request for proposal construction management services · pdf filerequest for proposal ....

34
Request for Proposal Construction Management Services for Georgetown Wet Weather Treatment Station Project RFP No. P00201P16 May 2016

Upload: lydiep

Post on 09-Mar-2018

221 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

Request for Proposal

Construction Management Services for Georgetown Wet Weather Treatment Station

Project

RFP No. P00201P16

May 2016

Page 2: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

Table of Contents

TABLE OF CONTENTS

I. SCHEDULE ................................................................................................................... 1 II. INTRODUCTION ............................................................................................................... 1 III. PROCUREMENT PROCESS ............................................................................................ 4 IV. SELECTION PROCESS.................................................................................................... 5 V. EVALUATION CRITERIA AND SUBMITTAL INFORMATION .......................................... 6 VI. NEGOTIATION PROCESS ............................................................................................... 12 VII. EPA APPENDIX TO PART 33—NON-DISCRIMINATION TERM AND CONDITION ........ 12 VIII. EPA FAIR SHARE REQUIREMENTS ............................................................................... 12 IX. EVALUATION OF GOOD FAITH EFFORTS ..................................................................... 14 X. CALCULATING MBE/WBE SUBCONSULTANT PARTICIPATION ................................. 14 XI. COMPLIANCE WITH GRANT REQUIREMENTS ............................................................. 15 XII. CONTRACT TERMS AND CONDITIONS ......................................................................... 16 XIII. PROTESTS AND APPEALS ............................................................................................. 16 ATTACHMENT 1 - SCOPE OF WORK ATTACHMENT 2 - STATEMENT OF QUALIFICATIONS CERTIFICATION ATTACHMENT 3 - PROJECT APPROACH CHART ATTACHMENT 4 - FORMS

Page 3: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 1 of 18 RFP STANDARD Rev 04/07/16

REQUEST FOR PROPOSALS Construction Management Services for Georgetown Wet Weather Treatment Station

Project RFP NO. P00201P16

I. SCHEDULE

Proposal Due Date and Time:

June 7, 2016 12:00 p.m.(not later than)

Proposal Submittal Location: King County Procurement & Payables Section, Contracts Counter, 3rd Floor, 401 Fifth Avenue, Seattle, WA 98104

Preproposal Meeting: May 23, 2016; 11:00 a.m.; King Street Center, 201 S. Jackson, Seattle; 8th Floor Conference Center

Interviews, if applicable: June 20, 2016 (estimated)

Contract Specialist: Ruth Williamson, [email protected], 206-263-9333

Alternate Contract Specialist: Esther Decker, [email protected], 206-263-9323

First Ad Date: May 16, 2016

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

II. INTRODUCTION A. King County is requesting Proposals from qualified firms interested in providing

construction management services for a heavy civil infrastructure project, the Georgetown Wet Weather Treatment Station. The Scope of Work, with project background information, is in Attachment 1.

B. All solicitation documents are published on the County’s web site with instructions for registration and receiving notifications, at: https://procurement.kingcounty.gov/procurement_ovr/login.aspx?ReturnUrl=%2fprocurement_ovr%2fdefault.aspx.

C. 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.

D. Proposal Submittal. Proposers shall submit the Proposal to King County at the location, time, and date set forth above. Late proposals will not be accepted or considered.

E. Questions. The Contract Specialist is the County’s single point of contact regarding this solicitation. Questions concerning this solicitation should be directed only to the Contract Specialist listed above. The Proposer may be requested to submit the question in writing. No verbal answers by County personnel will be binding on the County. Proposers are to notify the Contract Specialist of any changes to their proposal throughout the solicitation process until the contract is executed.

Page 4: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 2 of 18 RFP STANDARD Rev 04/07/16

F. Federal Funding. This work is funded, in part, by the United States Environmental Protection Agency through the Washington State Water Pollution Control Revolving Fund Program (Revolving Fund), and subject to certain federally mandated contract provisions. These federal provisions will be considered Supplemental Provisions to the Agreement and take precedence over the general provisions set forth in the Agreement.

1. This project is anticipated to be funded in part by the United States Environmental Protection Agency through the Washington State Water Pollution Control Revolving Fund Program (Revolving Fund), and subject to certain federally mandated contract provisions. In accordance with EPA’s policy on the utilization of socially and economically disadvantaged individuals and disadvantaged business enterprises in procurement, where subconsulting opportunities are available the Contractor shall make good faith efforts to ensure to the fullest extent possible that it subcontracts with Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms. The applicable MBE/WBE fair share objectives/goals negotiated with EPA by the State of Washington Office of Minority and Women’s Business Enterprises are 10% MBE and 4% WBE. Both MBE and WBE firms must be certified by the State of Washington Office of Minority and Women’s Business Enterprises.

2. Refer to Sections VII through XI of this RFP, below, for further information regarding the EPA Fair Share MBE/WBE participation goals for this work.

G. Subconsultant Opportunities. Provided for informational purposes only, following are subconsulting opportunities that may be available on this Contract: document control; scheduling; estimating; geotechnical engineering; CM expertise in wastewater conveyance projects; and CM expertise in wastewater treatment process facilities.

H. It is King County policy that Certified Small Contractor and Supplier (SCS) firms have equitable opportunities to participate in the performance of professional services contracts issued by King County. King County encourages Proposers to make Certified SCS firms aware of contracting opportunities to the fullest extent practicable. A Directory of SCS Certified firms is available at: http://www.kingcounty.gov/bdcc.

I. Contract Price & Period of Performance. The estimated price of Phase I of this contract is $80,000 to $100,000. The total estimated price of all remaining phases is $7M to $8M. The period of performance for Phase I is estimated to be one year. The period of performance of all remaining phases is estimated to be six years.

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

1. Any firm that has performed pre-design or design services may be prohibited from competing for construction management contracts related to those projects because there is an organizational conflict of interest.

K. 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

Page 5: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 3 of 18 RFP STANDARD Rev 04/07/16

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.

L. 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.

M. Living Wages. As a condition of award for contracts for services with an initial or amended value of $100,000 or more, the Consultant agrees that it shall pay and require all subconsultants to pay a living wage as described in King County Ordinance 17909, to employees for each hour the employee performs a Measurable Amount of Work (“Measurable Work”) on this Contract.

1. “Measurable Amount of Work” means a definitive allocation of an employee’s time that can be attributed to work performed on a specific matter, but that is not less than a total of one hour in any one week period.

2. The requirements of the ordinance, including payment schedules, are detailed at: http://www.kingcounty.gov/operations/procurement/Resources/ordinance-17909.aspx. Violations of this requirement may result in disqualification of the Consultant from proposing on or being awarded a County contract for up to two years; contractual remedies including, but not limited to, liquidated damages and/or termination of the Contract; remedial action as set forth in public rule; and other civil remedies and sanctions allowed by law.

N. 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

Page 6: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 4 of 18 RFP STANDARD Rev 04/07/16

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

O. At the direction of King County Executive Dow Constantine, King County agencies are precluded from doing business with companies headquartered within the state of North Carolina. This action is a direct result of that state government’s recent enactment of House Bill 2. This legislation excludes lesbian, gay, and transgender people from the law’s protection while simultaneously barring cities and counties from passing their own protections for LGBT people; additionally, it bars people from using bathrooms that do not match their birth gender. Here in King County, named after the Reverend Dr. Martin Luther King, Jr., we embrace the values of inclusion and diversity. We cannot allow the taxes and fees paid for by the communities we serve to be used to subsidize legally-sanctioned discrimination. Bids and proposals submitted by firms with headquarters located in North Carolina will be deemed non-responsible.

III. 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 four (4) bound Proposals, including one (1) stamped “Original”, and one (1) electronic copy in PDF format (USB flash drive or CD). The Proposal delivery package must clearly identify the RFP Number. In the event of any conflicts between the hard copy and electronic copy, the original hard copy will prevail.

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 sixteen (16) 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.

Page 7: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 5 of 18 RFP STANDARD Rev 04/07/16

(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); (5) Sample documents requested in Section V.E., Communication; and (6) Attachment 4 Forms.

c. Front cover shall use the “Request for Proposal (RFP)” cover sheet at http://www.kingcounty.gov/procurement/forms

d. 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.

e. 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.

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

D. Submittal Requirements

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

a. RFP Title and Number;

b. Proposer’s name, mailing address, address of corporate headquarters, contact person, email address, and telephone numbers;

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

d. 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 V 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.

IV. SELECTION PROCESS A. All responsive Proposals will be evaluated by an Evaluation Panel in accordance with

the criteria and points specified in Section V (Evaluation Criteria and Submittal Information).

Page 8: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 6 of 18 RFP STANDARD Rev 04/07/16

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

1. Interviews will have a maximum of 500 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 may result in the Proposer’s disqualification from further consideration.

4. If interviews are conducted, combined proposal and interview scores will be used to determine the final ranking.

C. 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.

D. Proposers may request a debrief from the Contract Specialist identified in the Advertisement no later than twenty (20) business days after King County issues the Notice of Selection. The purpose of a debrief is to provide constructive feedback to teams on their proposal so they can submit more competitive proposals in the future. Debriefs shall be limited to the debriefed Proposer’s overall ranking, scores, Evaluation Panel comments, and general information regarding the selection process. Debriefs shall not include a point-by-point comparison of the debriefed Proposer’s submittal with other Proposals. Proposals will not be available for review until the County has entered into contract with the selected proposer.

V. EVALUATION CRITERIA AND SUBMITTAL INFORMATION A. Prime Consultant Qualifications - 175 points

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 as prime consultant providing construction management services for complex major public infrastructure projects with numerous concurrent tasks that require organizing, managing, coordinating and quick turn-around responses. Project examples should demonstrate management and coordination of numerous subconsultants; timely review of high volume multidisciplinary submittal and change order reviews; scheduling; cost estimating; claims and disputes analysis; construction field inspection services; and document control.

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

enumerated above.

b. Project Examples. Submit project examples performed by the Prime that demonstrate your experience with the elements enumerated above. More recent projects are preferred. 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; and owner contact information. Provide projects that are most relevant to the Scope of Work.

c. Do not submit any information related to previous work on this Project.

Page 9: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 7 of 18 RFP STANDARD Rev 04/07/16

B. Team Qualifications - 150 points 1. The County will evaluate the team’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. Multidisciplinary construction management services for construction of wastewater or similar heavy industrial process treatment buildings.

b. Construction management services for construction of 48-inch diameter and larger pipelines in dense urban environments.

c. Construction management services for construction of marine outfalls.

d. Construction management services including review of multidisciplinary design documents (pre-bid), contractor submittals, change order reviews, scheduling, cost estimating, and change order negotiations.

e. Civil inspection of underground structures for heavy civil construction projects, including ground improvement, concrete preparation, form installation, reinforcement and proper concrete placement.

f. Review and development of plans for complex startup, testing, and commissioning of wastewater or similar industrial process facilities.

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

(1) Identify the firms performing the work.

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

(3) Project Examples. Submit project examples performed by the identified firm proposed for the work. More recent projects are preferred. 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; and total price of work performed by firm.

b. Do not submit any information related to previous work on this Project. C. Key Personnel Qualifications - 450 points

1. Key Personnel Positions

a. Constructability Review Team (Phase 1 only). The Constructability Review Team (CRT) will consist of the six Key Personnel positions identified in b. – f. below, plus up to five additional staff chosen by the Proposer. All CRT members should demonstrate successful past experience as contractors, designers, and/or construction managers on heavy civil construction projects characterized by multi-disciplinary construction work, multiple contract interfaces, and difficult geotechnical conditions. The additional one to five CRT members are to be identified by the Proposer and should provide knowledge and expertise determined by the Proposer to add value to the constructability review process.

b. Geotechnical Engineer (Phase 1 only). The Geotechnical Engineer will be a Constructability Review Team member in Phase 1. This individual should demonstrate successful past experience involving similar types of projects and soil conditions as this project. The project site soils are weak, compressible,

Page 10: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 8 of 18 RFP STANDARD Rev 04/07/16

subject to seismic and potentially construction vibration-induced liquefaction, and have a high likelihood of at least low-level contamination due to the industrial history of the area. The Geotechnical Engineer is required to be a Washington State licensed Professional Engineer or Licensed Engineering Geologist.

c. Project Manager (both phases). The Project Manager will be a Constructability Review Team member in Phase 1 and responsible for ensuring Consultant team performance in accordance with the Agreement terms and conditions during both phases and throughout the life of this contract. The Project Manager is required to be an employee of the Prime. The Project Manager (PM) should demonstrate strong management skills and successful past experience managing Construction Management services contracts, including managing and maintaining overall task and subconsultant 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 subconsultants; communicating and coordinating project activities; and being the primary point of contact and communication. 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.

d. Two (2) Resident Engineers (both phases). The Resident Engineers will be Constructability Review Team members in Phase 1, and will be responsible for construction management and inspection oversight during Phase 2 of the contract. Each Resident Engineer (RE) should demonstrate successful past experience as a RE on heavy civil construction projects. It is strongly preferred that each RE have experience as an RE or lead inspector on projects with the following elements:

(1) Excavation and shoring.

(2) Pipeline installation, including marine outfalls.

(3) Wastewater treatment facilities and equipment.

e. Project Scheduler (both phases). The Project Scheduler will be a Constructability Review Team member in Phase 1 and provide scheduling services during Phase 2. The individual should demonstrate successful past experience as a Project Scheduler on heavy civil construction projects, including ability to accurately review and produce schedules that identify and analyze interdependencies, critical path, and potential scheduling problems. The Project Scheduler should demonstrate the ability to analyze a Contractor’s schedule as well as produce the Construction Management consultant contract schedule.

f. Project Estimator (both phases). The Project Estimator will be a Constructability Review Team member in Phase 1 and provide scheduling services during Phase 2.. The Project Estimator should demonstrate successful past experience as a Project Scheduler on heavy civil construction projects, including the ability to produce independent construction cost estimates for potential construction change orders as well as provide cost estimates for engineering alternatives. It is highly desirable that this individual be a Certified Cost Engineer (CCE)® or Certified Cost Consultant (CCC)® certified by the Association for Advancement

Page 11: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 9 of 18 RFP STANDARD Rev 04/07/16

of Cost Engineering (AACE), or that the individual can demonstrate commensurate cost control experience and skills.

g. Project Control Engineer (Phase 2 only). The Project Control Engineer (PCE) should demonstrate successful past experience as a PCE on heavy civil construction projects, including experience reporting on budget and schedule; ensuring timely and accurate invoicing; ensuring high quality timely work products; providing timely notice and documentation of changes, submittals, RFI’s, and other construction-related communication.

h. Document Control Specialist (Phase 2 only). The Document Control Specialist should have a demonstrated minimum of four years experience maintaining construction project filing systems. Preference will be given to demonstrated experience using a construction management filing system with accountability and transparency sufficient to have successfully met the requirements of a formal audit. Activities of this position include but are not limited to the following:

(1) Maintain an electronic log of all correspondence, submittals, and other project documentation.

(2) Maintain and manage all hard copy document files.

(3) Prepare documents for electronic archiving, to include scanning and indexing, at the close of the Project.

(4) Maintain logs, distribute, and track submittals.

(5) Request for Information (RFI) tracking and monitoring log.

(6) Contractor submittal tracking and monitoring log.

(7) Maintain RCO log and RCP log.

2. Submittal Information a. Provide a narrative describing the proposed functioning of the Constructibility

Review Team and the benefits each CRT member brings to the CRT.

b. Provide a resume for each Key Personnel position listed above, a minimum of eight (8) and a maximum of thirteen (13) resumes. 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.

(1) Resumes shall include the following information:

(a) Name of Person & Title.

(b) Current firm name.

(c) Key Personnel position on this project team.

(d) Employment history for the last ten years

(e) Education (institution, degree(s) earned, & year).

(f) Professional registrations and licenses (type/state/year).

(g) Relevant project experience, including:

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

Page 12: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 10 of 18 RFP STANDARD Rev 04/07/16

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

c. Do not submit any information related to previous work on this Project.

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 that indicates the organizational structure for Phases 1 and Phase 2, including but not limited to Prime Consultant, all Key Personnel, and Subconsultants, 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 challenges to successful project completion, and description of how the Proposer will successfully address those challenges. The Proposer should identify the key issues, challenges and describe their proposed approach to ensure high quality, timely accomplishment of both phases of the Scope of Work.

(1) Submittal. Provide a narrative addressing the items above.

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 MWBE firms.

(1) Submittal. Complete the Project Approach Chart (PAC) in Attachment 3, based on the Scope of Work for Phase 1 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) In the “% of Total Effort” column, insert the estimated % of Total Effort for each Task. The “% of Total Effort” column should total to 100%.

(b) For each firm (prime and all subconsultants), insert firm name and identify the percentage of time each firm will spend on each task. The “Total % all Firms” column should total to 100% per task. If a firm is not going to be assigned to a task, indicate with a “0%”.

(c) In the “KEY PERSONNEL (hours)” box, insert Key Personnel name and the number of hours that person will be assigned on each task. If a person is not assigned to a particular task, indicate the non-assignment with a “0”.

Page 13: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 11 of 18 RFP STANDARD Rev 04/07/16

E. Communication - 50 points 1. The County will evaluate the team’s demonstrated ability to communicate effectively

in a variety of settings, including the preparation of technical analyses and documentation, and including the quality of this Proposal.

2. Submittal Information

a. Consultant’s proposal.

b. Sample Documents. Provide two (2) sample documents as described below, which together should not exceed a maximum of six (6) pages, that demonstrate the team’s ability to present information in writing. It is strongly preferred that samples relate to projects that are similar to this scope of work.

(1) One sample of a monthly report that summarize the status of a construction contractor’s schedule and budget variances, and construction progress

(2) One sample of a technical analysis and documentation related to negotiation of change orders and/or a claim dispute with a construction contractor.

(3) One page is defined as 8-1/2”x11”. An 11”x17” sheet is counted as two pages.

(4) Sample documents shall be actual examples of past work products produced by the Proposer’s team.

(1) Client and/or Owner identity may be redacted at the Proposer’s discretion.

(2) The County will remove any pages that exceed the limit.

F. Cost - 75 points 1. The County will evaluate the proposed direct labor rates, overhead rates, and profit

percentages, to determine reasonableness. The County will evaluate proposed billing rates only in cases in which a firm lacks an accounting system in place that identifies direct and indirect costs separately. Billing rates include direct labor, overhead, and profit.

a. The proposed direct labor and overhead rates, and billing rates, will be evaluated in comparison with the County database to determine reasonableness.

b. The proposed profit percentages will be evaluated based on a comparison to other proposers.

c. This financial information will be used as a basis of negotiations. The County will require additional supporting financial documentation from the selected firm and subconsultants.

2. Submittal Information a. The proposer shall submit the following financial information for evaluation:

(1) Current direct labor rates or billing rates (if applicable) for all proposed Key Personnel. Billing rate firms are generally small firms that do not have an accounting system in place that identifies direct and indirect costs separately.

(2) Current financial year overhead rate, for all non-billing rate firms.

(3) Proposed profit stated as a percentage of direct labor only, for all non-billing rate firms.

Page 14: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 12 of 18 RFP STANDARD Rev 04/07/16

VI. 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, and Scope of Work.

VII. EPA APPENDIX TO PART 33—NON-DISCRIMINATION TERM AND CONDITION A. The contractor shall not discriminate on the basis of race, color, national origin or sex in

the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies.

VIII. EPA FAIR SHARE REQUIREMENTS A. Definitions

1. Disadvantaged Business Enterprise: Is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.205 or certified by EPA.

2. Minority Business Enterprise (MBE): A MBE is a business concern:

a. Certified as a minority business enterprise by the State of Washington Office of Minority and Women Business Enterprises.

3. Women’s Business Enterprise (WBE): A WBE is a business concern:

a. Certified as a women owned business enterprise by the State of Washington Office of Minority and Women Business Enterprises.

B. General Compliance (40 CFR Part 33).

1. The Proposer shall comply with the requirements of the Environmental Protection Agency’s Program for Participation By Disadvantaged Business Enterprises (DBE) 40 CFR Part 33.

C. Demonstration of Compliance with EPA Fair Share Requirements

1. For the purposes of this section, EPA and King County will only accept any Minority Business Enterprise or Woman Business Enterprise that is certified by the State of Washington Office of Minority and Women Business Enterprises (“OMWBE”) as defined above. An online directory of certified firms is available at www.omwbe.wa.gov.

2. Fair Share Goals. In accordance with the requirements of the Grant and with EPA’s policy on the utilization of socially and economically disadvantaged individuals and disadvantaged business enterprises in procurement, the Consultant agrees to ensure, to the fullest extent possible that, at least the applicable “fair share”

Page 15: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 13 of 18 RFP STANDARD Rev 04/07/16

objectives of Federal funds for contracts or subcontracts for supplies, construction, equipment or services are made available to organizations owned or controlled by socially and economically disadvantaged individuals and women. The following are the fair share goals/objectives:

Professional Services MBE – 10% WBE – 4%

3. Proposers shall complete all forms identified in Attachment 4 of this RFP and submit these forms with their proposals. The information included in these forms shall be used to determine the Proposer’s responsibility. Failure to submit the completed forms may result in a determination by the County that the Proposer is not responsible and that the Proposer will not be selected.

4. The Proposers, if requested, shall provide written description of the good faith efforts made to comply with 40 CFR Part 33. The Proposer’s compliance with EPA Grant MBE/WBE Fair Share requirements is a matter of Proposer responsibility.

D. Proposer’s Commitment – Small, Women and Minority Business Enterprises To Be Utilized

1. A Proposer’s commitment documented on the Attachment 4 form titled Small, Women and Minority Business Enterprises To Be Utilized to subcontract at least the fair share percentages described above to MBE/WBE firms creates a presumption of compliance with the good faith efforts. For the purpose of determining responsibility, upon a showing of the Proposer’s intent to subcontract at least the fair share percentages to MBE/WBE firms, no additional documentation demonstrating compliance with the good faith efforts shall be required unless requested by EPA or King County.

2. If a Proposer does not demonstrate on the Attachment 4 form titled Small, Women and Minority Business Enterprises To Be Utilized an intent to subcontract at least the fair share percentages described above to MBE/WBE firms, the County and/or EPA shall evaluate the Consultant’s compliance with the good faith efforts identified herein and the Proposer’s efforts to subcontract with MBE/WBE firms to determine the Proposer’s responsibility and compliance with the EPA Grant requirements. A Proposer shall provide at the request of the County or EPA documented good faith efforts within 5 calendar days of such request.

E. Six Good Faith Efforts (40 CFR Part 33 Subpart C) - The Proposer agrees to make the following good faith efforts whenever procuring subcontracts, equipment, services and supplies. The Proposer shall retain records documenting compliance with the following six good faith efforts.

1. Ensuring Disadvantaged Business Enterprises are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing Disadvantaged Business Enterprises on solicitation lists and soliciting them whenever they are potential sources. Qualified Women and Minority business enterprises may be found on the Internet at www.omwbe.wa.gov or by contacting the Washington State Office of Minority and Women’s Enterprises at (866) 208-1064.

2. Making information on forthcoming opportunities available to Disadvantaged Business Enterprises and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by Disadvantaged Business Enterprises in the competitive process. This

Page 16: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 14 of 18 RFP STANDARD Rev 04/07/16

includes, whenever possible, posting solicitations for bids or proposals for a minimum of thirty (30) calendar days before the bid or proposal closing date.

3. Considering in the contracting process whether firms competing for large contracts could subcontract with Disadvantaged Business Enterprises. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by Disadvantaged Business Enterprises in the competitive process.

4. Encourage contracting with a consortium of Disadvantaged Business Enterprises when a contract is too large for one of these firms to handle individually.

5. Using services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

6. If the prime Proposer awards subcontracts, requiring the sub consultants to take the six good faith efforts in paragraphs 1 through 5 above.

IX. EVALUATION OF GOOD FAITH EFFORTS A. In evaluating the Proposer’s documented good faith efforts, the County will consider the

quality, quantity, and intensity of the different kinds of efforts that a Proposer has made.

B. In the event the County finds the Proposer’s documentation does not demonstrate Good Faith Efforts or if the documentation is incomplete or lacking, the County may determine that the Proposer is not responsible and that the Proposer will not be selected.

C. Determination concerning the sufficiency of good faith efforts is ultimately an informed judgment call, not a strict mechanical formula. When making its judgment, the County will consider two broad categories of actions by the Proposer:

1. The process of soliciting qualified MBE/WBE firms; and

2. The process of creating meaningful contract opportunities for MBE/WBE firms. Within these two categories, the County will be looking for documentation to demonstrate that the Proposer has made good faith efforts. In order to satisfy this policy and ensure, when possible, the participation of MBE/WBE firms, the Proposer shall carry out good faith efforts as stated in 40 CFR 33.301.

X. CALCULATING MBE/WBE SUBCONSULTANT PARTICIPATION A. For purposes of calculating the Proposer’s documented intent to subcontract to Certified

MBE and WBE firms, the County will count the Proposer’s identified participation as follows:

1. Percentage of contract amount. The Proposer’s MBE/WBE subconsultant participation shall be calculated as a percentage of the Proposer’s total contract amount. For example, the total contract amount equals $100,000 and the MBE/WBE firms total subcontract amount equals $10,000, the proposed MBE/WBE participation is 10%. If the Proposer is an MBE/WBE firm, the Proposer shall comply with all requirements in this Section. For purposes of calculating MBEWBE participation if the Proposer is an MBE/WBE firm, 100% of the total hours shall be considered MBE/WBE only if the MBE/WBE Proposer performs at least 51% of the work and proposes to subcontract hours totaling 49% or less of the total proposed hours. If an MBE/WBE firm proposes to subcontract hours totaling more than 49% of the total proposed hours, only the value of the work subcontracted to MBE/WBE firms shall be calculated toward meeting the good faith MBE/WBE participation goals.

Page 17: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 15 of 18 RFP STANDARD Rev 04/07/16

2. Commercially Useful Function. M/WBE participation shall be counted only for MBE/WBE firms performing a commercially useful function according to custom and practice in the industry. A commercially useful function includes, but is not limited to the performance of a distinct element of work by a firm which has the skill and expertise as well as the responsibility of actually performing, managing and supervising the work using, its own work force and resources. No credit will accrue for an M/WBE acting merely as a passive conduit of funds to some other non-MBE/WBE firm. An MBE/WBE firm may further subcontract a portion of the work provided that the majority of work (at least 51% of the subcontract amount) is actually being performed by the MBE/WBE firm having the contract.

3. Brokers. MBE/WBE firms that act as a broker in a transaction shall not count towards the Proposer’s good faith MBE/WBE participation. A broker is a firm that does not, itself, perform or manage or supervise the work of its contract or subcontract in a manner consistent with the standard and customary business practices for consultants or subconsultants in its line of business. An MBE/WBE firm will be considered a broker if it subcontracts more than 49% of its work.

4. Joint Ventures. Joint ventures shall be counted toward the percentage of MBE/WBE participation by crediting the MWE/WBE partner’s portion of the hours proposed for the joint venture. Where the MBE’s/WBE’s risk of loss, control or management responsibilities are not commensurate with the share of profit, the Regional Administrator or designee many direct an adjustment in the percentage of participation. In the case of a joint venture that includes a MBE/WBE, credit will be calculated proportionately toward their respective objective.

5. Classification. For purposes of counting the MBE and WBE participation only, the County will count the Proposer’s identified participation of MBE/WBEs based on the following:

a. Classification as an MBE, WBE or MBE/WBE. Whether a certified firm’s utilization will be counted toward an MBE and/or WBE goal is determined by the certified firm’s classification as an MBE, WBE, or MBE/WBE. The following classifications shall be counted toward the following goals:

(1) Participation by a firm that is certified by the OMWBE as a MBE will be counted only toward the MBE goal.

(2) Participation by a firm that is certified by the OMWBE as a WBE will be counted only toward the WBE goal.

(3) Participation by a firm that is certified by the OMWBE as a MBE/WBE will be counted only toward either the MBE or the WBE goal, but not to both; the Proposer shall designate the goal to which the dollar value is applied.

XI. COMPLIANCE WITH GRANT REQUIREMENTS A. The Consultant shall take affirmative steps in accordance with the Grant good faith

MBE/WBE requirements to ensure the maximum practicable opportunity for MBE/WBE firms to participate in the work under this Agreement. During performance of the Agreement, if the scope of work is increased, the Consultant shall demonstrate the affirmative steps it took to ensure that MBE/WBE firms were given an opportunity to compete and participate in the increased work.

B. The County must be notified in writing by its prime consultant prior to any termination of a DBE subcontractor for convenience by the prime consultant.

Page 18: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 16 of 18 RFP STANDARD Rev 04/07/16

C. If a DBE subconsultant fails to complete work under the subcontract for any reason, the County requires the prime consultant to employ the six good faith efforts described in § 33.301 if soliciting a replacement subconsultant.

D. The County requires its prime consultant to employ the six good faith efforts described in § 33.301 even if the prime consultant has achieved its fair share objectives under subpart D of this part.

XII. CONTRACT TERMS AND CONDITIONS A. The County’s Agreement for this project, including Compensation, Insurance (Section

17), and Non-discrimination and Equal Employment Opportunity requirements, is posted online with the RFP at https://procurement.kingcounty.gov/procurement_ovr/default.aspx. This document will be amended only to add required federal provisions.

1. The Consultant acknowledges and agrees that it has carefully read the Agreement terms 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.

XIII. 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.

Page 19: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 17 of 18 RFP STANDARD Rev 04/07/16

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.

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.

Page 20: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 18 of 18 RFP STANDARD Rev 04/07/16

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 21: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Attachment 1

ATTACHMENT 1 - SCOPE OF WORK

Page 22: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 1 of 9 Attachment 1 Scope of Work

ATTACHMENT 1 SCOPE OF WORK

RFP NO. P00201P16 CONSTRUCTION MANAGEMENT SERVICES FOR THE GEORGETOWN WET WEATHER

TREATMENT STATION PROJECT

INTRODUCTION The purpose of this contract is to provide construction management services to King County Department of Natural Resources and Parks, Wastewater Treatment Division (WTD) for the Georgetown Wet Weather Treatment Station Project.

The contract is anticipated to be phased as follows, as detailed below in the Scope of Work:

Phase 1: Pre-Construction Period Services – anticipated duration 12 months

Phase 2: Construction Period Services – anticipated duration 72 months

This Scope of Work reflects the County’s current understanding of the work; however it may be updated during negotiations.

BACKGROUND King County Wastewater Treatment System Overview In 2012, the King County Council adopted an amendment to the Combined Sewer Overflow (CSO) Long Term Control Plan (LTCP) which includes the Brandon/Michigan CSO Treatment Plant project. The primary objective of this project is to control two combined sewer overflows, the Brandon Street CSO (DSN 0041) and the South Michigan Street CSO (DSN 039), to one untreated CSO event per year on a 20-year moving average to meet the conditions of the 2013 CSO Consent Decree (CD) agreement with the Environmental Protection Agency, Federal Department of Justice, and the Washington State Department of Ecology. The CD specifies milestones for this project that are subject to penalties if not met. The draft, County-developed project schedule incorporates the CD specified milestones. The CD further requires that CSOs shall meet all NPDES Permit limits and State water quality standards, or the County will be subject to penalties and/or supplemental compliance orders.

Georgetown Wet Weather Treatment Station (GWWTS) Project The LTCP and CD specify that the Brandon Street and South Michigan Street Regulator CSOs will be controlled by the construction of a new CSO treatment facility known as the Georgetown Wet Weather Treatment Station (GWWTS). The GWWTS will include:

1. Influent conveyance piping and connections to the County’s existing pipelines. 2. Regulator. 3. Screening removal. 4. Approximate 1.1 million gallon flow equalization tank. 5. 70 million gallon per day pump station. 6. Ballasted sedimentation clarification system (Kruger Actiflo) and temporary solids

storage. 7. Ultra-violet disinifection (Suez Aquaray 3x). 8. Ancillary facilities including, odor control, essential services generators,

operations/maintenance support building, and chemical storage. 9. Effluent conveyance and an outfall structure in the Duwamish River.

Page 23: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 2 of 9 Attachment 1 Scope of Work

The project is currently in final design by CH2M Hill, Inc. The current estimated construction cost of the project is over $100M.

The project site is in the Georgetown neighborhood of Seattle north of South Michigan Street, between 4th Avenue South and E. Marginal Way South.

Further project information including a site map is available on the County’s web site: http://www.kingcounty.gov/environment/wtd/Construction/Seattle/BrandonMichiganCSO.aspx

It is currently anticipated that the project will be completed via four (4) construction contracts:

1. Site Preparation and Demolition (12 months, beginning in 2017) 2. Georgetown Wet Weather Treatment Station (48 months, beginning in 2018) 3. Conveyance (12-18 months, start date to be determined) 4. Outfall (12-18 months, start date to be determined)

Construction Management County staff will fill a number of construction management roles, including the primary decision-making role of Project Representative (“PR”), who is named in the construction contract as the primary contact with the construction contractor (“Contractor”) and with sole authority regarding construction contractual matters. County staff are currently anticipated to fill the lead administrative role, provide general construction inspection services, and provide mechanical, electrical, instrumentation and controls, and environmental inspection services. The County will also provide all special inspection services required by the building permit.

This construction management services consultant contract scope is structured for the CM Consultant to provide constructability review services during the design stage (Phase 1), and scheduling, cost control, estimating, administration, and inspection services during construction (Phase 2).

In addition to the inspection services identified in the scope of work, the Consultant selected for this work is expected to be capable of providing inspection staff in all disciplines upon request, because County staff availability may change over time.

The Consultant selected for this work will be required to provide office space and certain furnishings and equipment for County and Consultant staff working at the construction site, as identified in Phase 2, Subtask 505.

PROJECT SCHEDULE The following preliminary schedule is the assumed baseline for planning purposes. The schedule will be updated periodically throughout the project.

Execute Contract August 1, 2016

CM Phase 1 – Pre-Construction Services August 2016

Complete Phase 1 July 2017

CM Phase 2 – Construction begins January 2017

Contract Complete June 2023

REFERENCE DOCUMENTS TO BE PROVIDED TO THE SELECTED CONSULTANT The following documents will be made available to the selected consultant after contract execution:

1. Preliminary design specifications and drawings 2. Basis of Design Report

Page 24: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 3 of 9 Attachment 1 Scope of Work

SCOPE OF WORK

CONSULTANT DELIVERABLE STANDARDS 1. For all deliverables, the Consultant shall provide the following unless otherwise specified in

a particular task: A. Draft and final of any plan, report, and technical memos B. One unbound printed copy (for monthly reports/invoices and for bound documents) C. Draft agenda five (5) business days before scheduled meetings or workshops D. Draft Meeting/workshop notes within five (5) business days following the event

2. WTD will review the draft submittals and transmit review comments via email to the

Consultant. The Consultant shall provide a written response to the County for each comment within a mutually agreed timeframe for receipt of the comments; timeframe to be determined during negotiations. Each comment response shall describe how the comment will be incorporated into the final document. Each comment response will be reviewed with the County’s Project Representative (PR) to reach consensus on resolution.

PHASE 1 – PRE-CONSTRUCTION PERIOD SERVICES The purpose of Phase I is to provide construction planning and construction expertise to King County prior to finalization of design documents for the construction contracts. This phase is expected to start in 2016 and extend into 2017.

TASK 100 – PROJECT MANAGEMENT The Consultant shall be responsible for organization, management and coordination of the services described in this Scope of Work. The Consultant is responsible for managing all the activities of its project team, including all staff and subconsultant coordination. The Consultant shall keep the County advised on all aspects of work under this contract, and shall coordinate its work with County staff and other consultants and contractors.

SUBTASK 101 – Consultant Construction Management Plan Prepare a draft and final Consultant Construction Management Plan (Plan) which outlines the roles, responsibilities, policies and procedures to be used to accomplish this Scope of Work. The Plan shall, at a minimum, address the following:

1. Project Description and Background. 2. Proposed Consultant staff roles and responsibilities (the County will provide information

on County staff responsibilities for inclusion into the Plan) 3. Project specific addendum to the Wastewater Treatment Division (WTD) Construction

Management Manual that includes project specific report forms and templates for monitoring performance of Construction Contractor.

4. Organization chart. 5. Narrative description of staffing plan.

DELIVERABLES:

• Consultant Construction Management Plan

Page 25: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 4 of 9 Attachment 1 Scope of Work

SUBTASK 102 – Safety Program Prepare a Health and Safety Program for Consultant staff. Review and revise as necessary. Conduct an initial safety orientation and monthly safety reviews for all Consultant and subconsultant staff visiting the site.

DELIVERABLES:

• CM Consultant Health and Safety Program

SUBTASK 103 – CM Team Meetings Hold CM team meetings in preparation for each of the constructability review meetings.

DELIVERABLES:

• Meeting notes

SUBTASK 104 – CM Contract Progress Reporting The Consultant shall prepare monthly progress reports, to be submitted to the County by the 15th of each month.

Each report shall include:

• Outline of work completed during the reporting period. • Work scheduled for the next period. • Review of planned budget vs. actual expenditures. • Review of schedule progress vs. actual progress.

DELIVERABLES:

• Monthly Progress Reports

SUBTASK 105 – Office Space Lease Evaluation The Consultant shall procure and manage office space for Consultant and County staff for the duration of construction. Under Phase I of this contract the Consultant shall research possible office space locations with County participation. The Consultant shall prepare a memorandum summarizing possible office space locations and all forecasted costs associated with those locations including but not necessarily limited to, janitorial services, tenant improvements, and utilities. This memorandum shall provide a recommended office space alternative.

Office space is anticipated to be leased under Phase II of this contract.

DELIVERABLES:

• Office Space Lease Evaluation memorandum.

• Preliminary lease agreement.

TASK 200 – DESIGN REVIEW

SUBTASK 201 – 60% DESIGN CONSTRUCTABILITY REVIEW The Consultant shall:

1. Perform a constructability review at 60% design completion of each of the anticipated four (4) contract packages. The 60% GWWTS, conveyance, and outfall reviews are expected to occur concurrently.

Page 26: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 5 of 9 Attachment 1 Scope of Work

2. Provide technical advice regarding the design and construction of the project. 3. Identify opportunities for cost savings. 4. Attend County design information workshop for an overview of the 60% design submittal.

DELIVERABLES: Written documentation of constructability review comments and recommendations

SUBTASK 202 – 90% AND FINAL CONTRACT DRAWINGS AND SPECIFICATIONS REVIEW The Consultant shall:

1. Perform a constructability review at 90% of each of the anticipated four (4) contract packages. The 90% GWWTS, conveyance, and outfall reviews are expected to occur concurrently.

2. Provide technical advice regarding the design and construction of the project. 3. Identify opportunities for cost savings. 4. Attend County design information workshop for an overview of the 90% design submittal.

DELIVERABLES: Written documentation of constructability review comments and recommendations.

TASK 300 – SCHEDULING SERVICES The Consultant shall review the construction schedule prepared by the Designer during the pre-construction period using Primavera scheduling and analysis software to identify and document potential problems or opportunities.

Review the project schedule at 60% and 90%. DELIVERABLES:

1. Written documentation of the schedule reviews, comments, and recommendations.

TASK 400 – COST CONTROL SERVICES The Consultant shall provide independent reviews of the construction cost estimates prepared by the Designer for the 60% and 90% design review submittals.

The Consultant may provide independent cost estimating services at 60% and 90% design, after bids are received, and during the pre-construction period to verify and analyze bids, designer’s estimates, project optimization ideas, and bid elements.

DELIVERABLES: 1. Written documentation of the cost estimate reviews, comments, and recommendations. 2. Cost estimates.

Page 27: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 6 of 9 Attachment 1 Scope of Work

The initial scope of work for this Contract is for Phase 1 only. A general description of the scope of work for future phases is presented below. The scope of work for subsequent phases will be developed in accordance with the Agreement terms and conditions.

PHASE 2 – CONSTRUCTION PERIOD SERVICES Phase 2 includes tasks to manage and perform construction management services during the construction phase of the project.

TASK 500 – PROJECT MANAGEMENT The Consultant shall be responsible for organization, management and coordination of all services described in this Scope of Work.

Subtask 501 – Consultant Construction Management Plan Update Prepare an update to the Plan.

Subtask 502 – Safety Program Update the Health and Safety Program for Consultant Staff .

Subtask 503 – CM Team and Construction Progress Meetings Consultant staff shall attend and document weekly meetings with County CM staff and Contractor. The purpose of the weekly meetings is to review the CM contract status and issues, construction status and issues, schedules, status of Requests for Information (RFIs), change proposals, submittals and other documentation, and other issues that need to be resolved.

Subtask 504 – CM Contract Progress Reporting The Consultant shall prepare monthly progress reports, to be submitted to the County by the 15th of each month.

Each report shall include:

• Outline of work completed during the reporting period. • Work scheduled for the next period. • Review of planned budget vs. actual expenditures. • Review of schedule progress vs. actual progress.

Subtask 505 – Office Space Lease and Management The Consultant shall procure and manage office space, furnishings, and certain equipment for use by Consultant and County staff working at the construction site for the duration of construction. The County anticipates this will include the following, and assumes 8 workstations:

• Office space and furniture, including desks, chairs, file cabinets and other furnishings, equipment and materials typically associated with office work, except computer hardware and software.

• Internet access via fiber optic connection.

The County will provide computers for access to the King County network and network switch.

The County will not provide cell phones, or vehicles or other transportation for Consultant staff.

Page 28: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 7 of 9 Attachment 1 Scope of Work

Office space management shall include coordinating janitorial services, utilities, and any necessary tenant improvements.

TASK 600 – SCHEDULING SERVICES The Consultant shall provide schedule review services for the duration of Construction.

Subtask 601 – Baseline Construction Schedule Review Provide an initial construction schedule review/analysis report of the Contractor’s draft and final baseline schedule (include one review of initial schedule and review of up to three revisions of that schedule).

Subtask 602 – Construction Schedule Analysis Updates Review and analyze the Contractor’s monthly construction schedule updates, determine the completed work for approval of the Application for Payment. Monitor the float consumption.

Effectively review and track cash flow related to cost loaded schedule. Additionally, review Contractor’s proposed schedules for each Request for Change Orders (RCO) and Requested Change Proposals (RCP).

Subtask 603 – Schedule Development and Maintenance for GWWTS Program Develop and maintain a single construction schedule, incorporating all four construction contract schedules to be referred at the GWWTS Program schedule.

TASK 700 – COST CONTROL SERVICES Subtask 701 – Independent Cost Estimate Development and Reviews The Consultant shall perform a review of Contractor’s project cost estimates for Proposed Changes and prepare independent cost estimates. The Consultant will perform independent cost estimates for engineering alternatives on an as-needed basis. The Consultant will provide a pre-negotiation position.

TASK 800 – CONSTRUCTION CONTRACT ADMINISTRATION AND CLAIMS ANALYSIS

Subtask 801 – Monthly Construction Status Reporting Prepare monthly progress reports of the Construction work and progress, to be submitted to the County by the 15th of each month.

Each report shall include:

• Brief summary of construction completed during the period. • Construction work in progress and/or scheduled to start for the next period. • Issues which need to be addressed to maintain schedule. • Review of schedule progress vs. actual progress. • Review of contractor’s cash flow and cash flow projections. • Identification of critical issues with construction which could impact cost or schedule. • Status report on Contractor’s administrative requirements including As-Built

documentation, submittal follow up, change order processing, RFI responses, schedule submittals, technical submittals and re-submittals, and others.

Subtask 802 – Document Controls/Management The Consultant shall maintain the construction project filing system using the County’s filing system index. At project completion, Consultant shall prepare project files for archiving, in

Page 29: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 8 of 9 Attachment 1 Scope of Work

accordance with King County records management standards. Activities include but are not limited to the following:

• Maintain an electronic log of all correspondence, submittals, and other project documentation.

• Maintain and manage all hard copy document files. • Prepare documents for electronic archiving, to include scanning and indexing, at the

close of the Project. • Maintain logs, distribute and track submittals:

o Request for Information (RFI) tracking and monitoring log. o Contractor submittal tracking and monitoring log. o Request for Change Order (RCO) log, and the owner’s Request for Change

Proposal (RCP) log.

Subtask 803 – Contractor Submittal, RFI, and Correspondence Review and Coordination The Consultant shall review and report on all written communication between the Contractor and King County, including but not limited to all Contractor submittals (approximately 1,000 submittal and resubmittals anticipated) and correspondence, requests for information (approximately 1,000 anticipated), change requests, and submittals.

Subtask 804 – As-Built Drawing Documentation The Consultant shall review the Contractor’s As-Built Drawing Documentation as submitted and record progress; report to the County any documentation that is not being kept current by the Contractor; and monthly, with each Contractor pay request, report if the Contractor’s as-built documentation records show all progress on the project for which payment is requested.

Subtask 805 – Change Order Administration The Consultant shall provide services for timely management of change orders, using the electronic change order management system specified by the County, with hard copy backup.

Services include but are not limited to the following:

• Track all potential changes, RCOs, RCPs, and Change Orders. • Document all negotiation proceedings, meetings, and correspondence. • Prepare updated cost reports showing total cost of change orders and include in the

monthly status report. This report should also reflect potential costs of change items, approved for change orders, total amount paid to date, and a percentage complete for each change order.

Subtask 806 – Claims and Dispute Analysis The Consultant may be asked to provide dispute analysis services. When issues appear to be in dispute, provide written background materials to the County for discussion and planning for resolution. Participate in resolution meeting with the County to attempt to resolve and/or avoid claims prior to entering into a dispute/claim process.

Subtask 807 – Contractor Progress Payment Review Review work in progress monthly with the County to determine the status of work for payment purposes. Work to include:

Page 30: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Page 9 of 9 Attachment 1 Scope of Work

• Review of the Contractor’s pay request. Provide request of additional documentation needed, ensure that work status is accurately reflected in the progress payment request, and ensure that the construction contract requirements are being met.

• Document review of pay request reviews and main files. • Provide a written recommendation to the CM PR indicating the amount to be paid

based on the above reviews, with indication of any irregularities or issues to be resolved.

• Process Contractor progress payment after review and approval by the County.

TASK 900 – INSPECTION SERVICES

Subtask 901 – Field Inspection Services Provide civil/structural field, environmental, mechanical, electrical, startup and I&C inspection services as needed to observe and document construction activities.

TASK 1000 – POST CONSTRUCTION DOCUMENTATION SERVICES Subtask 1001 – Post Construction Closeout Documentation Provide services to complete project closeout procedures, including but not limited to documentation of receipt of O&M manuals, training manuals, manufacturer’s warranties, acceptance testing, and attending the lessons learned session.

Page 31: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 page 1 of 1 Attachment 2 Rev 04/07/2016 Statement of Qualifications Certification

ATTACHMENT 2 - STATEMENT OF QUALIFICATIONS CERTIFICATION (Proposer must use this form; do not use previous versions.)

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 they have read the terms and conditions, and this Proposal is submitted in accordance with this solicitation and all issued addenda, and that the Proposer agrees to be bound by the same.

Firm Name _____________________________________

Signature _______________________________________

Printed Name____________________________________

Title ___________________________________________

Date ___________________________________________

Page 32: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Attachment 3

ATTACHMENT 3 - PROJECT APPROACH CHART

Page 33: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

ATTA

CH

MEN

T 3

- PR

OJE

CT

APPR

OAC

H C

HAR

T

P002

01P1

6At

tach

men

t 3Pr

ojec

t App

roac

h C

hart

Atta

chm

ent 3

- Pr

ojec

t App

roac

h C

hart

(PA

C)

RFP

#:

P002

01P1

6Ti

tle:

CM

Ser

vice

s fo

r Geo

rget

own

Wet

W

eath

er T

reat

men

t Sta

tion-

Phas

e 1

KEY

PER

SON

NEL

(hou

rs)

Prim

eSu

b1Su

b2Su

b3Su

b4Su

b5C

RT

(agg

rega

te)

Geo

tech

nica

l Eng

inee

rPr

ojec

t M

anag

erR

esid

ent

Engi

neer

#1

Res

iden

t En

gine

er #

2Pr

ojec

t Sc

hedu

ler

Proj

ect

Estim

ator

Task

#Ta

sk T

itle

% o

f Tot

al

Effo

rtFi

rm N

ame

Firm

Nam

eFi

rm N

ame

Firm

Nam

eFi

rm N

ame

Firm

Nam

eTo

tal %

All

Firm

sN

ame

Nam

eN

ame

Nam

eN

ame

Nam

eN

ame

100

Pro

ject

Man

agem

ent

0%20

0D

esig

n R

evie

w0%

300

Sch

edul

ing

Ser

vice

s0%

400

Cos

t Con

trol S

ervi

ces

0%To

tal

0%=

requ

ired

field

Page 34: Request for Proposal Construction Management Services · PDF fileRequest for Proposal . Construction Management Services for ... Construction Management Services for Georgetown Wet

P00201P16 Attachment 4 Rev 04/07/2016

ATTACHMENT 4 - FORMS The following listed Forms 1 - 8 must be completed and submitted by all Proposers with

their proposals. Current versions of forms numbered 1-6 below must be used and are available for download at: http://www.kingcounty.gov/depts/finance-business-operations/procurement/for-business/forms.aspx.

1. Certification for Contracts, Grants, Loans, and Cooperative Agreements (Federally Funded Contracts - SRF) completed by Prime and all Subconsultants

2. Disclosure of Lobbying Activities (Federally Funded Contracts) Standard Form – LLL; completed by Prime and all Subconsultants with lobbying activities to disclose

3. Compliance Statement (Executive Order No. 11246) – Consultant (Federally Funded Contracts) completed by Prime only

4. Certification of Nonsegregated Facilities (Federally Funded Contracts - SRF) completed by Prime and all Subconsultants

5. Sworn Statement of Compliance With Small, Women and Minority Business Utilization Requirements (Federally Funded Contracts - SRF) completed by Prime only

6. Small, Women, and Minority Business Enterprises to be Utilized – Consultant (Federally Funded Contracts - SRF) completed by Prime only

Forms 7 and 8 below are available for download at https://procurement.kingcounty.gov/procurement_ovr/default.aspx.

7. King County EPA-Equivalent Form 6100-3 (DBE Subcontractor Performance Form) A separate form is to be submitted for each DBE Subconsultant and signed by the Subconsultant and

Prime

8. King County EPA-Equivalent Form 6100-4 (DBE Subcontractor Utilization Form) completed and signed by Prime only

GUIDANCE FOR COMPLETING FORMS 7 AND 8 In the columns titled “Price of Work Submitted to the Prime Contractor” (6100-3) and “Est. Dollar Amt” (6100-4), in lieu of a dollar amount provide the estimated percentage of the work proposed for each DBE subconsultant.

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

a) Consultant Disclosure Form

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

c) Certificates of Insurance

d) EPA Form 6100-2 (DBE Subcontractor Participation Form) To be provided by King County to Prime, who must provide to all of its DBE subconsultants.

Current versions of items a) and b) are available at: http://www.kingcounty.gov/procurement/forms