design services for b, d, and h building renovation is a public contracting assistance program...

29
Request for Proposal Design Services for B, D, and H Building Renovation RFP No. E00397E15 January 2016

Upload: others

Post on 05-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

Request for Proposal

Design Services for B, D, and H Building Renovation

RFP No. E00397E15

January 2016

Page 2: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

Table of Contents

TABLE OF CONTENTS

ADVERTISEMENT ............................................................................................................ i I. INTRODUCTION ............................................................................................................... 1 II. PROCUREMENT PROCESS ............................................................................................ 3 III. SELECTION PROCESS.................................................................................................... 4 IV. EVALUATION CRITERIA AND SUBMITTAL INFORMATION .......................................... 4 V. NEGOTIATION PROCESS ............................................................................................... 9 VI. CONTRACT TERMS AND CONDITIONS ......................................................................... 9 VII. PROTESTS AND APPEALS ............................................................................................. 10 ATTACHMENT 1 - SCOPE OF WORK ATTACHMENT 2 - STATEMENT OF QUALIFICATIONS CERTIFICATION ATTACHMENT 3 - PROJECT APPROACH CHART ATTACHMENT 4 - FORMS

Page 3: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page i of ii Advertisement

KING COUNTY REQUEST FOR PROPOSALS ADVERTISEMENT

King County is requesting Proposals from qualified firms interested in providing engineering and design related services for the renovation of three buildings for the King County Roads Services Division. Work will be focused on developing energy efficiency alternatives and designing to achieve LEED certification.

The Request for Proposals, all addenda and current document holder’s list are available at http://www.kingcounty.gov/procurement. The County will not mail, ship or fax RFPs and addenda.

Interested firms must register with the County at time of download and ensure that a valid contact email address is given. Notification of addenda will be sent to the registered email address. Failure to register will result in the Proposer not being notified of any addenda, which may result in rejection of the proposal.

The estimated price of Phase I of this contract is $400,000 to $500,000. The total estimated price of all remaining phases is $1,500,000 to $2,000,000. The period of performance for Phase I is estimated to be five (5) months. The period of performance of all remaining phases is estimated to be two (2) years. Contract Title: Design Services for B, D, and H Building Renovation Number: E00397E15

Proposals due: February 19, 2016 Time: 12:00 p.m. Pre-proposal Meeting: February 4, 2016 Time: 11:30 a.m. Location: 155 Monroe Avenue NE, Renton, WA 98056, C Building large

conference room SUMMARY OF WORK: This work is to provide all necessary engineering and design related services to renovate buildings “B”, “D”, and “H” at the King County Roads Services Division Renton Maintenance Facility located at 155 Monroe Avenue NE. The Consultant shall incorporate green building principles, practices, and materials into the design per King County’s Green Building Ordinance (Ordinance 16147) in pursuit of LEED gold certification.

SUBCONSULTANT OPPORTUNITIES: Provided for informational purposes only, following are subconsulting opportunities that may be available on this Contract: structural/architectural engineering, mechanical engineering, electrical engineering, environmental engineering.

SCS UTILIZATION REQUIREMENTS: The Consultant shall ensure that at least 14% of the Contract Price for all Work, as amended, shall be performed by King County Certified SCS Firms over the life of the Contract. Evaluation points for meeting and/or exceeding the SCS utilization requirements will be provided to each proposer responding to this requirement. King County will not evaluate the proposal and will not execute a contract with a Proposer who does not commit to meet at least the SCS utilization requirement as stated above.

QUESTIONS: Questions concerning this solicitation should be directed to Tina Davis, Contract Specialist via email at [email protected] or via telephone at 206-263-2939, TTY Relay: 711. The Proposer may be requested to submit the question in writing. No verbal answers by County personnel will be binding on the County.

Page 4: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page ii of ii Advertisement

This information is available in alternate formats for individuals with disabilities upon advance request by calling 206-263-9400, TTY Relay: 711.

Page 5: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 1 of 11 RFP STANDARD Rev 10/30/2015

REQUEST FOR PROPOSALS Design Services for B, D, and H Building Renovation

RFP NO. E00397E15

I. INTRODUCTION A. This Request for Proposals (“RFP”) contains the information necessary to understand

the consultant selection process and identifies the documentation a Proposer must submit to be considered for this procurement. By submitting a proposal, the Consultant represents that it has carefully read the terms and conditions of this RFP, and all attachments and addenda, and agrees to be bound by them.

B. The Scope of Work, with project background information, is in Attachment 1.

C. Proposers shall submit the Proposal to King County no later than the time and date set forth in the Advertisement. The Proposal shall be sent to:

Tina Davis, Contract Specialist King County Finance and Business Operations Division Procurement & Payables Section (M/S CNK-ES-0340) 401 Fifth Avenue, 3rd Floor Seattle, Washington 98104

D. Anticipated Procurement Schedule

01/25/16 Public Announcement for RFP 02/04/16 Pre-proposal Meeting (11:30 a.m.- 155 Monroe Ave NE, Renton,

WA 98056, Building C, large conference room) 02/19/16 Proposals Due (12:00 p.m.) 03/09/16 Interview, if necessary 03/11/16 Notice of Selection issued 05/05/16 Notice to Proceed

E. Contracting Opportunities Program. The King County Contracting Opportunities Program is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The Consultant shall ensure that at least 14% of the Contract Price for all Work, as amended, shall be performed by King County Certified SCS Firms over the life of the Contract (SCS Utilization Requirement). Evaluation points for meeting and/or exceeding the SCS Utilization Requirements will be provided to each Proposer responding to this requirement. King County will not evaluate the proposal and will not execute a contract with a Proposer who does not commit to meet at least the SCS utilization requirement as stated above.

F. Contract Price & Period of Performance. The estimated price of Phase I of this contract is $400,000 to $500,000. The total estimated price of all remaining phases is $1,500,000 to $2,000,000. The period of performance for Phase I is estimated to be five (5) months. The period of performance of all remaining phases is estimated to be two (2) years.

G. Organizational Conflicts of Interest. An organizational conflict of interest is a situation where because of activities, relationships, or contracts, a consultant may possess an unfair competitive advantage. If an organizational conflict of interest exists, the County

Page 6: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 2 of 11 RFP STANDARD Rev 10/30/2015

may prohibit consultants, subconsultants, and/or personnel from participating in this procurement/project.

H. Ex Parte Communications. Proposers are expected to conduct themselves with professional integrity and to refrain from lobbying activities. During the procurement process, commencing with the issuance of the RFP and continuing until the award of a Contract for the project (or cancellation of the procurement) no employee, member, agent, vendor, advisor or consultant of any Proposer shall have ex-parte communications, directly or indirectly, regarding this procurement with any representative or elected official of the County involved in this procurement, except for communications permitted by this RFP. Any verified allegation that a Proposer or team member has engaged in such prohibited communications or attempted to unduly influence the selection process may cause the County to disqualify a Proposer or a member of a Proposer’s team from participating in this process, all at the sole discretion of the County.

I. Commitment of Firms and Key Personnel. The County expects all firms and key personnel proposed will be available to provide services for this contract. When a member of the Proposer’s team is no longer participating in the proposal, a Proposer must notify the Contract Specialist in writing and provide a detailed explanation and proposed remedy for the lack of availability. The County shall thereafter make a determination as to whether that Proposer may continue to compete in the selection process. Any substitution request considered by the County may require a rescoring and/or re-ranking of the proposal. The County will only consider substitutions based on circumstances beyond the Proposer’s control.

J. Equal Benefits. In accordance with King County Ordinance 14823, as a condition of award of a contract valued at $25,000 or more, the Consultant agrees that it shall not discriminate in the provision of employee benefits between employees with spouses and employees with domestic partners during the performance of this Contract. Absent authorization for delayed or alternative compliance as referenced below, failure to comply with this provision shall be considered a material breach of this Contract, and may subject the Consultant to administrative sanctions and remedies for breach.

1. When the contract is valued at $25,000 or more, by signing the Contract the Consultant is indicating compliance with this requirement or with the terms of an authorization for delayed or alternate compliance.

2. Delayed Compliance: If a Consultant is seeking authorization from King County Procurement and Payables Section to delay implementation of equal benefits due to a Collective Bargaining Agreement*, Open Enrollment* or internal Administrative* steps, an Equal Benefits Substantial Compliance Authorization Form must be submitted prior to Contract execution. The Substantial Compliance Authorization Form can be found at: http://www.kingcounty.gov/operations/procurement/Forms/Equal_Benefits.aspx

3. Alternative Compliance: If a Consultant is seeking authorization from King County Procurement and Payables Section for alternative compliance with the requirements of the equal benefits ordinance, the Consultant must complete and return an Equal Benefits Substantial Compliance Authorization Form to King County. The Substantial Compliance Authorization Form can be found at: http://www.kingcounty.gov/operations/procurement/Forms/Equal_Benefits.aspx

Page 7: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 3 of 11 RFP STANDARD Rev 10/30/2015

II. PROCUREMENT PROCESS A. General Information

1. King County will evaluate the Proposals in accordance with the provisions set forth herein.

2. King County reserves the right to reject any and all Proposals.

3. All costs incurred in the preparation of a Proposal and participation in this RFP and negotiation process shall be borne by the proposing firms.

4. Proposals shall become property of County and considered public documents under applicable Washington State laws. All documentation provided to the County may be subject to disclosure in accordance with Washington State public disclosure laws.

B. Clarification of RFP Documents and Addenda. Requests for information or clarifications should be submitted in writing to the Contract Specialist identified above at least four (4) days before the RFP closing. All changes to the RFP shall be documented in an addendum. Do not rely on any verbal information or direction.

C. Proposal Format

1. The Proposer shall submit one (1) original unbound Proposal, four (4) bound copies, and one (1) electronic copy in PDF format (USB flash drive or CD) of the Proposal. The Proposal delivery package must clearly identify the RFP Number.

2. The Proposal shall comply with the following format requirements:

a. Proposals should be concise, legible, and provide all the information requested.

b. Proposal shall be limited to a maximum of nine (9) pages. All pages that exceed the specified page limit will be removed prior to evaluation.

(1) Proposal shall be prepared on 8 1/2” by 11” paper. A “page” shall be defined as one single-sided piece of paper that has written text or graphics. The PAC chart shall be on 11” by 17” paper.

(2) No written text or graphics shall be incorporated on dividers used to organize the proposal, except the label on the tab.

(3) Indexes or tables of content shall be included in the page limit.

(4) The following parts of the Proposal are not included in the page limit: (1) Front and back cover of the Proposal; (2) Transmittal Letter; (3) Resumes; (4) Statement of Qualification Certification form (Attachment 2); and (5) Sample documents requested in Section IV.E, Communication.

c. Front cover shall use the “Request for Proposal (RFP)” cover sheet at http://www.kingcounty.gov/operations/procurement/Forms/Consultants.aspx. Plain white cover stock shall be used. Back cover shall be entirely blank and use plain white cover stock. Covers that do not comply with these requirements will be removed.

d. Each resume shall not exceed two (2) pages. All pages of a resume that exceed the specified page limit will be removed prior to evaluation.

e. The County may waive minor informalities and irregularities in the format of a Proposal.

Page 8: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 4 of 11 RFP STANDARD Rev 10/30/2015

D. Submittal Requirements

1. Proposal Transmittal Letter. The Proposal Transmittal Letter is not subject to evaluation. It shall contain the following information:

(1) RFP Title and Number;

(2) Proposer’s name, mailing address, contact person, email address, and telephone numbers; and

(3) Complete list of proposed subconsultants, if any, with each firm’s mailing address, contact person, email address, and telephone number.

(4) A brief introduction of your team.

2. Statement of Qualifications Certification. An authorized representative of the Proposer shall use and sign the Certification found in Attachment 2. All other formats will be rejected and the Proposer will be considered non-responsive, and the proposal will not be evaluated by the County. The Certification is not included in the page limit.

3. Response to Evaluation Criteria. Address the evaluation criteria and provide all information identified in Section IV below (“Evaluation Criteria and Submittal Information”).

4. Attachment 4 Forms. If there are forms identified in Attachment 4, complete and return those forms with the Proposal.

III. SELECTION PROCESS A. All Proposals will be evaluated in accordance with the criteria established below.

1. A total of 1,000 points (excluding a potential interview) has been assigned to the Evaluation Criteria; maximum points follow each criterion listed.

2. Evaluators will use the points to score each proposal.

B. At the County’s option, interviews may be held.

1. Interviews will have a maximum of 1,000 points.

2. The County may choose to use different criteria for the interview.

3. Failure of a Proposer or any proposed team member to participate in the interview process shall result in the Proposer’s disqualification from further consideration.

C. A Consultant Selection Panel (“CSP”) will evaluate and score each proposal submitted. If it is determined that a competitive range exists, firms within the competitive range will be interviewed. If it is determined that there is no competitive range, a final ranking will be determined. If interviews are conducted, combined proposal and interview scores will be used to determine the final ranking.

D. The final selection, if any, will be that Proposer (the top-ranked firm) which in the opinion of the County best meets the requirements set forth in this RFP and is determined to be the most highly qualified.

IV. EVALUATION CRITERIA AND SUBMITTAL INFORMATION A. Prime Consultant Qualifications - 200 points

Page 9: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 5 of 11 RFP STANDARD Rev 10/30/2015

1. The County will evaluate the Prime Consultant (Prime) with regard to the firm’s demonstrated experience managing and performing projects similar to those activities identified within the Scope of Work, Attachment 1 to the RFP. No preference will be given for previous King County projects. The County will evaluate the following factors:

a. Experience coordinating multiple disciplines and providing design services on LEED certified renovation projects in the public sector that consistently exceed minimum code requirements.

b. Experience preparing alternatives analysis, cost estimates, and Life Cycle Cost Analysis (LCCA).

c. Experience managing work involving sustainable design, analysis, and preparing successful LEED documentation.

2. Submittal Information a. Narrative. Provide a concise narrative of your experience with the elements

enumerated above.

b. Project Examples. Submit three (3) project examples performed by the Prime that demonstrate your experience with the elements enumerated above. Project information shall include description of the work the firm is responsible for on the project; firm staff who worked on the project; start and end date of work performed by firm; total price of work performed by firm; owner contact information; and level of LEED certification obtained. Provide projects that are most relevant to the Scope of Work. Do not submit any information related to previous work on this Project.

B. Firms’ Qualifications - 200 points 1. The County will evaluate the firm’s demonstrated experience with activities similar to

those to be performed on this Contract, including the Prime if the Prime will be performing those activities.

a. Mechanical Engineering planning, analysis, and design services for the renovation of public buildings. Work may include HVAC systems, improving mechanical systems efficiency, plumbing and sprinkler systems and sustainable green building designs, life cycle cost analysis, energy savings, LEED certification and building commissioning, or similar.

b. Structural Engineering planning, analysis, and design services for the renovation of public buildings. Work may include roofing systems and repairs, building structures, architectural design and small building modifications and additions, or similar.

c. Electrical Engineering planning, analysis, and design services for the renovation of public buildings. Work may include alarm systems, solar power systems, electrical wiring systems for lights, generators and security systems and sustainable green building designs, life cycle cost analysis, energy savings, LEED certification and building commissioning, or similar.

2. Submittal Information a. For each discipline of work listed above, provide the following:

(1) Identify the firms performing the work.

Page 10: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 6 of 11 RFP STANDARD Rev 10/30/2015

(2) Narrative. Provide a concise narrative of the experience of that firm in that work discipline.

(3) Project Examples. Submit three (3) recent projects performed by the identified firm proposed for the work. Project information shall include description of the work the firm is responsible for on the project; firm staff who worked on the project; start and end date of work performed by firm; level of LEED certification achieved, and total price of work performed by firm.

(4) Do not submit any information related to previous work on this Project.

C. Key Personnel Qualifications - 200 points

1. Key Personnel Positions a. Project Manager. The Project Manager (PM) should demonstrate strong

management skills and successful past experience managing contracts, including managing and maintaining overall design, task and sub consultant budgets; reporting on budget and schedule; ensuring timely and accurate invoicing; ensuring high quality timely work products; providing timely notice and documentation of changes; managing and coordinating numerous sub consultants; communicating and coordinating project activities; and being the primary point of contact and communication. The Project Manager shall be licensed in the State of Washington as an Architect or Professional Engineer or Structural Engineer. It is highly desirable that the PM be a Project Management Professional (PMP) certified by the Project Management Institute (PMI) (include certification number on resume), or that the PM can demonstrate commensurate project management experience and skills, and have demonstrated experience on projects where LEED certification was obtained.

b. Lead Structural Engineer. The County will evaluate the Lead Structural Engineer’s experience and expertise with structural design for rehabilitation of public buildings including offices, maintenance shops, material testing laboratories, and storage rooms. The proposed Lead Structural Engineer shall be licensed in the State of Washington as a Structural Engineer. This individual should have experience performing in a similar capacity on at least three (3) projects where LEED certification was obtained.

c. Lead Electrical Engineer. The County will evaluate the Lead Electrical Engineer’s experience and expertise designing fire alarm systems, solar power systems, electrical wiring systems for lights, generators, security devices, and control systems that exceed minimum code requirements. The proposed Lead Electrical Engineer shall be licensed in the State of Washington as an Electrical Engineer. It is desirable that the Lead Electrical Engineer be certified as a LEED Accredited Professional from the Green Building Certification Institute.

d. Lead Mechanical Engineer. The County will evaluate the Lead Mechanical Engineer’s previous experience preparing HVAC and mechanical designs that exceed minimum code requirements in renovation projects for public owners. This individual should also demonstrate experience in design of facilities for reduction in water use such as rain water harvesting and reuse. The proposed Lead Mechanical Engineer shall be licensed in the State of Washington as a Mechanical Engineer. It is desirable that the Lead Mechanical Engineer be certified as a LEED Accredited Professional from the Green Building Certification Institute.

Page 11: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 7 of 11 RFP STANDARD Rev 10/30/2015

e. LEED Accredited Professional. The County will evaluate the LEED Accredited Professional for demonstrated ability to achieve LEED Gold certification for existing buildings, supporting the design team to find unique opportunities to conserve energy, recycle waste, and obtain innovative design points. This person should also have experience helping the contractor meet design requirements and assuring correct submittal of construction records to the USGBC to maximize LEED points. The proposed LEED AP should be able to lead meetings on design innovation helping the design team to negotiate between disciplines to maximize LEED points and meet the green building goals.

2. Submittal Information a. Provide a resume for each Key Personnel position listed above, a total of five (5)

resumes shall be placed in one section, by position as listed above. If an individual will be serving in more than one Key Personnel position, provide a separate resume for each position.

b. Resumes for Key Personnel shall not include any project examples or other information that mentions any prior work related to this Scope of Work or advertised project.

c. Resumes shall include the following information:

(1) Name of person & title

(2) Current firm name

(3) Key Personnel position on this project team

(4) Employment history

(5) Education (institution, degree(s) earned, & year)

(6) Professional registrations and licenses (type/state/year)

(7) Relevant project experience, including:

(a) Name, Owner, location, and date of the project;

(b) Brief description of individual’s role on the project and how it relates to the work to be performed.

D. Project Approach - 100 points 1. The County will evaluate the Proposer’s proposed approach to performing the Scope

of Work as follows:

a. Team Organizational Structure. The County will evaluate the structure of the team for its effectiveness in implementing the Scope of Work.

(1) Submittal. Provide a project organization chart, including but not limited to Prime Consultant, all Key Personnel, and Sub consultants, showing the organizational structure of the project team and identifying each team member by name, firm, and project role and responsibility.

(2) Submittal. Provide a narrative explaining why your team is organized as proposed and why the structure benefits the project.

b. Approach to Work. The County will evaluate the Proposer’s narrative describing their approach to completing the Scope of Work as identified in the RFP, including the project elements the Proposer believes will constitute the greatest

Page 12: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 8 of 11 RFP STANDARD Rev 10/30/2015

challenges to successful project completion, and describes how the Proposer will successfully address those challenges.

c. Project Approach Chart. The County will use the Project Approach Chart to evaluate the Proposer’s understanding of the Scope of Work within the RFP, appropriate allocation and commitment of key personnel to specified tasks, and appropriate use of subconsultants, including utilization of SCS firms.

(1) Submittal. Complete the Project Approach Chart (PAC) in Attachment 3, based on the Scope of Work established in the RFP. Do not add other tasks or task levels or other personnel positions to the PAC. Proposers should download and use the electronic version of the PAC to generate the hard copy. The PAC is available at http://www.kingcounty.gov/procurement

(a) The PAC should identify the percentage of time allocated for each task and total 100%.

(b) The PAC should also identify the percentage of time each firm will spend on each task, totaling to 100% per task. If a firm is not going to be assigned to a task, indicate with a “0%”.

(c) Identify the following personnel by name, title and the number of hours that person will be assigned on each task: Project Manager, Lead Structural Engineer, Lead Electrical Engineer, Lead Mechanical Engineer, LEED Accredited Professional. If a person is not assigned to a particular task, indicate the non-assignment with a “0”.

E. Communication - 100 points 1. The County will evaluate the team’s demonstrated ability to communicate effectively

including the quality of this proposal, and in a variety of settings: in presentations to a variety of audiences, and in the preparation of technical analyses and documentation, including the Proposal.

1. Submittal Information

a. Sample Documents. Provide four (4) pages of sample documents that demonstrate the team’s ability to provide technical analysis and documentation and to provide effective written and visual communication for a variety of audiences. Sample documents should relate to projects that are similar in scope and complexity to this Project. AND/OR Identify specific types of documents. The County will remove any pages that exceed the limit.

b. Consultant’s proposal.

F. Approach to Quality Assurance and Quality Control (QA/QC) - 100 points 1. The County will evaluate the Proposer’s approach to QA/QC with respect to this

Contract. The County will evaluate the following elements:

a. Development and implementation of procedures by the Proposer to ensure that quality is an integral consideration in the completion of each task.

b. Independent verification of workmanship and quality control procedures.

c. Adequate resources dedicated exclusively to the QA/QC program implementation.

d. Inspection of work in progress rather than at completion of work components.

Page 13: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 9 of 11 RFP STANDARD Rev 10/30/2015

e. Communication with the County and its representatives regarding quality issues and project changes.

2. Submittal. Provide a detailed narrative which describes the Proposer’s QA/QC program for the project and an explanation as to how the Proposer will fulfill the elements set forth above.

G. SCS Utilization Requirements - 100 points 1. The County will evaluate the SCS Utilization Requirement as follows:

a. Only Proposers who commit to meet at least the SCS Utilization Requirement of 14% of the Contract Price for all Work, as amended, will receive fifty percent (50%) or one-half of the total points possible for this criterion. If a Proposer commits to a utilization percentage in excess of the SCS Utilization Requirement, additional points will be allotted to the Proposer as follows:

(1) For each percentage point in excess of the SCS Utilization Requirement committed to by the Proposer, the Proposer will receive an additional twenty percent (20%) or one-fifth of the remaining points up to a maximum of the total remaining points, as shown below.

2. Submittal Information

a. The Proposer shall indicate the percentage of the Proposer’s level of SCS commitment for this contract in Attachment 2 – Statement of Qualifications Certification.

b. King County will not evaluate the proposal and will not execute a contract with a Proposer who does not commit to meet at least the SCS utilization requirement as stated above.

V. NEGOTIATION PROCESS A. After the selection of the top-ranked firm, the County will enter into negotiations with that

firm to finalize the scope of work, the schedule and Total Price. If the County is unsuccessful in negotiating these matters with the selected firm, the County reserves the option to terminate negotiations and proceed with the next-highest ranked firm.

B. All necessary information and forms for the negotiation process shall be provided to the Consultant by the Contract Specialist after the Notice of Selection has been issued. Such information shall include but not be limited to: Consultant Disclosure Form, W-9 Request for Taxpayer Identification Number (King County Substitute W-9), Pre-Award Financial Data Requirements, Level of Effort template, Scope of Work, and Negotiation Schedule.

VI. CONTRACT TERMS AND CONDITIONS A. The County’s Agreement for this project, including Compensation, Insurance, and Non-

discrimination and Equal Employment Opportunity requirements, is posted online with the RFP at https://procurement.kingcounty.gov/procurement_ovr/default.aspx.

SCS % Commitment =14% 15% 16% 17% 18% 19%

Evaluation Points 50 60 70 80 90 100

Page 14: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 10 of 11 RFP STANDARD Rev 10/30/2015

1. The Consultant acknowledges and agrees that it has carefully read the Agreement for this project and agrees to be bound by them.

2. The County will not negotiate changes to the Agreement for this project.

B. Ethics Disclosure. The selected Consultant agrees to the conditions of King County Code 3.04.120 and shall submit a Consultant Disclosure form prior to execution of the Contract. This form is required only from the Proposer selected as the Consultant.

C. Maximum Labor Rate and Escalation Rate. The County’s current maximum labor rate is $71.74. The maximum labor rate that will apply to this contract is the rate in effect at the time of contract execution. The County’s current escalation rate is 1.7%. The escalation rate that will apply to this contract is the rate in effect at the time of contract execution.

VII. PROTESTS AND APPEALS A. Form of Protest: In order to be considered, a Protest shall be in writing, addressed to the

Chief Procurement Officer of the King County Procurement & Payables Section of the Department of Executive Services (“CPO”). A copy of the Protest shall be provided to the Contract Specialist identified in paragraph I.C. The protest shall include the following:

1. The name, address, and phone number of the Proposer protesting, or the authorized representative of the Proposer;

2. The Solicitation Number and Title under which the Protest is submitted;

3. A detailed description of the specific grounds for Protest and any supporting documentation. It is the responsibility of the Protesting Proposer to supplement its Protest with any subsequently discovered documents prior to the CPO’s decision; and

4. The specific ruling or relief requested.

B. Who May Protest.

1. Protests pertaining to the RFP documents prior to Proposal Due Date: Any prospective Proposer.

2. Protests following Proposal Due Date: Any Proposer who submitted a Proposal to the County.

C. Time to Protest.

1. Protests Prior to Proposal Due Date: Protests pertaining to the RFP documents must be received by the County no later than ten (10) calendar days prior to the date established for submittal of Proposals; provided however, if the tenth calendar day is a weekend or County holiday, the Protest must be received by noon the following business day.

2. Protests Following Proposal Due Date: The County must receive protests based on all other circumstances within five (5) calendar days after the protesting Proposer knows or should have known of the facts and circumstances upon which the Protest is based; provided however, if the fifth calendar day is a weekend or County holiday, the Protest must be received by noon the following business day.

3. In no event shall a Protest be considered if all proposals are rejected or after execution of the Contract.

Page 15: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 11 of 11 RFP STANDARD Rev 10/30/2015

D. Determination of Protest. Upon receipt of a timely written Protest, the CPO shall investigate the Protest and shall respond in writing to the Protest prior to Contract Execution. Except as provided below, the decision of the CPO shall be final.

E. Reconsideration of CPO's Decision. The Protester may request that a CPO's decision be reviewed by the Finance and Business Operations Division Director of the King County Department of Executive Services (“Finance Director”) on a reconsideration basis only. The only justifications for reconsideration are (1) new data, relevant to the underlying grounds for the Protest and unavailable at the time of the Protest to the CPO; or (2) the CPO made an error of law or regulation. The following procedures shall be followed for a reconsideration of the CPO's decision:

1. Form of Request for Reconsideration. In order to be considered, a Request for Reconsideration must be filed with the Finance Director in writing, with copies provided to the CPO and Contract Specialist, and include:

2. Name, address, and telephone number of the person protesting or their authorized representative;

3. A copy of the original Protest, including supporting documents;

4. A copy of the written decision of the CPO; and

5. Include all pertinent facts and law on which the Protester is relying.

6. Time for filing Request for Reconsideration. The Protester seeking Reconsideration must file its Request no later than two (2) business days after receiving the CPO's written decision.

7. Review of CPO's Decision. Upon receipt of a Request for Reconsideration, the Finance Director or his/her designee shall review all information submitted with the Request and issue a final written determination.

8. Contract Execution. If a timely Request for Reconsideration is filed, the County will not execute a contract any sooner than two (2) business days after issuance of the final determination regarding the Request for Reconsideration.

F. Failure To Comply. Failure to comply with the procedures set forth herein may render a Protest or Request for Reconsideration untimely or inadequate and may result in the denial of the Protest or Request for Reconsideration by the County.

G. Exhaustion of Administrative Remedies. As a mandatory condition precedent to initiating a lawsuit against the County, a Protester shall comply with the Protest and Reconsideration Procedures defined herein.

H. Venue. By submitting a proposal in response to the Request for Proposal and for the convenience of the parties, the Proposer/Protester acknowledges and agrees that a lawsuit or action related to or arising out of this procurement shall be brought in the Superior Court of King County, Washington.

Page 16: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Attachment 1

ATTACHMENT 1 - SCOPE OF WORK

Page 17: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 1 of 9 Scope of Work Attachment 1

ATTACHMENT 1 Scope of Work

Design Services for B, D, and H Building Renovation

INTRODUCTION This work is to provide all necessary engineering and design related services to renovate buildings “B”, “D”, and “H” at the King County Road Services Division Renton Maintenance Facility located at 155 Monroe Avenue NE. Buildings B and H were built in 1977 and Building D was built in 1996. Building “B” is approximately 16,800 square feet and houses several offices and shops as well as a large storeroom. Building “D” is used for office space and for materials testing laboratories and is approximately 8,700 square feet. Building “H” is approximately 4,800 square feet and contains a records storage area, a large storeroom, and several offices. The preliminary estimate for the construction cost of this building improvement project is $4.3 million. The Consultant shall incorporate green building principles, practices, and materials into the design per King County’s Green Building Ordinance (Ordinance 16147) in pursuit of LEED gold certification. The Consultant shall provide all labor and services necessary to complete the scope of work, including all supplies, equipment, software, incidentals, and materials.

The work is anticipated to be phased as follows:

Phase I: Preliminary Design Phase II: Final Design Phase III: Services During Construction

The initial contract will be for Phase I Preliminary Design work only. The County reserves the right to add Phases II and III by contract amendment. The County also reserves the right to procure the services of another consultant to perform the Phase II Final Design and Phase III Services During Construction.

The scope of work listed in this RFP is not intended to be comprehensive and is intended to be modified and expanded during negotiation of the initial contract or amendments at each subsequent phase. The detailed scope of work for all phases is contingent on the results of Phase I.

Phase I – Preliminary Design - Develop energy efficiency and LEED Existing Building alternatives for this building maintenance project. This phase will be predominantly for evaluating energy conservation alternatives through Life Cycle Cost Analysis (LCCA) and Leadership in Energy and Environmental Design planning for the Existing Building (LEED EB). It will also include construction cost estimates for the recommended alternatives and other tasks as defined in the scope of work. This phase is expected to last approximately five months and is anticipated to start May 2016. Meet with County staff in each building to understand their operational needs and determine what changes in building layout and equipment are needed to enhance their operational needs. The consultant shall anticipate six (6) meetings, two (2) for each building. The consultant shall prepare a report summarizing the results of the meetings and provide recommendations to improve operational efficiencies identified. Phase II – Final Design - Project design based on the work in Phase I. This phase is anticipated to last about 12 months and is anticipated to start October 2016 and will include

Page 18: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 2 of 9 Scope of Work Attachment 1

preparation of plans and specifications of 30%, 60%, and 100% for bidding, and other tasks defined in the scope of work. Phase III – Services During Construction - This phase is anticipated to last about 12 months and is anticipated to start March of 2018. This work will include shop drawing review, response to requests for information, and other tasks defined in the scope of work.

PHASE I – PRELIMINARY DESIGN

Task 100 – Project Management and Coordination The Consultant shall organize, manage, and coordinate the disciplines required to accomplish the work. The Consultant will be expected to coordinate its work with efforts performed by County staff and others as necessary. The Consultant shall provide project management and contract administration services to facilitate efficient progress on and completion of the work. Project Management and Coordination services shall include, but not be limited to:

• Preparation of a project schedule for submittal to King County. This schedule shall be updated monthly (assume 12) as needed.

• Notifying King County staff and seeking approval in advance when changes to the scope, schedule, or budget are needed to improve quality by modifying the technical approach.

• Submitting monthly progress reports (assume 12), including a status update with comparison of planned vs. actual schedules, description of work accomplished and percent complete by task and by budget.

• Quality Assurance/Quality Control including a brief quality control and quality assurance plan documenting measures the Consultant will implement to assure that the deliverables are on-time, technically sound and meet professional industry standards, and to ensure effective and accurate analyses and development of recommendations, including demonstration of effective integration of multiple disciplines.

• Project team management and coordination including effective integration of the various technical disciplines contributing to the work.

• Project meeting organization, facilitation and documentation including meeting agendas and minutes with revisions as required. Management of all aspects of hardcopy and electronic files. Team meetings with King County shall be held on a regular interval during the project, and as needed to discuss and review work products. This task includes a kickoff meeting, which shall be convened within 20 days of Notice to Proceed with King County staff, and appropriate consulting staff.

Subtask 100.1 Project Management Plan

The Consultant shall submit a draft Project Management Plan (PMP) to the County’s Project Representative for review. The draft PMP shall include the deliverables from Subtasks 100.2 to 100.9. The Consultant shall submit a revised PMP after receiving comments back from the County. The Consultant shall update the Project Management Plan at the 30%, 60% and 90% design levels. The PMP shall include at a minimum the following tasks:

Page 19: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 3 of 9 Scope of Work Attachment 1

Subtask 100.2 Work Breakdown Structure (WBS)

The Consultant shall create a Work Breakdown Structure (WBS) through the completion of the project. The Consultant shall update the WBS as needed to reflect approved changes in the project monthly or as needed to reflect changes. Subtask 100.3 Initial Contract Schedule Estimate

The Consultant shall prepare a detailed contract schedule consistent with the activities, and tasks outlined on the WBS. The Consultant shall use the Critical Path Method (CPM) to identify the expected critical path. The contract schedule shall be developed using Microsoft Project (version 2010 or later). The Consultant shall update the schedule monthly. Subtask 100.4 Construction Cost Estimates The Consultant shall prepare detailed construction estimates on the design and construction cost of the recommended actions. Format for estimates shall be submitted and approved prior to submittal of completed work. Subtask 100.5 Risk Assessment The Consultant shall conduct a risk assessment to identify qualify, and quantify significant project risks and document this information in a risk register. Upon completion of the risk assessment, the Consultant shall incorporate the risk costs into the budget, schedule, and contingency estimates. Subtask 100.6 Initial Responsibility Assignment Matrix (RAM)

The Consultant shall prepare a Responsibility Assignment Matrix (RAM) that identifies a responsible person for each Consultant task or subtask. The RAM should be created using a Microsoft Excel template. The following designations shall be used on the RAM:

R = Responsible. There will always be only one team member identified as responsible for a task. This person may or may not perform the work, but will be the contact person for the PM and other team members who can give status information on the task. A = Accountable. Anyone identified as accountable must provide notice to the responsible party that the work package is complete and of acceptable quality, by either explicit acceptance criteria or implicit quality criteria, e.g. professional judgment. P = Perform. Any team member (which would include Consultants) may be identified as performing the task. This code identifies all team members working on the task, and who will be providing resource estimates (labor hours) for their work expected for the task. I = Inform. Any team member not in any of the other three roles may be designated to be informed of the task work, either during or at completion. For resource estimating, it is assumed that no hours are planned on this task for members whose only role is to be informed. The Consultant shall update the RAM as needed to reflect changes in responsibility.

Subtask 100.7 Communication Plan

The Consultant shall submit a communication plan to the County that includes the following:

1. Project team organization including County and Consultant staff 2. Contact information for County and Consultant staff including phone numbers

and mail/email addresses 3. Protocols for team communication 4. Document control plan (paper and electronic documents)

Page 20: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 4 of 9 Scope of Work Attachment 1

5. Conflict resolution protocols; such protocols should allow for peer-to-peer resolution before moving up the chain of command

Subtask 100.8 Quality Management Plan

The Consultant shall submit a plan for assuring the quality of all work performed, including coordinating and interfacing activities and deliverables. The Consultant shall assign reviewers independent of the project team to review all project deliverables. All documents listed below will be reviewed by the County prior to final issuance.

1. Permit and Environmental Documents 2. Cost Estimates 3. Schedule Estimates 4. Project Conservation Plan 5. Technical Memorandums and Reports 6. Preliminary LEED Scorecard 7. Life Cycle Analysis 8. Energy Conservation Plan 9. Investment Grade Energy Audit 10. Investment Energy Audit Results 11. Construction Documents

Subtask 100.9 Change Control Plan

The Consultant shall submit a plan to monitor and control document revisions, scope changes, and decisions. At a minimum, the following items will be monitored and reported:

1. Statement of the change requested or issued 2. Expected date of resolution 3. Name of the person responsible for resolution 4. Date request initiated 5. Name of the initiator 6. Statement of potential impacts, including total project budget, construction cost

budget, significant changes to the project risk register, and total project, phase, and construction durations

7. Date of resolution 8. Statement of resolution

Subtask 100.10 HVAC Operations and Energy Monitoring Plan

The Consultant shall submit an HVAC Operations and Energy Monitoring Plan which includes a plan for integrating existing controls on Buildings A, J, and C with the buildings to be renovated under this project B, D, and H.

The Consultant shall respond to the comments and concerns raised by the Commissioning Agent hired by the County within one week of receiving comments.

Task 200 - Alternatives Analysis Subtask 200.1 – Energy Conservation Plan and LEED EB plan The Consultant shall provide professional engineering services to assist in the development of an energy conservation plan and a LEED EB plan for design and construction of the Roof & HVAC Replacement Project for Buildings “B, “D” and “H”. As part of this work, the Consultant shall conduct an Investment Grade Energy Audit. The Consultant will primarily be engaged in the identification of the feasible energy efficiency improvements and the level

Page 21: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 5 of 9 Scope of Work Attachment 1

of LEED EB certification. It is anticipated that LEED Gold certification will be obtained unless shown to be cost prohibitive as allowed in the Green Building Ordinance.

The work includes Life Cycle Cost Analysis (LCCA) for replacing the existing HVAC, roof and window systems to meet or exceed King County Ordinance 16147 (Green Building Ordinance). The Consultant is required to analyze and recommend various energy efficiency improvements such as solar walls, solar panels, sky lights, ground source heat pump, and other modifications, as appropriate. The LCCA is only required for efficiencies beyond required code or work items not necessary to correct structure deficiencies. The energy code shall be the most restrictive in King County and the Consultant shall demonstrate experience in implementing and exceeding the code minimums. The LCCA should include recommended achievable LEED points and a recycling plan.

The Life Cycle Cost Analysis (LCCA) shall compare construction cost, maintenance cost and energy savings on efficiency options and LEED certification requirements which exceed code minimums and shall be considered for the following design features of the project on each building at a minimum:

1. Replacing existing HVAC with new. Options could include ground source heat pump and/or solar wall, or other heating and air-conditioning system with energy efficiency exceeding code minimums

2. Solar panel generation system as a green power supplement 3. Skylight installation and lighting control systems 4. Windows and insulation 5. Roofing system 6. Operational equipment replacements and building layout changes

Subtask 200.2 – Eco-charrette and LEED EB Certification Recommendations The Consultant shall organize and facilitate an Eco-Charrette and make recommendations on the potentially achievable level of LEED EB certification with proposed funding. In addition to the above, the Consultant shall complete a search for possible grants for this project. The Consultant shall coordinate the Eco-Charrette meeting required by King County Code for this project including the following: 1. Organize and facilitate an Eco-Charrette meeting with King County representatives 2. Make recommendations on the level of LEED EB certification 3. Prepare meeting summaries

Subtask 200.3 – Findings and Recommendations The Consultant shall provide one final report detailing each Life Cycle Cost Analysis, available grant opportunities, make recommendations on the most cost effective energy solutions determined in the energy audit, and develop a scope of work for the project. The Consultant shall provide design and construction estimates on the recommended scope of work and the level of LEED EB certification. Two members of the Consultant team shall meet one time with King County in Renton to present the findings, recommendations, and applicable design modifications.

Page 22: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 6 of 9 Scope of Work Attachment 1

Task 300 – Team Meetings and Kick-Off Meeting

The Consultant shall prepare for and participate in up to ten (10) 2 hour meetings with County staff for project development.

The Consultant PM and up to three Consultant team members will, in coordination with the King County Project Representative, organize and facilitate a three-hour kickoff meeting with the project team. The meeting will be held at the Renton Maintenance Facility. The meeting topics will include, but not be limited to, reviewing the team members and their responsibilities, project objectives, Phase 1 deliverables, communications plan, and schedule. The Consultant shall prepare the agenda with assistance from the King County Project Representative and record meeting minutes. The draft meeting minutes shall be submitted to the King County Project Representative within three working days following the meeting for review and comment. The County will have 3 days to review and return comments to the Consultant who shall finalize the minutes and distribute them to affected parties within 3 days.

Task 400 – Site Visit The Consultant shall conduct a site visit with representatives from King County to become acquainted with the building locations, site constraints, and existing systems. At this meeting, the County will provide the consultant with the existing construction record drawings unless requested earlier. The Consultant shall review these records and investigate any features that appear to be different from the records to ensure final design plans reflect actual conditions to minimize differing site conditions during construction. Task 500 - Attend Project Charter Meeting The Consultant shall attend one meeting to assist in the development of the Project Charter.

Phase I Deliverables The Consultant shall prepare and submit the following products to King County:

1. Final report of findings and recommendations on energy solutions, grants, and level of LEED EB certification achievable for the project

2. Detailed cost estimates on the design and construction for the recommended actions 3. Eco-charrette memo 4. Project Management Plan 5. LEED Certification Memorandum 6. Preliminary LEED Scorecard 7. Energy Conservation, Control, and Monitoring Plan 8. Life Cycle Cost Analyses 9. Investment Energy Audit Results 10. HVAC Operations Plan 11. Summary of operational efficiency changes 12. Integration Control and Monitoring Plan for all 7 buildings 13. Complete copies of all project files for the County archive

PHASE II – FINAL DESIGN

As part of the work of this phase, the Consultant shall develop the final design alternative from the Phase I report. Upon receipt of the Notice to Proceed for this Phase, the Consultant shall

Page 23: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 7 of 9 Scope of Work Attachment 1

prepare and submit plans, specifications, construction documents, cost estimate, reports for LEED EB certification.

Task 600 Project Design Subtask 600.1 - Concept Development Report

The Consultant shall prepare a draft and final Conceptual Design Report at the 30% design level that may include but is not limited to the following information:

1. Project description including setting, surrounding land use 2. Project objective 3. Table of contents 4. Executive summary 5. Project requirements and preferences 6. Stakeholder Identification 7. List of utilities needed, their sizing criteria, and evaluation of suitability of any

existing utilities where applicable (Examples: electricity, city water, non-potable water, natural gas, phones, and data/IT)

8. Identification of potential existing utility conflicts/relocations issues 9. Discussion of any known safety issues or deficiencies that may impact design or

construction 10. Alternatives:

• Identify and evaluate alternative solutions • Cost Estimates • Life cycle cost Analysis • Discussion of any known constructability issues that may impact design

11. Design Criteria and considerations 12. Green Building and Sustainable Development requirements 13. Energy Management Plan including Implementation of recommendations 14. Energy Monitoring and control system 15. Recycling Plan 16. Environmental regulatory requirements 17. Preliminary determination of LEED certification the project can achieve under the

cost benefit criteria described in the Green Building ordinance 18. Summary of existing geotechnical information and identification of needs for

further information 19. Preliminary site plan showing dimensions and locations of the proposed Buildings

B, D and H 20. General floor plan of Buildings B, D and H 21. Discussion of access and egress issues during construction 22. List of potentially required permits and a discussion of their anticipated impact on

design and construction 23. Discussion of noise restrictions and impacts 24. List of significant outstanding information needed for final design 25. Conclusion and recommendations

Subtask 600.2 - Register and Apply For LEED Certification The Consultant shall, in coordination with the County, register the project with the USGBC and pursue the recommended level of LEED certification according to the latest USGBC certification requirements. In estimating the cost of this task the consultant should assume full responsibility for completing and filing documentation required for the certification process. Deliverables under this task include but are not limited to a

Page 24: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 8 of 9 Scope of Work Attachment 1

memorandum of reporting requirements for the project as outlined under Section 3.H items 4-8 of the King County Green Building Ordinance 16147.

Subtask 600.3 - Construction Documents The Consultant shall prepare all construction documents (design plans, technical specifications, and permit documents) required by the City of Renton and King County code for this project including but not limited to the following:

1. Develop alternative approaches and strategies for continuous facility operation 2. Determine phasing approaches with users and follow up with modified plans Phasing options should address potential health and safety risks and mitigation measures 3. Prepare engineer’s estimate for construction 4. Prepare permit applications for the City of Renton permits 5. Provide internal quality assurance review 6. Prepare 30% plans, specifications and estimate and allow two (2) weeks for King County review. Incorporate all KC standards and preferences 7. Prepare 60% plans, specifications and estimate and allow three (3) weeks for King County review. Incorporate all KC standards and preferences 8. Prepare 90% plans, specifications and estimate and allow two (2) weeks for King County review. Incorporate all KC standards and preferences 9. Modify documents as needed to complete 100% bid documents. The 100% bid

documents will be stamped and signed by a licensed Professional Engineer in the State of Washington

10. Prepare and process LEED submittal package for project certification by US Green Building Council 11. Conduct project progress meetings as needed to ensure meeting the approved project schedule. Prepare meeting summaries for each meeting

Subtask 600.4 - Permits

The Consultant shall provide technical services for obtaining required permits from the City of Renton, including permit review, application process, and other services as necessary.

One Consultant team member will attend up to three (3) 2-hour meetings with King County and regulatory agencies if needed and provide meeting materials for this task as required.

Phase II Potential Deliverables The following potential deliverables are anticipated to be due to King County prior to January 1, 2017:

1. Final recommendation of design alternatives 2. Approved construction phasing plan by King County for continuous facility operation 3. Design Documents and recommended construction schedule 4. Plans, specifications, and estimates at the 30%, 60% & 90% level 5. Final construction certified plans, specifications and estimate in both paper and

electronic form 6. All required permit applications for this project to City of Renton 7. LEED Certification Memorandum 8. Processed LEED submittal documents package in both paper and electronic form

Page 25: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Page 9 of 9 Scope of Work Attachment 1

9. Engineer’s cost estimate 10. Complete copies of all design files and records (digital and paper) for the County archive

PHASE III – SERVICES DURING CONSTRUCTION

As part of the work of this phase, the Consultant shall provide design support during construction, attend meetings, and observe on-site conditions, provide LEED recommendations and review of LEED submittals, respond to commissioning agent requests and comments, review shop drawings, respond to requests for information, review and recommend modifications based on differing site conditions and change order requests.

Task 700 – Services During Construction The Consultant shall provide services related to the review and administration of the construction contract as requested. As requested by the County, the Consultant shall review information submitted by the construction contractor including submittals and shop drawings. The Consultant shall also respond to Requests for Information (RFI), review Requests for Change Orders (RCO’s), attend construction meetings as requested, and prepare cost estimates for changes. Services will be provided at the County’s written request and authorization by the King County Project Representative to the extent the proposed budget allows. The Consultant will be required to provide other technical services associated with the construction contract. These services may include, but are not limited to conducting site visits to observe conditions discovered during construction, providing services necessary for resolving conflicts with existing facilities, preparing design revisions, or other unanticipated conditions encountered during construction.

Phase III Potential Deliverables 1. Copies of Contractor submittals marked or otherwise appropriately documented in

accordance with the County’s established procedures 2. Comments on RFI’s, Change Orders, and Change Proposals 3. Site visit reports and minutes 4. Drawing and specification revisions 5. Cost estimates 6. Modified Energy and Monitoring control plans 7. Complete copy of all project files for County archive

Page 26: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 page 1 of 1 Attachment 2 Rev 10/30/2015 Statement of Qualifications Certification

ATTACHMENT 2 - STATEMENT OF QUALIFICATIONS CERTIFICATION (Proposer must use this form – All other formats will be rejected and the Proposer will be considered non-

responsive, and the proposal will not be evaluated by the County)

The undersigned is authorized to execute this certification on behalf of the Proposer and certifies on the Proposer’s behalf that the information presented in this Statement of Qualifications is a complete and accurate statement of facts and that the Proposer has the financial capability to perform the work which is the subject of this solicitation. The Proposer further certifies that it knows of no personal and/or organizational conflicts of interest prohibited under federal, state and local law.

The Proposer certifies that this Proposal is submitted in accordance with this solicitation and all issued addenda, and that the Proposer agrees to be bound by the same.

The Proposer’s Small Contractors and Suppliers (SCS) utilization as set forth in the Proposal constitutes the Proposer’s commitment, if awarded this contract by the County, to use certified and qualified SCSs firms as required by the Agreement.

The Proposer designates

______________________________________________ (name)

______________________________________________ (title)

______________________________________________ (phone number)

as the person charged with carrying out and reporting the Proposer’s use of SCSs to perform Work under this Contract to meet the required percentage established for this Contract.

The Proposer certifies that it commits that ____% of the total price of the Contract, as amended, shall be performed by King County Certified SCS firms over the duration of the Contract. King County will not evaluate the proposal and will not execute a contract with a Proposer who does not commit to meeting at least the minimum SCS utilization requirement for this Contract.

Proposer _______________________________________

Signature _______________________________________

Title ___________________________________________

Date ___________________________________________

Page 27: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Attachment 3

ATTACHMENT 3 - PROJECT APPROACH CHART

Page 28: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

Attachment 3 - Project Approach Chart (PAC)RFP #: E00397E15Title: Design Services for B, D, and H

Building Renovation

KEY PERSONNEL (hours)Prime Sub1 Sub2 Sub3 Sub4 Sub5 Project

Manager

Lead Structural Engineer

Lead Electrical Engineer

Lead Mechanical

EngineerLEED AP

Task # Task Title% of Total

Effort Firm Name Firm Name Firm Name Firm Name Firm Name Firm NameTotal %

All Firms Name Name Name Name Name

100 Project Management and Coordination 0%

200 Alternatives Analysis 0%300 Team Meetings and Kick-Off Meeting 0%400 Site Visit 0%500 Attend Project Charter Meeting 0%

0%0%0%0%0%

Total 0%= required field

Page 29: Design Services for B, D, and H Building Renovation is a public contracting assistance program intended to maximize the participation of Small Contractors and Suppliers (SCSs). The

E00397E15 Attachment 4 Rev 10/30/2015

ATTACHMENT 4 - FORMS No forms are to be submitted with the Proposal for this RFP.

The following forms are required to be submitted by the selected Proposer prior to execution of the Contract.

1. Consultant Disclosure Form

2. W-9 Request for Taxpayer Identification Number (King County Substitute W-9)

3. Certificates of Insurance

Current versions of items 1 and 2 are available at: http://www.kingcounty.gov/operations/procurement/Forms/Consultants.aspx