements with businesses thatdiscriminate in employment or the provision of services. The City intends to provide the maximum practicable

    opportunity allowed by law for increased participation by minority and women owned and controlled businesses, aslong as such businesses are underrepresented, and to ensure that City contracting practices do not support discriminationin employment and services when the City procures public works, goods, and services from the private sector. The Cityshall not enter into Contracts with contractors that do not agree to use Affirmative Efforts as required under SMCChapter 20.42 or violate any provisions of that chapter, or those requirements set forth below.

    As a condition of entering into a contract with the City, Consultants must agree to take Affirmative Efforts to assureequality of employment and subcontracting opportunities within the scope of work for the Contract. Such AffirmativeEfforts may include, but are not limited to, establishing employment aspirational goals for women and minorities andestablishing aspirational goals for subcontracting to Women and Minority Businesses.

    Consultants entering into contracts with the City shall actively solicit the employment of women and minority groupmembers. Consultants shall actively solicit subcontract proposals from qualified, available, and capable Women and

    Minority Businesses for participation on the contract. At the request of the City, Consultants shall furnish evidence ofthe Consultant's compliance with these requirements and provide records necessary to document: 1) Affirmative Effortsto employ women and minority group members; 2) Affirmative Efforts to subcontract with Women and MinorityBusinesses on City Contracts; and 3) the Consultants non-discrimination in the provision of goods and services.

    The City provides assistance to Consultants that desire to submit proposals, qualifications, or who have been awarded aCity Contract, to comply with these equal opportunity, non-discrimination, and Affirmative Efforts provisions. Shouldan interested Consultant desire assistance or information, in recruiting, tutoring, and training or otherwise preparing

    potential employees and subcontractors, the Consultant may contact the Department of Executive Administration at684-0430.

  • 8/6/2019 c11-026 Rfp Final

    23/28

    Affirmative Efforts Requirements 2

    III. DOCUMENTATION REQUIREMENTS

    The selected Consultant shall provide an Inclusion Plan which identifies the Affirmative Efforts that the Consultant hasmade in preparing its proposal and its proposal in continuing those Efforts during the term of the contract in solicitingwomen and minority businesses for participation on this contract consistent with SMC 20.42. Upon agreement by theCity, the selected Consultants Inclusion Plan shall be incorporated as part of the resulting Agreement.

    The Consultant shall complete the next attachment, called the Consultant Inclusion Plan, and submit it with their

    Proposal.

    Affirmative Efforts Information for Women and Minority Employment:

    1. The Consultant shall provide a statement of its Affirmative Efforts to solicit the employment of women andminorities for participation on this contract.

    2. The Consultant shall indicate employment aspirational goals for women and minorities that it believes to bereasonably achievable for this contract. Such aspirational goals shall not represent a utilization requirementthat would be a condition of contracting, but instead shall be considered a presentation of the AffirmativeEfforts that the Consultant shall make and the aspirational goals that the Consultant proposes to be reasonablyachievable.

    Affirmative Efforts Information for Women and Minority Subcontracting:

    1. Provide a Statement concerning:a. The Consultant shall provide evidence of its Affirmative Efforts to solicit qualified, available, and

    capable women and minority businesses for participation on this Contract. See the end of thisSection for examples of Affirmative Efforts.

    b. The Affirmative Efforts that the Consultant will perform with respect to women and minoritybusinesses for participation on this contract during the term of the contract. Include the followinginformation:

    y The commercially useful subcontracting opportunities available or expected within thecontract.

    y The Affirmative Efforts the Consultant shall perform to encourage participation byqualified, available, and capable Women and Minority Businesses to perform such work.

    y The Affirmative

    y Efforts the Consultant will make to solicit and attempt to achieve such subcontractingopportunities on this contract.

    y Aspirational goals for such participation that reflect the levels of participation that theConsultant believes are reasonably achievable on this contract. Note such aspirationalgoals shall not represent a utilization requirement that would be a condition of contracting,instead such aspirational goals shall be considered a presentation of the Affirmative Effortsthe Consultant shall make and the aspirational goals that the Consultant proposes to bereasonably achievable.

    Examples of Affirmative Efforts: Affirmative Efforts may include the use of solicitation lists, advertisements inpublications directed to minority communities, breaking down total requirements into smaller tasks or quantities whereeconomically feasible, making other useful schedule or requirements modifications that are likely to assist small orWMBE businesses to compete, targeted recruitment efforts, and using the services of available minority community and

    public organizations to perform outreach.

    Evaluation Process: A Proposers Consultant Inclusion Plan will be evaluated by the Consultant Evaluation Committeeand scored from 1 to a maximum of 10 points.

  • 8/6/2019 c11-026 Rfp Final

    24/28

    Consultant Inclusion Plan 1

    City of Seattle

    Consultant Inclusion Plan

    ATTACHMENT 5

    RFP Number & Title:C11-026, Engineering Services for the Broadview Sewer & Drainage Improvements

    Project

    Proposer - Consultant Name:

    Use additional sheets to provide detail and specificity as appropriate.

    The Proposershallrespond toquestionsbelow. Aspartoftheselection,the Citywillscoreand evaluatetheresponse,whichmustshowclearevidenceofcommitmentsthatreflectresponsible,sinceregood faitheffortsresulting in successfulinclusion of WMBE firms. The Citymayclarifyorrequestadditional information duringevaluation ofthe Plan. The Citymay finalizethe Plan withthehighestranked Proposer,and theagreed-upon Plan shallbecomepartofthecontract.

    The City defines WMBE firmsasthosethatself-identifytobe 51% women and/orminorityowned. Such firmsareasked toregister in the Citys directorybeforesubmittingtheirRFPs.http://www2.ci.seattle.wa.us/vendorregistration/default.asp.

    Proposersareexpected toselecttheirsubconsultantsusinganystrategythatcan bestsupportthis Inclusion Plan.

    SubcontractingSubcontracting is defined as direct performance through subcontracting within the proposed project team tofulfill the contract work.

    Ofthetotalcontractwork,what isthepercentageof WMBE participation proposed forsubcontractingon yourteam? Thispercentagewillbecomeacontractcommitment.

    Architect and Engineer (A&E) ProjectsOnly

    Specifythepercentageparticipation ofwoman owned subcontracting,outofthetotalwork identified in theRFP. Thispercentagewillbecomepartofthecontract.

    %

    Specifythepercentageofminorityowned subcontractingparticipation,outofthetotalwork identified in theRFP.

    %

    All Other Projects (Non A&E)

    Specifythepercentageparticipation ofwoman owned subcontracting,outofthetotalwork identified in theRFP. Thispercentagewillbecomepartofthecontract.

    %

    Specifythepercentageofminorityowned subcontractingparticipation,outofthetotalwork identified in theRFP. %

    Indicatethebudgetorprojectcostofthework described in theRFP. $

    Specifythetotal dollarsyou intend tosubcontract,regardlessofwhether it isanticipated forWMBE ornon-WMBE firms.

    $

    Specifythe dollarsyoucommit forsubcontracttoself-identified WMBE firms. $

  • 8/6/2019 c11-026 Rfp Final

    25/28

    Consultant Inclusion Plan 2

    City of Seattle

    Consultant Inclusion Plan

    Namethe WMBE teammembersyou intend touse,given thework described in theRFP. Describetheworkyouexpecthe WMBE firmstoperform. Identifythe dollarsorpercentageoftotalcontractvalue intended foreach WMBE firm. TheCitymayrequestlettersofcommitmentthatshowagreementsbetween yourcompanyand thesubconsultantsbeforetheCityacceptsthe Plan and executesa Citycontract. Theutilization goalsprovided on page 1 becomeamaterialpartothecontract. Should thecontractscope requirechanges to the WMBE firmsor WMBE utilization, the Cityexpects the

    Consultantto discusssuchchangesand pursuecontinued commitments forWMBE utilization consistentwiththechangesin contractscope.

    Nameof WMBECompany

    Specifywhethera

    self-identifiedWomen orMinorityBusiness Describe Task

    Describepercentageofthe Citycontract forsubcontracttothis

    WMBE

    Past Performance:

    In detail, describeyourpastsuccessand pastperformanceat WMBE subcontractingorteamingparticipation on contractsand/orotherevidenceof thelikelihood oftheproposed subcontracting, includingpre-award commitmentsoragreementswithyournamed WMBE firms,specificstrategiesyou intend touse in thesolicitation and award ofsubcontractorsthatcanassure WMBE participation atthepercentagesyouhave indicated,orsimilarevidence.

    Strategies:Describethestrategiesand selection processesyou intend tousetoensuremeaningful WMBE utilization in thiscontract.Describeyourstrategies,thescopesofworkthathavegreatest WMBE opportunitiesand howyouwould balancethosescopesthathaveless WMBE opportunity.

    Mentoring Program:Ifanyofthe WMBE subcontractorslisted aboveareparticipating in amentoringorcapacitybuildingprogramwithyourcompany,please identifywhichand describeyourprogram.

  • 8/6/2019 c11-026 Rfp Final

    26/28

    Consultant Inclusion Plan 3

    City of Seattle

    Consultant Inclusion Plan

    Diverse Employment

    Pleasespecifythe following information foryourlocalofficeand/orotherofficesthatareperforming directservicestothiscontract.

    1. What isyourcurrentemploymentprofile?

    Total numberofemployees:

    Numberand percentageofminoritiesand/orwomen:

    2. Describeyouremploymentand hiringpoliciesthatpromoteaffirmativeefforts in recruitment foremployee diversity.

    3. Howmany newemployeesmayberequired?

    Total numberof newemployees:

    Numberand percentageofminoritiesand/orwomen:

    4. Ifyouareplanning newemployment,provideaparagraph that describesthe functions forwhichyouarerecruitingthatrelate toperformanceof thiscontract,howyouwould recruit,and yourpastperformance forsuchrecruitmenthat demonstrates Proposerhasmadesuccessfulplanstosolicitwomen and minorities.

    5. Ifyouhavean intern program designed torecruitwoman and minorities,please describe.

    ___________________________________Signatureof Authorized Representative

    ___________________________________ _________________________ ______________________Printed Nameof Authorized Representative Title Date

  • 8/6/2019 c11-026 Rfp Final

    27/28

    1

    ADDENDUM: Insurance Requirements and Transmittal Form

    2011 CONSULTANT CONTRACT INSURANCE REQUIREMENTS TRANSMITTAL FORMFOR CITY USE ONLY: COMPLETE ALL YELLOWFIELDS

    Contract: Engineering Services for the Broadview Drainage & Sewer Improvements ProjectContract Manager: Department: SPU Telephone:

    INSURANCE REPRESENTATIVE ATTACH THIS FORM TO INSURANCE CERTIFICATION SUBMITTED TOTHE CITY

    yCOMPLETE THESE FIELDS SO THAT WE MAY CONTACT YOU IFNECESSARY.

    NAME: POSITION:

    NAME OF COMPANY

    EMAIL: TELEPHONE: FAX:

    y SEND ORIGINAL CERTIFICATION WITH COPY OF CGL ADDITIONAL INSURED ENDORSEMENT OR BLANKET

    ADDITIONAL INSURED POLICY WORDINGTO: THE CITY OF SEATTLEATTN: (IF BLANK, RISK MANAGER)

    P.O. BOX (IF BLANK, P.O. BOX 94669)

    SEATTLE, WA 98124- (IF BLANK, -4669)

    ySEND COPY OF CERTIFICATION INCLUDING COPY OF ADDITIONAL INSURED PROVISION BY FAX TO (206)470-1279 OR AS AN EMAIL ATTACHMENT IN ADOBE PDF FORMAT TO [email protected]

    .

    The Consultant shall maintain continuously throughout the term of this Agreement, at no expense to the City, the

    following insurance coverage and limits of liability as checked below:

    A. STANDARD INSURANCE REQUIRED:

    7 Commercial General Liability(CGL) or equivalent insurance including coverage for:

    Premises/Operations, Products/Completed Operations, Personal/Advertising Injury

    Contractual and Stop Gap/Employers Liability (coverage may be provided under a separate policy).

    Minimum limit of liability shall be $ 1,000,000 each occurrence Combined Single Limit bodily injury and

    property damage (CSL) except: $ 1,000,000 each offense Personal/Advertising Injury

    $ 1,000,000 each accident/disease Stop Gap/Employers Liability.

    7 Automobile Liability insurance for owned, non-owned, leased or hired vehicles, as applicable. Theminimum limit shall be $1,000,000 CSL. MSC-90 and CA 99 48 endorsements.

    7 Worker's Compensation insurance for Washington State as required by Title 51 RCW Industrial Insurance.

    B. ADDITIONAL COVERAGES AND/OR INCREASEDLIMITS:

    Federal Maritime insurance U.S.L.&H. minimum limit$1,000,000. Jones Act minimum limit

    $1,000,000.

    Professional Liability (E&O/Technical E&O)insurance appropriate to the consultants profession. The

    minimum limit shall be $1,000,000 or $ each claim.

    Umbrella or Excess Liability follow form insurance over primary CGL and Automobile Liability insurance

    limits, if necessary, to provide total minimum limits of liability of $2,000,000 $ eachoccurrence combined single limit bodily injury and property damage. These required total minimum

    limits of liability may be satisfied with primary limits or any combination of primary and umbrella/excess

    limits.

    Contractors Pollution Liability insurance with minimum limits of liability of $1,000,000 $each claim.

    insurance with minimum limits of $1,000,000 $ .

  • 8/6/2019 c11-026 Rfp Final

    28/28

    ONLY PARAGRAPH I. OF THE FOLLOWING CONDITIONS APPLIES TO WASHINGTON STATE TITLE 51 INDUSTRIAL

    INSURANCE (WORKERS COMPENSATION):

    C. CITY AS ADDITIONAL INSURED;PRODUCTS-COMPLETEDOPERATIONS: As respects CGL and Automobile Liability

    insurance, and Contractors Pollution Liability insurance if required, the City of Seattle shall be included as an

    additional insured subject to a standard "Separation of Insureds" clause. As respects CGL and (if required)

    Contractors Pollution Liability insurance, additional insured status for the City:

    1. Must be established either by an appropriate additional insured endorsement issued and attached to the

    policy or by appropriate blanket additional insured policy wording, and

    2. Shall be primary and non-contributory with any insurance or self-insurance coverage maintained by the City.

    D. NOLIMITATIONOFLIABILITY: The limits of liability specified herein are minimum limits of liability only and,

    except for the policy limits, shall not be construed to limit the liability of the Consultant or any of the Consultants

    insurers. The City shall be an additional insured as required in paragraph C. above as respects the total limits of

    liability maintained, whether such limits are primary, excess, contingent or otherwise.

    E. SUBSTITUTION OF SUBCONSULTANTS INSURANCE: If portions of the scope of work are subcontracted, the

    subconsultant or subcontractor may provide the evidence of insurance for the subcontracted body of work

    provided all the requirements specified herein are satisfied.

    F. NOTICE OF CANCELLATION: Coverages shall not be canceled without at least thirty (30) days written notice to the

    City, except ten (10) days notice for non-payment of premium.

    G. CLAIMS MADE FORM: If any insurance policy is issued on a claims made basis, the retroactive date shall beprior to or coincident with the effective date of this Agreement. The Consultant shall either maintain claims

    made forms coverage for a minimum of three years following the expiration or earlier termination of this

    Agreement, providing the City with a Renewal Certificate of Insurance annually; purchase an extended reporting

    period ("tail") for the same period; or execute another form of guarantee acceptable to the City to assure the

    Consultants financial responsibility for liability for services performed.

    H. INSURERS A.M. BESTS RATING: Each insurance policy shall be issued by an insurer rated A-: VII or higher in the

    A.M. Best's Key Rating Guide, unless a surplus lines placement by an licensed Washington State surplus lines

    broker, or as may otherwise be approved by the City.

    I. SELF-INSURANCE: The City acknowledges that the Consultant may employ self-insured and/or alternative risk

    financing and/or capital market risk financing programs for some or all of its coverages. The term insurance

    wherever used herein shall include any such self-insured and/or alternative risk financing and/or capital marketrisk financing programs. The Consultant shall be liable for any self-insured retention or deductible portion of any

    claim for which insurance is required.

    J. EVIDENCE OF INSURANCE (NOT APPLICABLE TOWASHINGTON STATE WORKERS COMPENSATION): The

    Consultant or its authorized representative shall deliver in the manner described an Acord Certificate and

    Additional Insured Endorsement or Blanket Policy Wordingthat complies with coverages, limits and conditions as

    required herein. (NOTE:ACopy of the actual additional insured endorsement or blanket additional insured policy

    wording to the CGL policy MUST BE ATTACHED TO THE CERTIFICATE to verify additional insured status.)

    CGL INSURANCE WILLNOT BE APPROVEDWITHOUT

    ADDITIONAL INSURED ENDORSEMENT

    OR

    BLANKET ADDITIONAL INSUREDWORDING

    ATTACHED TO THE CERTIFICATE!