REQUEST FOR PROPOSAL Contract Title: Design Consulting Services for the Ship Canal Water Quality...
Transcript of REQUEST FOR PROPOSAL Contract Title: Design Consulting Services for the Ship Canal Water Quality...
City of Seattle
REQUEST FOR QUALIFICATIONS AND PROPOSED APPROACH
Design Contract
RFQPA Title: Design Consulting Services for the Ship Canal
Water Quality Project- Tunnel Storage
RFQPA Number: 14-213-S
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 2 of 69
Procurement Schedule
Schedule of Events Date Location
RFQPA Release Tuesday, May 12, 2015 May 12 and May 13,
2015Daily Journal of
Commerce
Pre-Submittal Conference Thursday, May 21, 2015
2:30-4:30pm
Bertha Knight Landes Room,
Seattle City Hall
Deadline for Questions Friday , June 12, 2015,
4pm
NA
SOQPA1 Due Friday, June 26, 2015
12 Noon
Seattle Municipal Tower,
50th Floor SPU Contracts
Division
Short-Listed Firms Announced Thursday, July 9, 2015 NA
RFQPA Interviews Thursday, July 23 –
Friday, July 24, 2015
Seattle Municipal Tower, see
address below
Announcement of Successful Proposer(s) Friday, August 7 NA
Anticipated Negotiation Completion Friday, September 11,
2015
NA
Anticipated Contract Execution Friday, September 18,
2015
NA
The City reserves the right to modify this schedule at the City’s discretion.
Notification of changes will be posted on the City website or as otherwise stated herein.
1 “SOQPA” and “Proposed” shall be used interchangeably.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 3 of 69
Procurement Contact
SPU Contract Administrator : Ernest Martin, , ([email protected])
Physical Address US Post Office - Mailing Address
Ernest Martin/SPU Contract Division
Seattle Public Utilities
700 Fifth Avenue
Seattle Municipal Tower, 50th Floor
Seattle, Washington, 98104
Ernest Martin/SPU Contracts Division
Seattle Public Utilities
Seattle Municipal Tower
PO Box 34018
Seattle, WA 98124-4018
Proposers must direct all questions to the SPU Contract Administrator and may rely only upon information received from the SPU
Contract Administrator. Following the Proposal submittal deadline, Proposers shall continue to direct communications to the SPU
Contract Administrator. All questions or inquiries regarding this RFQPA shall be directed via e-mail to ([email protected]).
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 4 of 69
Table of Contents
6.1 Registration into City Registration System 12
6.2 Pre-Proposal Conference 12
6.3 Questions 12
6.4 Changes to the RFQPA/ Addenda 12
6.5 Receiving Addenda and/or Question and Answers 13
6.6 Proposal Submittal. 13
6.7 Proposer Responsibility to Provide Full Response 14
6.8 No Guaranteed Utilization 15
6.10 Right to Award to Next Highest Ranked Consultant 15
6.11 Negotiations 15
6.12 Effective Dates of Offer 15
6.13 Cost of Preparing Proposals 15
6.14 Readability 15
6.15 Changes or Corrections to Proposal 15
6.16 Errors in Proposals 15
6.17 Rejection of Proposals 16
6.18 Incorporation of RFQPA and Proposal in Contract 16
1. Project Description ................................................................................................ 6
2. Minimum Qualifications ....................................................................................... 10
3. Scope of Work ..................................................................................................... 11
4. Consultant Fees ................................................................................................... 11
5. Contract Modifications ........................................................................................ 12
6. Instructions, Procedures and Requirements ........................................................ 12
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 5 of 69
6.19 Independent Contractor 16
6.20 Equal Benefits 16
6.21 Women and Minority Subcontracting 16
6.22 Insurance Requirements 17
6.23 Proprietary and Confidential Material 17
6.24 Ethics Code 18
List of Attachments:
Attachment 0: Insurance Requirements
Attachment 1: Consultant Contract
Attachment 2: City Business License Instructions
Attachment 3: City Business License Application
Attachment 4: Inclusion Plan
Attachment 5: Contractor Vendor Brochure
Attachment 6: Consultant Vendor Questionnaire
Attachment 7: W9 Form
Attachment 8: Scope of Work
Attachment 9: List of Reference Documents
7. Consultant Procurement Package ........................................................................ 19
8. Selection Process ................................................................................................. 24
9. Award and Contract Execution ............................................................................ 25
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 6 of 69
1. Project Description This work includes the design and construction support services for the Ship Canal Water Quality Project. The
WSC Design Services will support Seattle Public Utilities (SPU) in the design and implementation of a shared CSO
storage tunnel for CSO control of SPU’s Ballard and Fremont/Wallingford CSO areas and King County’s 3rd
Avenue West and 11th Avenue Northwest CSO areas.
The CSO areas included in this project are as follows and are shown in Figure 1 below.
(1) Ballard CSO Outfalls (NPDES 150/151, 152) – control volume approximately 6 million gallons,
(2) KC 11th Ave CSO Outfall – control volume approximately 1.9 million gallons,
(3) Fremont CSO Outfall (NPDES 174) – control volume approximately 1.1 million gallons,
(4) KC 3rd Ave CSO (NPDES 08)– control volume approximately 4.2 million gallons, and
(5) Wallingford CSO Outfall (NPDES 147) – control volume approximately 2.2 million gallons.
Figure 1: Project Area
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 7 of 69
The goal of the WSC CSO Storage (Project) is to help control the CSOs from SPU’s Ballard basin, SPU’s
Fremont/Wallingford basins, King County’s 3rd Ave W basin and 11th Ave NW basins. Both SPU and King County
have federal Consent Decrees and State Wastewater Permits that require CSOs to be controlled to a
performance standard of one untreated discharge per year, on average. To meet this goal, different storage and
flow transfer concepts were evaluated in SPU’s Long- Term Control Plan (LTCP), (SPU, 2014) and King County’s
CSO Control Plan, (King County DNR, 2012).
This project will be jointly funded by SPU and King County to convey and store flows in a shared tunnel. Flows
would be conveyed from SPUs Ballard and Fremont/Wallingford basins and King County’s 3rd Ave W and 11th
Ave NW basins. Project features overview is presented in Figure 2 and Table 1 below.
Figure 2: Schematic
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 8 of 69
Table 1: Project Elements
Ship Canal Water Quality Project Tunnel
Facility
(in contract)
Approximately 14,000 LF of 14 Foot Effective Diameter Tunnel with 4 drop shafts (West
Tunnel Portal and Tunnel Effluent Pump Station, East Tunnel Portal, 11th Ave NW Drop
Structure, and 3rd Ave W Drop Structure)
Minimum
Required
Storage Volume
15.24 MG
Influent
conveyance (not
in contract)
100 LF
36”
Gravity
Sewer
750 LF 42”
Gravity
Sewer
1570 LF 60”
Gravity
Sewer
600 LF 48” Gravity Sewer
to NPDES174/ 3rd Ave W
Drop Structure (trenchless
under ship canal)
60 LF 60”
Gravity Sewer to
11th Ave NW
Drop Structure
Effluent Force
Main
(in contract)
~1900 LF 36” Forcemain Discharges into KC Ballard Siphon
Effluent Pump
Station
(in contract)
32 MGD Capacity
The target dates for key Project milestones are listed in Table 2 below to provide an overview of the planned
Project schedule. The tasks and target dates listed below are taken from SPU’s preliminary project schedule and
do not include target dates for permits, project approvals, and other tasks. The target dates for Phase 2 and
Phase 3 tasks are dependent upon the time for completing the preliminary engineering, the time required for
obtaining the necessary permits and approvals, and SPU cash-flow constraints.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 9 of 69
Table 2: Project Schedule Milestones
Project Phases and Key Milestones Target Dates for Key Milestones
Phase 1 – Preliminary Engineering
Design Consultant Selected August 2015
Design Consultant Notice to Proceed September 2015
Facility Plan Confirmation Begins October 2015 (NTP + 1
month)
Phase 2 – Final Design for Storage; Drop Structures; Pump Station: Force Main and I&C
30% Design Complete - Storage; PS/FM
Design; BODR (includes 10% I&C) April 2016
60% Design Complete - Storage; PS/FM
Design; August 2016
90% Design Complete- Storage; PS/FM
Design December 2016
100% Design Complete- Storage; PS/FM
Design June 2017
Phase 3 – Construction*
Storage (include drop structures); PS/FM;
Construction Begins (Storage) August 2018
Substantial Completion (Storage) July 2021
Construction Begins – Pump Station &
Force Main August 2019
Substantial Completion – Pump Station & October 2022
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 10 of 69
Project Phases and Key Milestones Target Dates for Key Milestones
Force Main
I&C (Design Build Procurement Tentative schedule)2
I&C DB Procurement April 2017
I&C NTP February 2020
Construction Complete – I&C December 2023
Commissioning and Startup – I&C January 2024
Substantial Completion – I&C June 2024
Operations and Monitoring 2024 - 2025
*These target dates may shift to later dates depending upon the timing of the NTP in Phase 1. The final
construction sequence and schedule will be determined by the Consultant and the Owner, however target
completion dates may not be adjusted without approval by SPU.
2. Minimum Qualifications The following minimum qualifications are required for a Consultant to be eligible to submit a response to the
RFQPA. Responses must clearly show compliance to these minimum qualifications. Responses that are not
clearly responsive to these minimum qualifications shall be rejected by the City without further consideration.
1. License and Business Tax Requirements. The Consultant may be required to have a City of Seattle Business
License Number. The Consultant needs to meet all licensing requirements that apply to their business
immediately after contract award or SPU may reject the Consultant. Companies must license, report and pay
revenue taxes for the Washington State business License (UBI#) and Seattle Business License, if they are
2Note that DB work is not part of this contract. However, the selected design firm shall provide bridging documents
including pertinent technical support services during the DB procurement process.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 11 of 69
required by the laws of those jurisdictions. The Consultant should carefully consider those costs prior to
submitting their offer, as SPU will not separately pay or reimburse those costs to the Consultant.
2. State Business Licensing. Before the contract is signed, you must have a State of Washington business license (a
“Unified Business Identifier” known as a UBI#). If the State of Washington has exempted your business from
State licensing (for example, some foreign companies are exempt and in some cases, the State waives licensing
because the company does not have a physical presence in the State), then submit proof of that exemption to
the City. All costs for any licenses, permits and associated tax payments due to the State as a result of licensing
shall be borne by the Consultant and not charged separately to the City. Instructions and applications are at
http://www.dol.wa.gov/business/file.html and the State of Washington Department of Revenue is available at
1-800-647-7706.
3. Consultant must have a local office within 50 miles of the greater Seattle city limits.
4. Consultant must have successfully performed at least one contract with a public or private agency of similar size
to the City of Seattle with services and value similar or greater to those expected by the City for this contract.
5. Consultant team must have demonstrated tunnel design/geotechnical expertise as well as CSO control structure
experience and regional system integration.
6. Consultant team should also have demonstrated hydrologic & hydraulic modeling, hydraulic analysis, and
hydraulic design experience in support of design. Demonstrated experience must involve hydraulic control
structures in a sewer collection system.
3. Scope of Work The Selected Consultant will be asked to perform the tasks listed in the Scope of Services provided in
Attachment 8 of this RFQPA. At the sole discretion of the City, the Consultant may be asked to perform
unanticipated additional work relating to the project. Such additional work could increase the estimated value
of this contract beyond the range listed below for the initial contract and subsequent construction phase.
4. Consultant Fees The contract will cover the Scope of Services as outlined in Attachment 8, although SPU anticipates that some
clarifications or modifications to the scope will occur during contract negotiations. The estimated cost (Class IV)
for construction is in the range of $ 116 M to $120 M .
The actual contract amount will be negotiated after a firm has been selected and the scope of work finalized.
The City will pay the Consultant the approved All-Inclusive Billing Rates which is a combination of base salary
plus the Consultant’s audited overhead and fringe benefits rates plus a fee for profit. Sub-consultants will be
paid at their actual All-Inclusive Billing Rates as well.
Consultant and sub-consultant All-Inclusive Billing Rates will be in effect throughout the term of the contract,
but may be renegotiated for any subsequent contract amendment.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 12 of 69
5. Contract Modifications The City consultant contract is provided (see Attachment #1). SPU has attached its contract form with this
solicitation to allow Proposers an opportunity to become familiar with the contract terms. Questions regarding
the contract language must be raised during the question period.
If a Consultant seeks to modify the Contract, the Consultant must submit a request with their Proposal taking an
“Exception”. The Consultant must provide a revised version that clearly shows their proposed alternative
contract language. SPU is not obligated to accept any modifications proposed by the Consultant. SPU cannot
modify provisions mandated by Federal, State or City law.
6. Instructions, Procedures and Requirements This section details SPU’s instructions and requirements for your submittal. SPU reserves the right in its sole discretion to reject any proposal which fails to comply with the instructions. SPU may waive any non-compliance it believes in its sole discretion to be immaterial.
6.1 Registration into City Registration System
If you have not previously completed a one-time registration into the City of Seattle Registration system, register
at: http://www2.seattle.gov/ConsultantRegistration/ . The City expects all firms to register. Women- and
minority- owned firms are asked to self-identify. For assistance, call #206-684-0444.
6.2 Pre-Proposal Conference
SPU may conduct a pre-proposal conference at the time, date and location provided in page 1. Proposers are
highly encouraged to attend but not required to attend in order to be eligible to propose. The meeting is to
answer questions about the solicitation and clarify issues. This also allows Proposers to raise concerns. The
purpose of the conference is to permit interested parties to obtain additional information, however the
information given is not intended to amend the solicitation or subsequent contracting documents. Failure to
raise concerns over any issues at this opportunity will be a consideration in any protest filed regarding such
items that were known as of this pre-proposal conference. Verbal communications expressed at the pre-
proposal conference will not change the solicitation. Only an addendum issued to amend the solicitation or
supplement the solicitation will be binding.
6.3 Questions
Proposers may submit written questions by e-mail only, to the Contract Manager at any time prior to the question deadline identified on page 1. The Contract Manager will post a copy of the question and its answer Ebidexchange.com.
6.4 Changes to the RFQPA/ Addenda
Changes to the request for proposals may be made by SPU at any time prior to the deadline for proposals. A change to this RFQPA will be made by formal written addendum issued by SPU’s Contract Manager and shall become part of this RFQPA and included as part of the Contract.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 13 of 69
6.5 Receiving Addenda and/or Question and Answers
It is the obligation and responsibility of the Consultant to learn of addendums, responses, or notices issued by
SPU.
Note that some third-party services independently post City of Seattle solicitations on their websites as well.
SPU does not, however, guarantee that such services have accurately provided submitters with all the
information published by SPU.
All proposals sent to SPU may be considered compliant to all Addendums, with or without specific confirmation
from the Proposer that the Addendum was received and incorporated, at the sole discretion of the Contract
Manager. The Contract Manager may reject the submittal if it does not fully incorporate an Addendum.
6.6 Proposal Submittal.
a. Proposals must be received by SPU no later than the date and time given on page 1 except as revised by Addenda.
SPU reserves the right in its sole discretion, to waive timeliness or other matters as immaterial if warranted by the
facts.
b. All pages are to be numbered sequentially with section noticeably tabbed. The format should follow
closely that requested in this RFQPA.
c. SPU has page limits specified in the submittal instructions section. Any pages that exceed the page limit
will be excised from the document for purposes of evaluation.
Hard Copy Submittal
Submit 1 original unbound, 12 stapled copies, and 1 electronic copy of the response on a USB memory drive.
Fax, e-mail and CD copies will not be an alternative to the hard copy. Delivery is to the location specified on
Page 1, Procurement Contact.
a. Proposals should be in an envelope clearly marked and addressed with the Contract Manager’s Name, RFQPA title and number. If submittals are not clearly marked, the Proposer bears all risks of the proposal being misplaced and not properly delivered.
b. Please do not use any plastic or vinyl binders or folders. The City prefers simple, stapled double sided
paper copies. Please use fully 100% recycled stock.
Seattle Business Licensing and associated taxes
a. If you have a “physical nexus” in the city, you must obtain a Seattle Business license and pay all taxes due before
the Contract can be signed.
b. A “physical nexus” means that you have physical presence, such as: a building/facility located in Seattle, you
make sales trips into Seattle, your own company drives into Seattle for product deliveries, and/or you conduct
service work in Seattle (repair, installation, service, maintenance work, on-site consulting, etc).
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 14 of 69
c. We provide a Consultant Questionnaire Form in our submittal package items later in this RFQPA, and it will ask
you to specify if you have “physical nexus”.
d. All costs for any licenses, permits and Seattle Business License taxes owed shall be borne by the Consultant and
not charged separately to SPU.
e. The apparent successful Consultant(s) must immediately obtain the license and ensure all City taxes are current,
unless exempted by City Code due to reasons such as no physical nexus. Failure to do so will result in rejection
of the submittal.
f. Self-Filing You can pay your license and taxes on-line using a credit card https://dea.seattle.gov/self/
g. For Questions and Assistance, call the Revenue and Consumer Protection (RCP) office which issues business
licenses and enforces licensing requirements. The general e-mail is [email protected]. The main phone is 206-
684-8484, or call RCA staff for assistance (Anna Pedroso at 206-615-1611, Wendy Valadez at 206-684-8509 or
Brenda Strickland at 206 684-8404).
h. The licensing website is http://www.seattle.gov/rca/taxes/taxmain.htm.
i. The City of Seattle website allows you to apply and pay on-line with a Credit Card if you choose.
j. If a business has extraordinary balances due on their account that would cause undue hardship to the
business, the business can contact the RCA office (see contacts above in item g.) to request additional
assistance. A cover-sheet providing further explanation, along with the application and instructions for a Seattle
Business License is provided below in attachment 2 and 3 for your convenience.
k. Please note that those holding a City of Seattle Business license may be required to report and pay revenue
taxes to the City. Such costs should be carefully considered by the Consultant prior to submitting your offer.
When allowed by City ordinance, the City will have the right to retain amounts due at the conclusion of a
contract by withholding from final invoice payments.
Federal Excise Tax
The City is exempt from Federal Excise Tax (Certificate of Registry #9173 0099K exempts the City).
6.7 Proposer Responsibility to Provide Full Response
It is the Proposer’s responsibility to provide a complete response that does not require interpretation or
clarification by SPU. The Proposer is to provide all requested materials, forms and information. The Proposer is
to ensure the materials submitted properly and accurately reflects the Proposer’s offering. During evaluation
(prior to interviews if any), SPU will rely upon the submitted materials and shall not accept materials from the
Proposer after the proposal deadline; this does not limit the right of SPU to consider additional information
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 15 of 69
(such as references that are not provided by the Proposer but are known to SPU, or past SPU experience with
the consultant), or to seek clarifications as needed.
6.8 No Guaranteed Utilization
SPU does not guarantee utilization of this contract. The solicitation may provide estimates of utilization; such
information is for the proposer’s convenience and not a usage guarantee. SPU reserves the right to multiple or
partial awards, and/or to order work based on SPU needs. SPU may turn to other appropriate contract sources
or supplemental contracts, to obtain these same or similar services. SPU may re-solicit for new additions to the
Consultant pool. Use of such supplemental contracts does not limit the right of SPU to terminate existing
contracts for convenience or cause.
6.10 Right to Award to Next Highest Ranked Consultant If SPU and the selected Proposer are unable to reach agreement on a fair contract, SPU may elect to reject that
Proposer and enter into negotiations with the next highest ranked Proposer, or may elect to terminate this
selection process. In the event that a contract is executed but is terminated within 90 days thereafter, SPU may
similarly enter into such negotiations with the next highest ranked proposer.
6.11 Negotiations
At the conclusion of the selection process, SPU will enter into negotiations with the apparent successful
proposer.
6.12 Effective Dates of Offer
Solicitation responses are considered valid until the City completes award. Should any Proposer object to this
condition, the Proposer must object prior to the Q&A deadline on page 1.
6.13 Cost of Preparing Proposals
SPU will not be liable for any costs incurred by the Proposer to prepare, submit and present proposals, interviews and/or demonstrations.
6.14 Readability
Proposers are advised that SPU’s ability to evaluate proposals is dependent on the Proposer’s submittal
document, including organization, level of detail, comprehensive material and readable.
6.15 Changes or Corrections to Proposal
Prior to the RFQPA closing date and time, the Proposer may make changes to its proposal, if initialed and dated
by the Proposer. No changes are allowed after the closing date and time.
6.16 Errors in Proposals
Proposers are responsible for errors and omissions in their proposals.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 16 of 69
6.17 Rejection of Proposals
SPU reserves the right to reject any non-responsive proposal or all proposals.
6.18 Incorporation of RFQPA and Proposal in Contract
The provisions of this RFQPA and the Proposer’s proposal will become part of the Contract with the Proposer.
6.19 Independent Contractor
The Consultant works as an independent contractor. Although SPU provides contract and project management,
this is distinguished from a traditional employer-employee function. This contract prohibits Consultant workers
from supervising City employees, and prohibits Consultant workers from supervision by a City employee.
Prohibited supervision tasks include conducting a City of Seattle Employee Performance Evaluation, preparing
and/or approving a City of Seattle timesheet, administering employee discipline, and similar supervisory actions.
As of the time of release of this RFQPA, it is not SPU intention to furnish Consultant workspace. Co-location of
SPU and Consultant staff will be considered and expressly negotiated and provided for in the contract after
successful closing of property purchase in project vicinity. In no case shall such space be made available for
more than the life of the contract without specific authorization from the SPU Contract Manager.
6.20 Equal Benefits
Seattle Municipal Code Chapter 20.45 (SMC 20.45) requires consideration of whether Proposers provide health and benefits that are the same or equivalent to the domestic partners of employees as to spouses of employees, and of their dependents and family members. The Proposer will fill out and submit the Vendor Questionnaire as part of their proposal. The questionnaire includes an “Equal Benefits Compliance Declaration,” which is the mandatory form on which the Proposer shall make a designation about the status of such benefits. If your company does not comply with Equal Benefits and does not intend to do so, you must still supply the information on the Declaration. Instructions are provided on the Declaration. This applies to all City contracts with an estimated value at or above $44,000 a year.
6.21 Women and Minority Subcontracting It is the policy of SPU, as directed through Mayor’s Executive Order and City ordinance to provide the maximum
practicable opportunity for successful participation of minority and women-owned subcontracts. Seattle
Municipal Code, Chapter 20.42, requires that all parties entering into contracts with the City seek meaningful
subcontracting opportunities and supply a plan for including minority and women-owned firms.
This RFQPA requires the Proposer to submit a WMBE Inclusion Plan, which will be a material part of the
contract. The Plan must be responsive in the opinion of SPU, which means a meaningful and successful search
and commitments to include WMBE firms for subcontracting work when applicable. SPU reserves the right to
improve the Plan with the winning Consultant before contract execution. At the request of SPU, Consultants
must furnish evidence of the Consultant's compliance, including documentation such as copies of agreements
with WMBE subcontractor either before contract execution or during contract performance. The winning
Consultant must request written approval for changes to the Inclusion Plan once it is agreed upon. This includes
changes to goals, subconsultant awards and efforts.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 17 of 69
6.22 Insurance Requirements
Any specific City insurance requirements are described below and included in Attachment 1. If attached, provide proof of insurance to the City before Contract execution. If selected, the consultant must deliver proof of insurance prior to the execution of the contract. SPU will remind the apparent successful proposer in the Intent to Award letter. The apparent successful Proposer must promptly provide proof of insurance to the SPU Contract Manager.
6.23 Proprietary and Confidential Material
Requesting Disclosure of Public Records
SPU asks interested parties to refrain from requesting public disclosure of proposal records until a contract is
executed. This measure is intended to shelter the solicitation process, particularly during the evaluation and
selection process or in the event of a cancellation or re-solicitation. With this preference stated, SPU will
continue to be responsive to all requests for disclosure of public records as required by State Law.
Marking and Disclosing Material.
The State of Washington’s Public Records Act (Release/Disclosure of Public Records) under Washington State
Law (reference RCW Chapter 42.56, the Public Records Act) all materials received or created by the City of
Seattle are considered public records. These records include but are not limited to proposal submittals,
agreement documents, contract work product, or other material. Document retention must comply with the
Consent Decrees for King County and the City of Seattle.
The State of Washington’s Public Records Act requires that public records must be promptly disclosed by the
City upon request unless a judge rules that RCW or another Washington State statute specifically exempts
records from disclosure. Exemptions are narrow and explicit and are listed in Washington State Law (Reference
RCW 42.56 and RCW 19.108).
Proposers must be familiar with the Washington State Public Records Act and the limits of record disclosure
exemptions. For more information, visit the Washington State Legislature’s website at
http://www1.leg.wa.gov/LawsAndAgencyRules).
If you believe any records you are submitting to the City as part of your submittal or contract work product, are
exempt from disclosure you can request that SPU not release the records until SPU notifies you about the
pending disclosure. To make that request, you must complete the appropriate portion of the Consultant
Questionnaire (Non-Disclosure Request Section) and very clearly and specifically identify each record and the
exemption(s) that may apply. If you are awarded a contract with SPU, the same exemption designation will
carry forward to the contract records.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 18 of 69
SPU will not withhold materials from disclosure simply because you mark them with a document header or
footer, page stamp, or a generic statement that a document is non-disclosable, exempt, confidential,
proprietary, or protected. Do not identify an entire page as exempt unless each sentence is within the
exemption scope; instead, identify paragraphs or sentences that meet the specific exemption criteria you cite on
in the Consultant Questionnaire. Only the specific records or portions of records properly listed on the
Consultant Questionnaire will be protected and withheld for notice. All other records will be considered fully
disclosable upon request.
If SPU receives a public disclosure request for any records you have properly and specifically listed on the
Consultant Questionnaire, SPU will notify you in writing of the request and postpone disclosure, providing
sufficient time for you to pursue an injunction and ruling from a judge. While it is not a legal obligation, SPU, as
a courtesy, allows up to ten business days to file a court injunction to prevent SPU from releasing the records
(reference RCW 42.56.540). If you fail to obtain a Court order within the ten days, SPU may release the
documents.
By submitting for this solicitation, the Consultant acknowledges the obligation to clearly identify such records
within the Consultant Questionnaire, and that SPU has no obligation or liability to the proposer if the records are
disclosed.
6.24 Ethics Code
Please familiarize yourself with the City Ethics code: http://www.seattle.gov/ethics/etpub/et_home.htm.
Included in the Attachments is a pamphlet for Consultants, Customers and Clients. Specific question should be
addressed to the staff of the Seattle Ethics and Elections Commission at 206-684-8500 or via email: (Executive
Director, Wayne Barnett, 206-684-8577, [email protected] or staff member Kate Flack,
No Gifts and Gratuities
Consultants shall not directly or indirectly offer anything of value (such as retainers, loans, entertainment,
favors, gifts, tickets, trips, favors, bonuses, donations, special discounts, work, or meals) to any City employee,
volunteer or official, if it is intended or may appear to a reasonable person to be intended to obtain or give
special consideration to the Consultant. An example is giving a City employee sporting event tickets to a City
employee that was on the evaluation team of a solicitation to which you submitted. The definition of what a
“benefit” would be is very broad and could include not only awarding a contract but also the administration of
the contract or the evaluation of contract performance. The rule works both ways, as it also prohibits City
employees from soliciting items of value from Consultants. Promotional items worth less than $25 may be
distributed by the Consultant to City employees if the Consultant uses the items as routine and standard
promotions for the business.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 19 of 69
Involvement of Current and Former City Employees
If a Consultant has any current or former City employees, official or volunteer, working or assisting on
solicitation of City business or on completion of an awarded contract, you must provide written notice to SPU of
the current or former City official, employee or volunteer’s name. The Consultant Questionnaire within your
submittal documents prompts you to answer that question. You must continue to update that information to
SPU during the full course of the contract. The Consultant is to be aware and familiar with the Ethics Code, and
educate Consultant workers accordingly.
Contract Workers with more than 1,000 Hours
The Ethics Code has been amended to apply to Consultant company workers that perform more than 1,000
cumulative hours on any City contract during any 12-month period. Any such Consultant company employee
covered by the Ethics Code must abide by the City Ethics Code. The Consultant is to be aware and familiar with
the Ethics Code, and educate Consultant workers accordingly.
No Conflict of Interest
Consultant (including officer, director, trustee, partner or employee) must not have a business interest or a close
family or domestic relationship with any City official, officer or employee who was, is, or will be involved in
selection, negotiation, drafting, signing, administration or evaluating Consultant performance. SPU shall make
sole determination as to compliance.
7. Consultant Procurement Package The SOQPA should be packaged with each of the following documents. This list is for the convenience of
proposers, to assist with quality control before submittal of your final package. Addenda may change this list;
be sure to check any final instructions:
1. Legal Name: Submit a certificate, copy of web-page, or other documentation from the Secretary of State in which you incorporated that shows your legal name as a company. Many companies use a “Doing Business As” name or a nickname in their daily business. However, SPU requires the legal name of your company, as it is legally registered. When preparing all forms below, be sure to use the proper company legal name. Your company’s legal name can be verified through the State Corporation Commission in the state in which you were established, which is often located within the Secretary of State’s Office for each state. For the State of Washington, see (http://www.secstate.wa.gov/corps/).
2. Minimum Qualifications: Provide a single page that clearly lists each Minimum Qualification, and exactly
how you achieve each minimum qualification. Remember that the determination that you have achieved all the minimum qualifications is made from this page. SPU is not obligated to check references or search other materials to make this decision.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 20 of 69
3. Mandatory – Vendor Consultant Questionnaire: Submit the Vendor Consultant Questionnaire contained in Attachment 6 with your proposal package. Be sure to submit this, even if you have sent one in to the City on previous solicitations or contracts.
4. Proposal Evaluation: SPU will evaluate proposals using the criteria specified below. Responses will be evaluated and ranked or scored. The SPU Contract Manager shall review submittals for initial decisions on responsiveness and responsibility. Those found responsive and responsible based on this initial review shall then be evaluated by the criteria listed below. Equal Benefits, responsive Inclusion Plan, satisfactory past performance if applicable, satisfactory financial responsibility and other elements are screened in this Step.
RFQPA
Respondents to this RFQPA must submit 13 copies (1 original unbound, 12 stapled copies, and 1 electronic
copy of the response on a USB memory drive) of a statement of qualifications and project approach (Proposal),
which includes its firm’s and their sub-consultants' qualifications, as well as a statement of its project approach.
SPU requires the use of double-sided copies in the Proposal and that the Proposal be fastened with 1 staple
(binders, comb binding, etc., are not allowed). The total possible points for the RFQPA are 100 points. The
Project Approach, Recent Relevant Experience, and Team Member Qualifications sections are limited to a
maximum of 100 printed pages (50 sheets of paper printed on each side). The evaluation points and page limits
are divided as shown below.
The respondent should include the following information organized in the order described below:
Prime Consultant and Sub-consultants’ Recent Relevant Corporate Experience, up to 21 printed
pages (10 sheets of paper printed on each side and one (1) 1-sided 11x17 if needed), maximum of 20
points
Provide descriptions of at least 3 and no more than five (5) recent tunneling, pump station,
conveyance systems, CSO and/or similar design projects demonstrating the key firms members of
design team qualifications to provide design engineering services, specifically services where the
following activities were performed:
o Used monitoring and modeling information to verify the basis of design,
o Identified alternatives to provide engineering solutions,
o Evaluated alternatives using the SPU business case approach,
o Prepare contract documents for the preferred alternative.
The descriptions of above mentioned projects shall include the client (i.e., municipality or agency),
a summary of the work performed, the contract amount, the schedule, the specific role of the
prime consultant, the project’s outcomes, and client reference and contact information.
The consultant shall provide descriptions of at least 2, but no more than 3 recent Geotechnical
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 21 of 69
Baseline Reports (GBR) the consultant team has authored, and which demonstrate the key team
members’ qualifications and thorough understanding of the requirements and role of the GBR in
the construction contract documents. The descriptions shall include the client (i.e., municipality or
agency), a summary of the work performed, the specific role of the consultant who provided the
GBR, the project’s outcomes, and client reference and contact information.
Project Approach, up to 50 printed pages (24 sheets of paper printed on each side; two 1-sided
11x17 if needed), maximum of 30 points
Describe how your team would approach managing and completing the requested engineering
services as outlined in Attachment 8 Draft Scope of Work.
List Task 100 – Project Management
Task 200 – Permitting Services and Support
Task 300 – Property Acquisition Services
Task 400 - Surveying and Mapping
Task 500– Geotechnical Services
Task 600 – Coordination and Review with other WSC Contracts and Services
Task 700 – Preliminary Engineering
Task 800 – Final Design
Task 900 – I&C Basis of Design
Task 1000 – Bidding Services
Task -1100 – Engineering Services During Construction
Your approach must demonstrate as a minimum the following:
A clear understanding of the scope of work;
A clear understanding of the drivers, stakeholders, and desired outcomes:
A clear understanding of the schedule constraints and timing of this project;
A proactive approach to:
o Monitoring, tracking, and communicating project scope, schedule and cost engineering
and issues or concerns in a timely manner;
o Ensuring accuracy of project status reports;
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 22 of 69
o A clear definition of Level of Effort (hours)
o A clear approach to working within a shared project (King County and SPU)
An effective approach to managing risk and ensuring quality;
Effective management of project team communications and communications with SPU
management;
Ability to work in a team environment and to participate in the team’s development and
implementation of a project management plan;
Participate in or lead a Value Engineering process
Expertise with using hydrologic & hydraulic modeling of wastewater collection systems and
control structures, in verifying basis of design and support of final design. InfoWorks, EPA-SWMM
v5, flow monitoring data analysis, model development and refinement, and model calibration and
analysis.
SPU requests all proposers to suggest additional tasks to the SOW that will assist in successful delivery
of the final design.
Team Member’s (staff) Qualifications, up to 23 printed pages (11 sheets of paper printed on each
side; up to two 1-sided 11x17 if needed), maximum of 40 points
The Team Qualifications section must include the following:
An organization chart (11x17), clearly identifying key members of your team (including
subconsultants) and their roles; clearly indicate where engineering functions are combined and
lead by a single person
A list of members of the proposed consultant team (including subconsultants), clearly identifying
the Principal in Charge, the Project Manager, the Technical Leads on key elements of the Scope of
Work, the specific role of each team member, and the availability and estimated time
commitment of each team member. This section of your proposal must clearly demonstrate your
team’s capacity to provide the requested services using the approach described in your proposal.
In addition, the Team Qualifications section must include the resumes of the major project team
members including key sub-consultant team members. There may be up to 2 printed pages (1 sheet
of paper printed on each side) per team member. There is no page limit for the team member
resumes section of the proposal.
Team members resumes as minimal should include:
Principal In-Charge
Project Manager
Project Engineer / Deputy Project Manager
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 23 of 69
Hydraulic Modeler Lead
Pump Station Lead
I&C Lead
Geotechnical Lead
Tunnel Design Lead
Sanitary Engineering and Conveyance Lead
Inclusion Plan, no page limit, maximum of 10 points
Submit a completed Inclusion Plan using the template provided in Attachment 5. The Inclusion Plan
must:
Indicate a clearly stated percentage goal for utilization of subconsultants that self-identify as
women- and/or minority-owned business (WMBE). The percentage goal shall apply to the entire
contract, including amendments.
Detail the prime consultant’s strategy, thought processes, and approach to the work to ensure
WMBE inclusion.
Identify the self-identified WMBE firms that are part of your proposed team.
Show clear commitments and proposed utilization of WMBE firms and reflect responsible, sincere
good faith efforts that result in successful inclusion of WMBE firms.
Indicate how your firm’s ongoing and proposed new hiring, training, and retention practices help
ensure diverse employment.
Describe any WMBE subconsultant mentoring or training programs you are proposing as part of
this contract.
References (Not scored)
Please submit a minimum of 3 specific references, including name of client, mailing address,
telephone number and contact person, which demonstrate the firm's and sub-consultants' experience
and expertise in performing work similar to this project. References may be checked only for the
highest-scoring firms. References will not be scored but will be used to verify qualifications, which
may affect the rating of the respondent.
References for Key Personnel
Please submit a minimum of 3 specific professional references, including project title; name of owner,
mailing address, current telephone number and contact person, for each of the following Project
Staff:
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 24 of 69
Prime Consultant:
Project Manager; Design Manager; significant Technical Lead(s)
Major Subconsultants:
Project Manager; significant Technical Lead(s)
8. Selection Process
1. Proposals: In response to the RFQPA, each prospective consultant team will submit a proposal. The
proposals will be evaluated, scored, and ranked, as described in Section 7 Item 4 by an SPU Consultant
Evaluation Committee (CEC). The CEC will be comprised of people with expertise in the type of work
required in this RFQPA.
2. Interviews: After evaluation of the proposals, a “short list” (approximately 2 to 4) of the top-ranked
consultant teams will be notified and invited to an interview to present, clarify, and/or verify information in
their proposals. SPU will provide information about the interview structure in advance to short listed teams
as part of a letter summarizing the date, time, and location of the interview. Short listed teams will be asked
interview questions that clarify and/or expand on their team’s qualification, relevant experience, availability
of key personnel, and approach to complete the work. Consultants invited to interview are to bring the
assigned Contract Manager named by the Consultant in the Proposal and may bring other key personnel
named in the Proposal. The Consultant shall not, in any event, bring an individual who does not work for the
Consultant or for the Consultant as a subcontractor on this project without specific advance authorization by
the Contract Manager. Following the interviews, the CEC will tabulate scores and prepare an initial ranking
of the consultant teams based on the following formula:
• 60% proposal rankings
• 40% interview rankings
The CEC will verify references, adjust the rankings if appropriate based on the reference verification, and
make its recommendation to the Director of SPU, who will make the final selection.
3. Professional References: SPU may contact one or more professional references that have been provided by
the Proposer, or other sources that may not have been named by the Proposer but can assist the SPU in
determining performance.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 25 of 69
4. Selection: SPU shall select the highest ranked Proposer(s) for award.
5. A&E Contract Negotiations. The highest ranked Proposer will be asked to bring forward a fee schedule and
pricing proposal for negotiation and discussion with SPU.
6. Repeat of Evaluation: If no Consultant is selected at the conclusion of all the steps, SPU may return to any
step in the process to repeat the evaluation with those proposals that were active at that step in the
process. In such event, SPU shall then sequentially step through all remaining steps as if conducting a new
evaluation process. SPU reserves the right to terminate the process if it decides no proposals meet its
requirements.
7. Right to Award to Next Highest Ranked Proposer: If SPU and the selected Proposer are unable to reach
agreement on a fair contract, SPU may elect to reject that Proposer and enter into negotiations with the
next highest ranked Proposer, or may elect to terminate this selection process. In the event that a contract
is executed but is terminated within 90 days thereafter, SPU may similarly enter into such negotiations with
the next highest ranked proposer.
8. Points of Clarification: Throughout the evaluation process, SPU reserves the right to seek clarifications from
any Proposer.
9. Equivalent Ranking: In the event that the top two Consultants receive the same top rank, the contract will
be awarded to that Consultant who best meets SPU’s needs, in the opinion of the City.
9. Award and Contract Execution The Contract Manager intends to provide written notice of the intention to award in a timely manner and to all
Proposers.
Protests.
Interested parties that wish to protest any aspect of this RFQPA selection process are to provide written notice
to the SPU Contract Manager for this solicitation. The City has rules to govern the rights and obligations of
interested parties that desire to submit a complaint or protest to this RFQPA process. Please see the City
website at http://www.seattle.gov/contracting. Interested parties have the obligation to be aware of and
understand these rules, and to seek clarification as necessary from the City. Note that there are time limits on
protests, and submitters have final responsibility to learn of results in sufficient time for such protests to be filed
in a timely manner.
Debriefs.
For a debrief, contact the SPU Contract Manager.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 26 of 69
Instructions to the Apparently Successful Consultant(s).
The Apparently Successful Consultant(s) will receive an Intent to Award Letter from the SPU Contract Manager
after award decisions are made by SPU. The Letter will include instructions for final submittals that are due
prior to execution of the contract.
Once SPU has finalized and issued the contract for signature, the Consultant must execute the contract and
provide all requested documents within ten (10) business days. This includes attaining a Seattle Business
License, payment of associated taxes due, and providing proof of insurance. If the Consultant fails to execute
the contract with all documents within the ten (10) day time frame, SPU may cancel the award and proceed to
the next ranked Consultant, or cancel or reissue this solicitation. Cancellation of an award for failure to execute
the Contract as attached may disqualify the firm from future solicitations for this same work.
Checklist of Final Submittals Prior to Award.
The Consultant(s) should anticipate the Letter will require at least the following. Consultants are encouraged to
prepare these documents as soon as possible, to eliminate risks of late compliance.
Seattle Business License is current and all taxes due have been paid.
State of Washington Business License.
Certificate of Insurance (if required)
Special Licenses (if any)
Taxpayer Identification Number and W-9.
Unless the Consultant has already submitted a Taxpayer Identification Number and Certification Request Form (W-9) to the City, the Consultant must execute and submit this form prior to the contract execution date.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 27 of 69
Attachment 0: Insurance Requirements
STANDARD INSURANCE REQUIRED:
Commercial General Liability (CGL) Insurance with minimum limits of liability of $1,000,000
Automobile Liability Insurance with minimum limits of liability of $1,000,000
Worker’s Compensation Insurance for Washington State as required by Title 51 RCW Industrial
Insurance.
ADDITIONAL COVERAGES AND/OR INCREASED LIMITS:
Umbrella or Excess Liability Insurance over primary CGL & Auto Liability insurance limits, if
necessary, to provide total minimum limits of liability of $5,000,000 CSL.
Contractor’s Pollution Liability insurance with minimum limits of liability of $1,000,000.
Professional Liability (E&O)/Technical E&0) with minimum limits of liability of $10,000,000 each
claim.
Attachment 1: Blank SPU Consultant Contract Boilerplate Example
Separate Attachment on the City of Seattle eBid System listed under SPU Contract# 14-213-S.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 28 of 69
Attachment 2: City Business License Instructions
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 29 of 69
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 30 of 69
Attachment 3: City Business License Application
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 31 of 69
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 32 of 69
Attachment 4: Inclusion Plan
Separate Attachment on the City of Seattle eBid System listed in Blank SPU Consultant Contract# 14-
213-S Boilerplate Example Attachment.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 33 of 69
Attachment 5: Contractor Vendor Brochure
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 34 of 69
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 35 of 69
Attachment 6: Consultant Vendor Questionnaire
City of Seattle Consultant Questionnaire
INSTRUCTIONS: This is a mandatory form. Submit this form with your response. Provide information to the
extent information available. If response is incomplete or requires further description, the City may request
additional information within a specified deadline, or may determine the missing information is immaterial to
award.
Consultant Information
Consultant’s Legal Name
“Doing Business Name” (dba) if applicable
Mailing Address
Contact Person and Title
Contact Person’s Phone Number
Contact Person’s Fax Number
Contact Person’s E-Mail Address
Dun & Bradstreet number (if available)
Identify the City and State where your company is
incorporated
City of Seattle Business License
Washington State UBI #
Federal Tax ID #
Consultant Registration with City of Seattle
Did your firm register on to the City’s Registration System at
http://www2.ci.seattle.wa.us/Consultantregistration/default.asp?
For assistance, call 206-684-0444.
Yes No
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 36 of 69
Most companies must hold a Seattle Business License (if you have a facility/office in
Seattle, conduct sales visits to Seattle, deliver products in your own trucks, or perform on-
site consulting, repairs, installation, etc). If you fall within that category, will you immediately
seek a Business License upon award and ensure all taxes are paid current?
Yes No
Ownership
Is your firm a sole proprietorship, partnership, corporation, limited liability company,
subsidiary, parent, holding company, or affiliate of another firm? If yes, identify firm type
and name of principal
What year was your firm, under the present ownership configuration, founded?
How many years has your firm been in continuous operation without interruption?
What year did your firm begin providing, on a continuous basis, the types of services or
products that are required from this solicitation?
Financial Resources and Responsibility Specify yes or no.
If yes, explain.
Within the previous five years has your firm been the debtor in a bankruptcy?
Is your firm in the process of or in negotiations toward being sold?
Within the previous five years has your firm been debarred from contracting with any local,
state, or federal governmental agency?
Within the previous five years has your firm been determined to be a non-responsible for
any government contract?
Within the previous five years has a governmental or private entity terminated your firm’s
contract prior to contract completion?
Within the previous five years has your firm used any Subconsultant to perform work on a
government contract when that Subconsultant had been debarred by a governmental
agency?
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 37 of 69
Affirmative Contracting – SMC 20.42 Specify yes or no.
Within the previous ten years has your firm been found to have violated any anti-
discrimination laws or regulations, whether they be local, state, or federal?
If yes, explain.
Disputes Specify yes or no.
If yes, explain.
Within the previous five years has your firm been the defendant in court on a matter related
to payment to subconsultants or contract work performance?
Does your firm have outstanding judgments pending against it?
Within the previous five years, was your firm assessed liquidated damages on a contract?
Is your firm presently involved in a dispute (including litigation) regarding its right to provide
the product or service being requested by the City for this contract, including but not limited
to notice of and/or in litigation about patent infringement for the product and/or service that
your firm is offering to the City?
Compliance Specify yes or no.
If yes, explain.
Within the previous five years, has your firm or any of its owners, partners, or officers, been
assessed penalties or found to have violated any laws, rules, or regulations of a government
entity? This does not include owners of stock in your firm if your firm is a publicly traded
corporation.
Within the past ten years, has any principal, officer or employee who will perform any of the
work for the City been convicted of a crime?
If a license is required to perform the services sought by this solicitation, within the previous
ten years has your firm or any principal, officer or employee who will perform work for the
City had a license suspended by a licensing agency or been found to have violated licensing
laws?
If Hazardous Materials are an element of the scope of work to be performed for the City,
has any principal, officer or employee who will perform work for the City had any violations
of improper disposal of such materials or any violation of associated laws, rules or
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 38 of 69
regulations in the previous five years?
Is there any other information that the City should be aware of regarding your history with
financial, criminal or legal history, that has bearing on the work that the City is considering
you to perform?
Involvement by Current and Former City Employees Specify yes or no.
Are any of your company’s principals, officers or employees who will perform work for the
City, a current or former City of Seattle employee or volunteer? If yes, identify the employee
name. Advise them of the duty to comply with City of Seattle’s Code of Ethics, Seattle
Municipal Code Chapter 4.16.
Will any of your principals, officers or employees who will perform work for the City work
more than 1,000 hours (per rolling 12 months) within a City contract, combining the hours for
work under this contract and any other? If so, identify the worker by name, and if the work
pertains to an existing City contract, identify the contracting department and name of City
contact. Advise the worker of their duty to comply with the City of Seattle’s Code of Ethics,
Seattle Municipal Code Chapter 4.16
Does any principal, officer or employee who will perform work for the City of your firm, have
a business interest or a close family or domestic relationship with any City official, officer or
employee who was, is, or will be involved in selection, negotiation, drafting, signing,
administration or evaluation of the Consultant performance?
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 39 of 69
Business History Specify yes or no.
In the last five years, has your firm held contracts with any other public agency to provide
services similar in size and scope to that required by the City of Seattle in this solicitation?
Provide and/or attach a list contracts your local firm held in the past five years, with sufficient
detail for the City to understand the depth and breadth of your experience, with a particular
emphasis on contracts with public agencies. The City may use this to assess your
capability and experience at this particular type of product provision or service work.
Specify the name/contact that can serve as a reference for each.
If you have many such contracts, you can provide a brief list.
If you are a subsidiary of a national firm, summarize the contracts that represent your local office.
This form is submitted to the City of Seattle by an officer or person eligible to represent the Consultant firm,
and the submittal certifies:
Consultant is not debarred, suspended, proposed for debarment, or declared ineligible for award of contracts by any
state, local, federal or other public agency.
During the most recent three years, the Consultant has not been convicted of or had a civil judgment rendering
against the firm for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or
performing a federal, state or local government contract or subcontract; violation of federal or state antitrust or similar
statutes, relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, tax evasion, or receiving stolen property, and my firm is not
presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of
these offenses.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 40 of 69
Consultant has not paid, nor will pay, federal appropriated funds (including profit or fee received under a covered
federal transaction), to any person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her
behalf in connection with this solicitation, the Offeror shall notify the City of Seattle and complete and submit, with its
offer, OMB standard form LLL, Disclosure of Lobbying Activities.
Consultant has not had a governmental or private entity contract terminated prior to contract completion or debarred
from submitting a contract proposal, within the last five years.
Within the previous five years, Consultant has not used any subconsultant to perform work on a government contract
when that Subconsultant had been debarred by a governmental agency.
Consultant’s Offer is valid until the date the City awards a Consultant Contract or rejects all offers;
Consultant has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of competitive pricing in the preparation and submission of its Offer;
Consultant shall provide immediate written notice to the City of Seattle if, at any time prior to contract award, the
Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
Submittal of this Consultant Questionnaire with your proposal provides authority and certification for your entire
submittal, and is an attestation that the information in this Consultant Questionnaire and within your submittal
proposal documents are true and valid
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 41 of 69
City Non-Disclosure Request
If you believe any statements or items you submit to the City as part of this submittal/response are exempt from
public disclosure under the Washington Public Records Act (PRA), you must identify and list them below. You
must very clearly and specifically identify each statement or item, and the specific exemption that applies. If
awarded a City contract, the same exemption status will carry forward to the contract records.
The City will not exempt materials from disclosure simply because you mark them with a document header or
footer, page stamp, or a generic statement that a document is non-disclosable, exempt, confidential, proprietary,
or protected. You may not identify the entire page, unless the entire page is within the exemption scope. Only
records properly listed on this Form will be protected and withheld for notice. All other records will be considered
fully disclosable upon request.
I do not request any information be withheld.
I request the following specific information be withheld. I understand that all other information will be
considered public information. For each statement or item you intend to withhold, you must fill out every box
below. You should not require an entire page withheld; only request the specific portion subject to the
exemption.
Document Page:
Specify the page number on which the
material is located within your submittal
package (page number)
Statement:
Repeat the text you request
to be held as confidential, or
attach a redacted version.
RCW Exemption:
Specify the RCW exemption
including the subheading
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 42 of 69
For this request to be valid, you must specify the RCW provision or other State or Federal law that designates the
documents as exempt from disclosure. For example, potential RCW exemptions include the following:
1. RCW 42.56.230.3 – Personal information - taxpayer
2. RCW 42.56.230.4 – Personal information – Credit card numbers and related
3. RCW 42.56.240 - Investigative, law enforcement and crime victims
4. RCW 42.56.250 – Employment and licensing – specify the applicable subheading
5. RCW 42.56.260 - Real estate appraisals
6. RCW 42.56.270 (Items 1 through 17) – specify which subheading.
7. RCW 42.56.270 (items 1 through 17) – specify applicable subheading
8. RCW 42.56.420 - Security
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 43 of 69
Attachment 7: City of Seattle Equal Benefits Compliance Declaration
Please declare one (1) option from the list below that describes the Contractor’s intent to comply with Seattle Municipal Code Chapter 20.45 should you win the contract.
Equal Benefits applies to any contractor location in the United States where substantive contract work is being
performed (work directly related in a substantial way to the contract scope and deliverables).
Option A The Contractor makes, or intends to make by the contract award date, all benefits available on an
equal basis to its employees with spouses and its employees with domestic partners, and to the spouses and
the domestic partners of employees, in every location within the United States where substantial work on
contract will be performed.
Option B The Contractor does not make benefits available to either the spouses or the domestic partners
of its employees.
Option C The Contractor has no employees.
Option D Collective Bargaining Delay. Benefits are available on an equal basis to non-union workers, but
union workers are subject to a collective bargaining agreement that does not provide equal benefits.
Option E Open Enrollment Delay. The first open enrollment period for implementing Equal Benefits is not
available until after contract execution and Contractor will provide a cash equivalent payment to eligible
employees until Equal Benefits can be implemented.
Option F Cash Equivalent Payment. The Contractor intends to provide a cash equivalent payment to
eligible employees in lieu of making benefits available.
No United States Presence The Contractor does not perform substantial work for the contract in any United
State location.
Non-Compliant The Contractor does not comply and does not intend to comply, and refuses all options
provided above.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 44 of 69
Equal Benefits Instructions Seattle Municipal Code Chapter 20.45 (SMC 20.45) requires companies executing a City contract to provide health and benefits that are the same or equivalent to domestic partners of employees as to spouses of employees, and of their dependents and family members.
1. Carefully fill out the Equal Benefits Declaration. It is essential to your standing in the evaluation process, so it is important to understand and complete the declaration properly.
2. The Buyer or Coordinator for the solicitation can answer any questions about this requirement or you may call the general office at 206-684-0444. Call before you submit your bid to ensure you’ve filled out the form correctly.
3. "Domestic Partner" is any person who is party to a same-sex or opposite-sex domestic partnership that is legally recognized in the place of jurisdiction where the union was established, including same-sex marriage, or registered as a Domestic Partner with the employer or government registry established by state or local law. If the employer does not have a registration system and does not intend to implement one, the City of Seattle has a registration system as an option: http://www.seattle.gov/leg/clerk/dpr.htm
The City will review your responses and make a final determination. If the information you supply is conflicting or not clearly supported by the documentation that the City receives, the City may reject your entire submittal (bid or proposal) or may seek clarification to ensure the City properly classifies your compliance.
Companies that select “Non Compliant” will be rejected, unless there is no competitor that is compliant, responsive and responsible. The City may also find a Bidder “Non Compliant” upon inspection of their program. Be prepared with documentation to support your declaration. All contracts awarded by the City may be audited for equal benefits compliance. Non-compliance may result in the rejection of a bid or proposal, or termination of the contract.
Attachment 7 City of Seattle Equal Benefits Compliance Declaration Please declare one (1) option from the list below that describes the Contractor’s intent to comply with Seattle Municipal Code Chapter 20.45 should you win the contract. Equal Benefits applies to any contractor location in the United States where substantive contract work is being performed (work directly related in a substantial way to the contract scope and deliverables).
Option A The Contractor makes, or intends to make by the contract award date, all benefits available on an equal basis to its employees with spouses and its employees with domestic partners, and to the spouses and the domestic partners of employees, in every location within the United States where substantial work on contract will be performed.
Option B The Contractor does not make benefits available to either the spouses or the domestic partners
of its employees.
Option C The Contractor has no employees.
Option D Collective Bargaining Delay. Benefits are available on an equal basis to non-union workers, but union workers are subject to a collective bargaining agreement that does not provide equal benefits.
Option E Open Enrollment Delay. The first open enrollment period for implementing Equal Benefits is not
available until after contract execution
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 45 of 69
Option F Cash Equivalent Payment. The Contractor intends to provide a cash equivalent payment to eligible employees in lieu of making benefits available.
No United States Presence The Contractor does not perform substantial work for the contract in any United
State location.
Non-Compliant The Contractor does not comply and does not intend to comply, and refuses all options provided above.
Equal Benefits Instructions Seattle Municipal Code Chapter 20.45 (SMC 20.45) requires companies executing a City contract to provide health and benefits that are the same or equivalent to domestic partners of employees as to spouses of employees, and of their dependents and family members. 4. Carefully fill out the Equal Benefits Declaration. It is essential to your standing in the evaluation process, so it
is important to understand and complete the declaration properly. 5. The Buyer or Coordinator for the solicitation can answer many questions. However, you may call the City
Equal Benefits Coordinator, Jim Wurzer at 206-684-4535 ([email protected]) or the general office at 206-684-0430. Call before you submit your bid to ensure you’ve filled out the form correctly.
6. "Domestic Partner" is any person who is party to a same-sex marriage that is legally recognized in the place of jurisdiction of the marriage, or as a Domestic Partner with the employer or with a government registry established by state or local law. If the employer does not have a registration system and does not intend to implement one, the City of Seattle has a registration system as an option: http://www.seattle.gov/leg/clerk/dpr.htm
The City will review your responses and make a final determination. If the information you supply is conflicting or not clearly supported by the documentation that the City receives, the City may reject your entire submittal (bid or proposal) or may seek clarification to ensure the City properly classifies your compliance. Companies that select “Non Compliant” will be rejected, unless there is no competitor that is compliant, responsive and responsible. The City may also find a Bidder “Non Compliant” upon inspection of their program. Be prepared with documentation to support your declaration. All contracts awarded by the City may be audited for equal benefits compliance. Non-compliance may result in the rejection of a bid or proposal, or termination of the contract.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 46 of 69
Attachment 8: W9 Form
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 47 of 69
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 48 of 69
Attachment 9: Scope of Work
DRAFT – Scope of Work
Ship Canal Water Quality Project
Design Services for Tunnel Storage/Effluent Pump Station/Effluent Force Main
Task 100 – Project Management
The consultant shall manage the project team, including coordination of all engineering staff and
subconsultants. Specific tasks are as follows:
Task 110 – Project Management Plan
Prepare and submit a draft project management plan (PMP) within 30 days of Notice to
Proceed, update the plan quarterly if needed throughout the duration of the contract. The plan
shall include the project scope, task assignments and deliverables, project team roles and
responsibilities, availability and time commitment of key personnel, communications protocol,
project schedule, budget, project procedures including documentation, filing system and
standards, Draft and Final QA/QC Plan, health and safety plan and other items as needed. A
cost loaded schedule shall be submitted 20 working days after the contract execution date.
Task 120 – Progress Reporting
Establish and maintain Project Controls through duration of project supporting overall project
implementation, develop a cost-loaded schedule and Work Breakdown Structure (WBS), in
accordance with standards and processes established by SPU Project Controls and
Performance (PC&PM). The Consultant will prepare a high-level schedule in Primavera
Version 6 tool showing key activities and milestones through completion of final design
services.
Prepare monthly progress reports that compare activities and expenditures of that month with
those planned. Documentation in the report should include details of expenditures on each
task, hours worked by staff and direct expenditures related to the task. Submit this report with
the monthly invoice.
Task 130 – Configuration Management
Consultant shall develop and implement a scope and cost management approach,
incorporating design-to-cost principles and coordinating and integrating consultant team
activities with SPU cost control measures. The cost management approach will include a
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 49 of 69
corrective action plan that would be implemented if future cost estimates indicate an
unacceptable trend towards higher costs.
Maintain design change log that consecutively numbers all changes, provides a brief
description of the changes and indicates who initiated the change (e.g. consultant,
jurisdictional authority or SPU.)
Task 140 – Risk Management
A risk register and risk management plan specific to this Project design and conforming to
typical practice in the tunneling industry shall be developed and implemented during design by
the Consultant. SPU has developed and maintains an overall Risk Register for all projects.
The Consultant shall participate in risk management workshop(s) with SPU and its
representatives to review and update the overall project Risk Register.
Consultant shall provide recommendations to the owner for risk management techniques and
procedures to assess and manage risk and cost escalation during both design and
construction.
Task 150 - Project Meetings/Coordination
Conduct regular meetings with design team and SPU, prepare agendas and keep
consecutively numbered meeting notes indicating those present and decisions made.
The Consultant shall provide a secure FTP or website for the exchange of electronic
information with SPU. Maintain the project site for exchange of information between team
members. This site will not be for the general public.
Deliverables:
Project Management Plan
Cost loaded schedule
Availability and time commitment of key personnel
Monthly progress reports (submitted with invoices)
Design change log
Design team meeting notes
Project Web site or ftp site
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 50 of 69
The Consultant will provide a copy of the Consultant’s standard QA/QC policy, as well as a
specific QA/QC Plan for the project. The QA/QC Plan will include each deliverable and the
name or position of the independent subject matter expert who will conduct the review. The
QA/QC Plan will be submitted to SPU for review and approval within 14 days after issuance of
this work assignment.
Task 200 – Permitting Services and Support
SPU shall provide draft SEPA compliance documentation for the project. Consultant shall provide
design support and shall be responsible for finalizing the SEPA compliance documentation including
updated project descriptions and figures.
A list of project-specific permits has been prepared during predesign. Consultant shall review, update,
and maintain the list of project-specific permits required for the design and construction of the Project.
Consultant shall identify which permits are the responsibility of SPU and which permits are the
responsibility of the contractor. SPU will be the applicant for permits for which they are responsible.
Permit application materials, including special studies, for those permits which are the responsibility
SPU, shall be prepared by the Consultant. Design of the facilities included in this scope, shall take into
account potential project-specific permits to minimize constructability or permit-related schedule delays
to the greatest extent possible. Consultant shall work with tribal interests to ensure involvement in the
permit review process. Consultant will provide scientific support for Section 7 consultation, potentially
using the latest version of the Seattle Biological Evaluation.
Deliverables:
Final SEPA compliance documentation
Updated Permit Plan and schedule
Project-specific Permit application materials including attachments. (hard copy and
electronically)
Meeting notes for permit coordination meetings with agencies
Meeting notes for coordination meetings with tribal interests
Draft written agreements with tribal interests is required.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 51 of 69
Hard copy and electronic files for special studies
Comprehensive Cultural Resources Report
Supplemental studies related to environmentally critical areas
Mitigation plans
Task 300 – Property Acquisition Services
At the request of the Seattle Public Utilities’ (SPU) Contract Manager, the consultant may provide the
following services to assist in the acquisition by SPU of property rights necessary for this project.
Acquisitions will conform to Federal Uniform Act requirements.
Tasks
Planning Tasks:
1. Review Property Acquisition and Impacts Plan (PAIP) developed by project in pre-design. Maintain
and update PAIP.
2. Review 30% plans to determine potential acquisitions.
3. Develop list of required property acquisitions.
Acquisition Tasks:
1. Notify owners of project and its possible impacts on their property. All outside communications
subject to approval by SPU for conformance to SPU’s Communications guidelines.
2. Order and review title reports for each acquisition.
3. Order appraisals for each acquisition per Uniform Standards of Professional Appraisal Practice
requirements. Using an independent, professional appraisal service consultant, develop an opinion
of current Market Value of the fee simple interest, based on the highest and best uses.
4. Order appraisal reviews for each appraisal per Uniform Standards of Professional Appraisal
Practice requirements using an independent, professional appraisal service consultant.
5. Order Phase 1 or Phase 2 Environmental Site Assessments (ESA). ESAs to be reviewed by SPU
environmental specialist for completeness and final versions must be approved by SPU
environmental specialist.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 52 of 69
6. Preparation of Offer Letters approved by SPU Director of Real Property Services.
7. Presentation of Offer Letters to owners either in person or mailed.
8. Negotiation with property owners.
9. Preparation of easements and other documents as needed.
10. Provide files for each potential acquisition with diaries and copies of documents.
11. Record easements.
12. Aid during closing if fee-owned properties acquired.
Post-Acquisition Tasks
1. Provide relocation services if necessary, in accordance with the provisions of the regulations of the
Uniform Relocation Act (49 CFR Part 24), Seattle Municipal Code Chapter 24.84 (SMC Ch. 20.84),
and the Revised Code of Washington (RCW) 8.26.
2. Manage vacated restaurant building for use as construction offices. Handle complaints, utilities,
building maintenance, etc.
3. Provide real estate services for sale of surplus fee-owned property after construction.
Other Tasks
1. Drafting ordinance packages authorizing acquisition of property rights by negotiation or
condemnation and sale of surplus properties.
2. Provide draft easement and other documents (All legal documents must be reviewed by City
Attorney prior to use). SPU’s Chief Surveyor (or designee) will provide legal descriptions.
Property rights expected to include:
Half-acre Temporary Construction Easement (TCE) adjacent to entry portal,
Smaller TCEs along tunnel right-of-way (r/w),
Rights-of-entry for survey, etc.,
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 53 of 69
Underground tunnel easements where tunnel alignment leaves street r/w,
Potential fee acquisitions along tunnel alignment for facilities that can’t be placed in street r/w,
Use of other City property under jurisdiction of other City Departments,
Sale of excess property (including structure) after construction.
Deliverables:
Draft ordinance packages
Updated PAIP’s
List of potential property acquisitions
Appraisals
Appraisal Reviews
Phase I and/or II Environmental Site Assessments
Draft Offer Letters
Project Files
Diaries for each property owner
Closing documents
Relocation files
Originals of recorded easements and deeds
Task 400 - Surveying and Mapping
Task 410 – Review Existing Survey Data
SPU has GIS database and mapping of both water and sewer utilities under its jurisdiction. During the
Facility Plan phase of the Project, SPU performed field surveys and utilities mapping. Upon review of
the existing GIS and survey data, Consultant shall establish the requirements for, and carry out,
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 54 of 69
verification of the existing data in relation to the specific project components and determine the need
for, and include in their scope, additional surveys, which may include aerial and field surveys and utility
mapping. SPU will review the required survey scope and determine if work can be performed by SPU
survey crews. SPU may request additional survey work be performed by the Consultant.
Task 410 – Additional Survey and Mapping Services
For all requested additional survey work, a registered surveyor shall be engaged by the Consultant to
provide all necessary field and aerial surveys for the project. Consultant shall prepare specifications for
the surveys to meet the requirements for the project design and construction.
Consultant shall develop the base map that will contain all the necessary information to advance the
final design. All survey data shall be provided to SPU’s GIS system as required.
Deliverables
Review existing survey data & base maps – prepare scope of additional survey requirements.
Additional survey services as requested by SPU.
Task 500– Geotechnical Services
Task 510 - Review Existing Geotechnical Data
During the Facility Plan phase, SPU has performed geotechnical investigations along the proposed
tunnel alignment and drop shaft/portal locations. SPU will provide the existing Geotechnical Data
Reports (GDR) to the Consultant. The Consultant shall review existing GDRs to establish an initial
understanding of the general site geology and subsurface conditions and the scope of geotechnical
investigations performed to date.
It is expected that the Phase 1 GDR is complete and the Phase 2 GDR is in progress, at the time of
design services procurement.
Task 520 – Additional Geotechnical Investigations and Reporting
Based on the review performed in Task 510, the Consultant shall be responsible for planning and
implementing additional geotechnical investigations as required to complete the design and
construction of the Project. Consultant shall establish the requirements and extent of all necessary
geotechnical investigations including, but not limited to, boring locations and depths, procedures, soil
sampling, core photography, groundwater monitoring/sampling, environmental sampling, and field and
laboratory tests as required for the design of the Project. The consultant shall be responsible for
obtaining Street Use Permits and preparing Traffic Control Plans associated with any additional
geotechnical investigations.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 55 of 69
Additional geotechnical investigations are expected to consist of (actual scope to be determined by
Consultant after existing data review):
Planning, permitting, and implementation of a field program to perform additional deep soil
borings to supplement work done in Phases 1 and 2 geotechnical investigations. The
consultant will also provide a contaminated/hazardous material disposal plan if requested by the
SPU Contract Manager.
Provide monitoring of groundwater levels at select monitoring well locations.
Perform limited field environmental testing using a PID on samples from borings to check for
potential hydrocarbon contamination and identify if additional testing of samples are necessary.
Geotechnical laboratory testing performed on collected soil samples obtained from the borings
as part of this exploration,
Aquifer pumping tests at some or all of the proposed final shaft locations.
Additional testing to provide qualitative abrasion potential, including Soil Abrasion Tests (SATs)
or Penn State Soil Abrasion Index (PSAI) tests.
Calcium carbonate tests on soil samples to evaluate the potential for existing cementation of the
soil.
Larger diameter, cased auger borings or deep test pits to obtain cobble and boulder samples for
additional testing.
Groundwater intrusion tests and evaluation of deep construction methods to determine feasible
shaft construction methods.
Exploration methods (drilled borings, cone penetration tests) capable of providing SPTs to
assist the contractor with understanding the relative density or relative consistency of the soils
along the alignment.
Prepare a Geotechnical Data Report (GDR) containing the subsurface information gathered
during additional geotechnical investigations. GDR shall include a factual summary and
description of the subsurface conditions, environmental findings, and field and laboratory testing
results.
Consultant shall be responsible for obtaining all permits and access agreements from property owners
to implement geotechnical investigation tasks.
The Consultant shall prepare a Geotechnical Interpretive Report (GIR) that interprets the subsurface
conditions based on the field investigation, describes seismic hazards, provides geotechnical design
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 56 of 69
parameters, summarizes results of geotechnical analyses (e.g., bearing capacity, lateral earth
pressure), and identifies construction recommendations. The Draft GIR will also be reviewed by SPU
and updated based on review comments. The GIR is intended for internal use only (Consultant and
SPU). The document may be used by SPU for select purposes (e.g., obtaining permits or selection of
final design consultant); however, it is not intended for distribution to bidders for the construction
contract.
Task 530 – Geotechnical Baseline Report Review and Coordination
SPU’s Program Management consultant will prepare the Geotechnical Baseline Report (GBR) for the
project, based on results for the Phase 1 and Phase 2 Geotechnical Investigations. Consultant shall
provide review of the GBR in conjunction with the final design of the project and any additional
geotechnical investigations performed in Task 520. The GBR will become part of the contract
documents.
Deliverables
Review existing GDRs provided to Consultant – prepare additional Geotechnical Investigations
scope and plan.
Perform additional geotechnical investigations
Additional Phase(s) Geotechnical Data Report (Draft and Final)
Geotechnical Interpretive Report (Draft and Final)
Review and Input to Geotechnical Baseline Report
Street Use Permits
Traffic Control Plans
Task 600 – Coordination and Review with other WSC Contracts and Services
WSC contracts and services performed by others include but are not limited to the WSC Task Force
Oversight, conveyance design, utility relocation design, site remediation design, program management
services, and Community Relations/Public Outreach. This task includes coordination, interface and
review of work products of other WSC contracts, attendance at meetings, and providing information to
other contracts as requested.
Specific Tasks are expected to include:
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 57 of 69
Task 610 – Coordination Meetings
Consultant shall participate in coordination/interface meetings with consultants or SPU staff
performing design services on other WSC contracts. Meetings shall be organized and
facilitated by SPU or its representative.
Consultant shall prepare for and participate in WSC Tunnel and Pump Station Design Task
Force oversight meetings. A combined SPU/King County Task Force will be formed to provide
technical review and oversight for the project design. Meetings shall be organized and
facilitated by SPU or its representative.
As requested by SPU, attend meetings for Community Relations/Public Outreach and provide
input for community relation’s materials. SPU’s Community Relations consultant will have main
responsibility for community relations.
Task 620 – Design Transition Workshop
Consultant shall participate in one half-day workshop with SPU and the Program Management
consultant to discuss the analysis and recommendations in the Draft Facility Plan. Meeting will
serve the purpose as a project briefing and to transfer of design documents during preparation
of the Draft Facility Plan.
The Consultant shall prepare meeting minutes from the workshop.
Task 630 – Cost Estimate Validation
Consultant shall review the cost estimate prepared with the Draft Facility Plan and provide
written comments. The Draft Facility Plan cost estimate shall serve as the baseline estimate
for the configuration management approach implemented in Task 130.
Task 640 – Value Engineering
Consultant shall include attendance at a minimum of one Design VE Workshops during design.
The final number of VE workshops and the stage of design when the VE workshops will occur
will be determined during the scope negotiations. The initial VE workshop is expected to occur
following completion of Preliminary Engineering (Task 700). VE Workshop will be facilitated by
SPU or its designated representative.
Task 650 – Constructability/Operations Review
Following completion of final 60% project documents, Consultant shall conduct a
constructability/operations (operations includes accessibility and safety) review with SPU and
the design review Task Force for each of the projects included in the design scope. Consultant
will prepare a Technical Memorandum summarizing the results of the review.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 58 of 69
Deliverables
Response to requests for information from other WSC contracts
Attendance at Task Force review meetings
Attendance at Community relations meetings & provide input for materials
Attendance at Design Transition workshop
Draft Facility Plan review comments
Attendance at Value Engineering workshop(s)
Constructability/Operations Review Technical Memorandum (Draft and Final)
Task 700 – Preliminary Engineering
Following completion of the Design Transition Workshop in Task 600, Consultant shall begin
preliminary engineering design phase of the project. The preliminary engineering phase will advance
the Facility Plan design to approximately 30 percent design completion and prepare a Basis of Design
Report (BODR). Specific Tasks are expected to include:
Task 710 – Refine/Establish System Criteria
At a minimum, the Consultant shall review all existing design reports and available data provided by
SPU. These include but are not limited to the following documents:
Final Long Term Control Plan, May 2015 (expected)
Ballard-Fremont /Wallingford CSO Reduction Project – Project Definition Report. December
2014 (Final)
Final LTCP CSO Control Measures Performance Modeling Report, March 2015
Draft Ship Canal Water Quality Project Facility Plan, July 2015 (expected).
The Consultant shall review all relevant CSO hydraulic data, hydraulic modeling results, and the overall
system operations requirements provided by SPU. In particular, the Consultant shall fully grasp the flow
analysis and structural configurations of the existing CSO elements. The Consultant will meet with
representatives from the SPU modeling team to discuss standards for use of SWMM5 models and the
unique characteristics of the model being used. The Consultant will have an opportunity to review the
model, draft CSO LTCP Hydraulic & Hydrologic Modeling Report prior to the meeting to become
familiar with the basins and the model, and to prepare questions for the meeting. When modeling of
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 59 of 69
alternatives is nearing completion, the Consultant will prepare and submit the model to the SPU
Modeling QA/QC committee for review. The Consultant will participate in a meeting with the QA/QC
committee if necessary. Review comments from the QA/QC committee will be addressed prior to
completion of the Preliminary Engineering Report.
Based on this process, the Consultant shall schedule review workshops with SPU and its
representatives, establish operations criteria for the effluent pump station, conveyance force main and
the tunnel, and finalize the corresponding pipe size(s), the portal/drop shaft internal dimensions, and
the ultimate tunnel storage capacity in conjunction with the long term control plan.
Task 720 – Storage Tunnel Preliminary Engineering
Storage Tunnel preliminary engineering tasks are expected to include:
Consultant shall evaluate the tunnel alignment and diameter (capacity) that has been proposed
in the Draft Facility Plan and present and recommended modifications. It is not the intent to
duplicate information already presented in the Facility Plan. In addition. Consultant shall
propose alternative tunnel alignments that can accomplish the technical objectives, accelerate
schedules, reduce cost, incorporate important social and environmental benefits, reduce impact
to the community, improve coordination between projects and provide for future capacity.
Based on the evaluation of the ground conditions including soil classifications and groundwater
pressures, laboratory testing data, and constructability assessment, the Consultant shall
evaluate the types of tunnel boring machine (TBM) suitable for the construction of the tunnel.
The initial support for the tunnel shall be designed based on the ground conditions, the type of
TBM and practical considerations associated with tunneling.
Detailed structural analysis and design of the tunnel lining will be required. The Consultant shall
optimize the dimensions of the tunnel and its final lining system to accommodate varying ground
conditions, required hydraulic capacity, and long-term operation & maintenance requirements.
The Consultant shall determine the type and location of surge control structures if required by
hydraulic analysis. This design shall be in conjunction with the design of drop shaft
configurations and internal geometries.
The selection of drop shaft type and configuration (including adits) will be largely governed by
hydraulic requirements, operational and maintenance requirements, constructability, and
available property. The Consultant shall determine the most hydraulically efficient and cost-
effective drop shaft types and internal configurations with a comprehensive assessment of all
relevant factors. The type of drop shaft selected shall meet the system design capacity and
requirements for ventilation, odor control, and accessibility for future inspections and
maintenance. The hydraulic, geotechnical and structural designs of these structures and their
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 60 of 69
junctions will be of vital importance to achieve not only a durable structural system but also an
efficient and safe hydraulic system.
Consultant shall coordinate the design of the drop shafts with the diversion structures performed
by other consultants as part of conveyance design services contracts. The Consultant shall
consider the configuration of the junction with the flow drop structure under the design flow rate
and capacity.
As an integral part of drop shaft design, the Consultant shall evaluate, design and specify the
types and locations of all required ventilation and odor control facilities, and provide operational
and maintenance requirements for these project elements as deemed appropriate. All
mechanical and electrical designs shall be provided as required for the ventilation and odor
control facilities. The Consultant shall assure that the ventilation of the combined tunnel system
and odor control facilities function properly.
The Consultant shall prepare a Settlement Monitoring Plan for all existing infrastructure within
the street right of way including but not limited to water, sewer, and transportation facilities and
equipment.
The Consultant shall prepare a Settlement Monitoring Plan for all existing buildings within 20
feet of the tunnel alignment.
Task 730– Tunnel Effluent Pump Station (TEPS) Preliminary Engineering
TEPS preliminary engineering tasks are expected to include:
Consultant shall evaluate the design configuration and layout of the pump station with the tunnel
launch shaft at the West Portal including the assessment of the benefits of shared shaft
compared to independent shaft construction.
Consultant shall evaluate the pump requirement including type, size and number required to
achieve the operation and maintenance requirements for the tunnel and pump station system.
The Consultant shall determine the type and location of surge control structures if required by
hydraulic analysis. This design shall be in conjunction with the design of surge control required
for the tunnel system
Consultant shall evaluate, design and specify the types and locations of all required ventilation
and odor control facilities, and provide operational and maintenance requirements for these
project elements as deemed appropriate. All mechanical and electrical designs shall be
provided as required for all facilities associated with this contract.
Consultant shall evaluate and develop the solids management (grit and debris) design approach
for the tunnel and pump station system in to the pump station design.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 61 of 69
Consultant shall develop Process and Instrumentation Drawings (P&IDs) coordinated with the
I&C Basis of Design (Task 900).
Task 740– Ancillary Facilities Engineering
Ancillary facilities are those facilities in the design project that are not included in the scope of design
for either the storage tunnel or the Tunnel Effluent Pump Station (TEPS). Ancillary facilities engineering
tasks are expected to include:
Consultant shall design the effluent force main from the TEPS to the discharge and connection
at the Ballard Siphon/Regulator. Consultant shall implement the alignment option presented in
the Facility Plan. Options evaluated included an alignment within the storage tunnel and a near
surface alignment in the street rights of way.
The Consultant shall evaluate and design, as necessary, all temporary construction measures
to accommodate site access, staging and operations, including but not limited to, work zone
layout and constraints, equipment and materials storage, materials handling and transport
consisting of rail/barge/truck, utility protection and relocations, temporary traffic control, site
grading, erosion control, sedimentation ponds, storm water flow diversions, siltation fencing and
hay bale locations. This work shall also include any wetlands mitigation work and the associated
construction of replacement wetlands areas. This design shall be considered to be a minimum
requirement of the contractor, who shall remain responsible for providing all temporary support
infrastructure.
At the request of the SPU Contract Manager, the consultant shall evaluate and design, as
necessary, any temporary and permanent improvements to accommodate materials handling
and transportation measures, including but not limited to marine and rail facilities.
At the request of the SPU Contract Manager, the consultant shall evaluate and design, as
necessary, conveyance both temporary and permanent, including but not limited to storm
drainage, utility relocation, water mains, franchise utilities, street and right of way restoration.
Consultant shall estimate electrical and water requirements for the construction of the project
and delineate constraints for all necessary temporary site civil works that are required to support
the installation, operation and maintenance of the electrical equipment and all pertinent
elements during the construction period.
The Consultant shall revise existing site grading as needed to accommodate the new facilities,
structures and any piping. Site lighting, signs, drainage, and parking shall be included. Drainage
design will include considerations for discharge points. Coordination of electrical design with
civil/site development shall be included in the overall project design. Also included shall be the
design of all site landscaping including site plantings, lawn, mulch, and stone areas.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 62 of 69
Consultant shall design site fencing and security provisions.
Consultant shall update where permanent and temporary construction easements are needed
on the drawings.
Task 750 – Basis of Design Report
Consultant shall document design requirements and parameters developed in Preliminary Engineering
phase in a Basis of Design Report (BODR). The BODR shall be a living document throughout the
project design process. All changes made on a prior version of the document shall be clearly
documented in a revised version. The BODR shall be organized to accommodate the multi-faceted
nature of the project and contain separate chapters (or volumes) for different project components.
The BODR shall include preliminary engineer drawings required for the storage tunnel (and associated
portals/shafts), effluent pump station and the effluent force main. Design is expected at 30 percent
design completion to support the BODR. A list of technical specifications required for final design is
also included with the BODR. Construction cost estimate and schedule developed in Task 760 shall
also be included in the BODR.
The BODR and all its revisions shall be subject to the review and approval of SPU and its
representatives. Draft specifications and Design Drawings have to be submitted to our regulators for
review and approval, in addition to SPU/KC review and approval.
Task 760 – Construction Cost Estimate and Schedule
Consultant shall prepare quantities, construction cost estimate and a schedule for all work included in
the project design, and as deemed necessary for system operations identified during the preliminary
engineering process. The Preliminary Engineering (30% cost estimate will be prepared as a Class 3
estimate as defined by the Association for the Advancement of Cost Engineering International (AACEI),
which is considered accurate to +30%/-20%.
Consultant shall outline the methods to be used for performing the construction cost estimate and
schedule and document in a Basis of Estimate memorandum.
Deliverables
Basis of Design Report (Draft and Final)
30 percent drawings
Technical specifications list
Preliminary Engineering (30 percent) Construction Cost Estimate with supporting backup
information
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 63 of 69
Basis of Estimate memorandum
Preliminary Engineering (30 percent) Construction Schedule
QA/QC all documentation associated with Task 700
SPU 30% Design Checklist
Consultant will review the SWMM5 model and associated reports prior to the file transfer
meeting
Consultant will participate in a modeling file transfer meeting
Consultant will prepare a submittal to the SPU Modeling QA/QC committee for review
Consultant will address review comments from the SPU Modeling QA/QC committee prior to
completion of the Preliminary Engineering Report
Task 800 – Final Design
Based on the current contract packaging strategy developed by SPU, it is expected that three (3)
contract document packages stamped by a licensed Professional Engineer will developed in the final
design scope. The expected required contract documents packages are:
Storage Tunnel (Task 810)
Tunnel Effluent Pump Station and Force Main (Task 820)
I&C Design Build Procurement Package (see Task 900)
The following design standards will be required:
Drawings shall confirm to SPU CAD standards.
Building Information Model (BIM) will be required for management of design and construction.
The consultant will be required to assemble the BIM no later than 30% design and manage
coordination with all internal and external designers/contractors/subcontractors working on the
Project.
Specifications shall be in Construction Specification Institute (CSI) format. Guide specifications
may be provided by SPU for certain elements of design.
Latest City of Seattle Standard Plans and Specifications shall be utilized where applicable.
Specific Tasks are expected to include:
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 64 of 69
Task 810 – Storage Tunnel Final Design
Storage Tunnel final design tasks are expected to include:
Consultant shall respond to each item identified in the constructability/operations review (Task
650) before continuing with final design.
Consultant shall continue design development of tasks outlined in Task 720. Consultant shall
participate in VE workshop (Task 640), as requested and respond to items identified as result of
the workshop.
Consultant shall prepare 60 percent, 90 percent and 100 percent (Contract Documents) design
drawings, specifications and construction cost estimate.
Consultant shall prepare permit review design submittals to support permit applications
identified in Task 200
Consultant shall respond to review comments on each submittal from SPU and the design
review Task Force
Following 60 percent and 90 percent design submittals, Consultant shall participate in design
review meetings with SPU and the design review Task Force. Consultant shall prepare meeting
minutes documenting each review meeting.
Consultant shall develop start-up/commissioning plan following 60 percent design submittal.
The plan can be combined with Task 820.
Final Specifications and Plans need to be submitted to regulators for review and approval , in
addition to SPU/KC review and approval. Regulators have 90 days to review.
Task 820– Tunnel Effluent Pump Station (TEPS) and Force Main Final Design
TEPS and Force Main final design tasks are expected to include:
Consultant shall respond to each item identified in the constructability/operations review (Task
650) before continuing with final design.
Consultant shall continue design development of tasks outlined in Task 720. Consultant shall
participate in VE workshop (Task 640), as requested and respond to items identified as result of
the workshop.
Consultant shall prepare 60 percent, 90 percent and 100 percent (Contract Documents) design
drawings, specifications and construction cost estimate.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 65 of 69
Consultant shall respond to review comments on each submittal from SPU and the design
review Task Force Consultant shall prepare permit review design submittals to support permit
applications identified in Task 200
Following 60 percent and 90 percent design submittals, Consultant shall participate in design
review meetings with SPU and the design review Task Force. Consultant shall prepare meeting
minutes documenting each review meeting.
Consultant shall develop start-up/commissioning plan no later than 90 percent design submittal.
The plan can be combined with Task 810.
Deliverables
Constructability/Operations Review Responses
Design Review Meeting Minutes
Permit Review Design Submittals for permit applications identified in Task 200.
Storage Tunnel – 60 percent, 90 percent and 100 percent (Contract Documents) design
submittal, including drawings, specifications and construction cost estimate.
TEPS and Force Main – 60 percent, 90 percent and 100 percent (Contract Documents) design
submittal, including drawings, specifications and construction cost estimate.
Start-up/Commissioning Plan (Draft and Final)
Update BODR at 60 percent, 90 percent, and 100 percent
Update Cost estimate at 60 percent, 90 percent, and 100 percent.
QA/QC documentation for 60 percent, 90 percent, and 100 percent
SPU 60 percent, 90 percent, and 100 percent Design Checklist.
At the request of the SPU Contract Manager, one or more physical scale models may be
required.
Technical memorandum summarizing responses to VE study.
Task 900 – I&C Basis of Design
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 66 of 69
This task includes services to develop the instrumentation and control (I&C) basis of design and
develop contract documents for procurement of a Design-Build I&C contractor. Specific tasks are
expected to include:
Task 910 – I&C Basis of Design
Consultant shall prepare control strategy and I&C basis of design coordinated with final design
of the Storage Tunnel and Effluent Pump Station.
The SCADA system installed under this Project shall be integrated into the real- time control
system implemented by SPU and integrated with King County system at the West Point
Wastewater Treatment Plant.
I&C Basis of design shall include development of a simulation model for the control system for
the tunnel and effluent pump station integrated into the regional system operation. The model
shall be capable of replicating actual operation of the tunnel and pump station and can be
utilized to optimize system start-up and commissioning
Basis of design shall be sufficient to prepare specifications/contract documents for the pre-
qualification of bidders for the I&C/System Integration package to be executed by Design-Build,
and final contract documents and drawings for obtaining bids from pre-qualified bidders for the
implementation of the I&C/System Integration construction contract. It is expected that I&C
Basis of Design shall be developed to approximately 10 percent design completion level.
The Contract Manager may request that the consultant provide project management and
systems integration services to support the design-build I&C activity through Facility
Stabilization.
The I&C design builder may be required to evaluate and provide systems integration within the
existing City of Seattle and King County CSO facilities.
Task 920 – Design-Build Bidder Pre-Qualification (RFQ) Documents
Based on the I&C Basis of Design, Consultant shall develop pre-qualification requirements for
prospective I&C Design-Build contractors. Consultant shall assist SPU Procurement staff in
preparation of technical requirements to include in the pre-qualification documents provided to
prospective DB proposers.
Task 930 – Design-Build Procurement Contract Documents
Consultant shall prepare performance contract documents based on the I&C Basis of Design for
procurement of the I&C Design-Build Contractor. Consultant shall assist SPU Procurement staff
in preparation of the performance contract documents.
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 67 of 69
Procurement (Bidding) services shall be provided as described in Task 1000
Deliverables
I&C Basis of Design (Draft and Final)
I&C Design- Build Pre-Qualification Documents (Draft and Final)
I&C Design-Build Procurement Contract Documents
Task 1000 – Bidding Services
This task includes services during bidding and prior to construction contract(s) NTP. The final design is
expected to be packaged in to multiple construction bid packages. Consultant shall coordinate with
SPU early in final design with respect to the number of construction contracts.
The Consultant shall provide services during the bidding of the construction contracts commensurate
with the potential multiple bid packages. Services shall include attendance at one pre-bid meeting for
each bid package, site visit(s), responding to contractor requests for clarification during the bidding
services and assisting with review of the bid submittals as requested by SPU. Bid review shall include
making reference checks and review of qualification materials. The Consultant shall prepare Addenda
as required to address issues and questions during the bid.
Consultant shall also prepare “conformed” drawings and specifications. Conformed documents shall
incorporate all addenda items into the drawings and/or specifications, and shall be signed and stamped
by the Consultant. Both drawings and specifications shall be noted and readily identified as
“conformed” documents as required by SPU.
Deliverables:
Attend pre-bid meetings
Bidder Question responses
Bid evaluation meetings and qualifications reviews
Conformed construction documents
Task 1100 – Engineering Services During Construction
Work of this task is anticipated to be authorized in a future contract amendment.
The Consultant will be requested by SPU to provide general engineering services during construction.
These services may include periodic visits to the construction sites, attendance at construction
progress meetings, reviewing the progress of the work and ensuring its compliance with the Contract
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 68 of 69
Documents. The Consultant may be required to respond to requests for information or clarifications,
and change orders from the Contractor and/or the Construction Manager during construction. The
Consultant may also be required to review all Contractor submittals as required by the construction
documents.
The detailed scope of and extent of services, identification of personnel and facilities needed to
accomplish the work within the required time, provision of the required technical services and a fair and
reasonable price for the work will be negotiated at the appropriate time.
Deliverables
Construction meeting notes
Site Visit Reports
Review submittals
RFI Responses
Review proposed work changes change orders
Model/modeling results
Contract Title: Design Consulting Services for the Ship Canal Water Quality Project – Tunnel Storage
Contract Number: 14-213-S Page 69 of 69
Attachment 9: List of Reference Documents
Reference Documents:
Final Project Definition Report (CH2M Hill, January 2015)
Draft Plan to Protect Seattle’s Waterways (February 2015) www.seattle.gov\CSO
Consent Decree for King County
Consent Decree for City of Seattle
Preliminary Geotechnical Data Report (December 2014)
City of Seattle Standard Plans & Specifications (2014)
http://www.seattle.gov/util/Engineering/StandardSpecsPlans/index.htm
Blank SPU Consultant Contract Boilerplate Example