Sie sind auf Seite 1von 28

REQUEST FOR PROPOSAL (RFP) FOR ENGINEERING AND SUPPORT SERVICES FOR THE BROADVIEW SEWER & DRAINAGE

IMPROVEMENTS PROJECT

TABLE OF CONTENTS
I. II. III. IV. V. VI. VII. VIII. IX. X. XI. GENERAL INFORMATION ............................................................................... 1 SCOPE OF WORK ............................................................................................... 2 CONSULTANT'S FEES ....................................................................................... 2 SELECTION PROCESS ....................................................................................... 3 PROPOSALS AND PROPOSAL EVALUATION ................................................ 4 INTERVIEW & INTERVIEW EVALUATION .................................................... 7 ANTICIPATED SELECTION SCHEDULE ......................................................... 7 NON-DISCRIMINATION ................................................................................... 7 AFFIRMATIVE EFFORTS TO USE WOMEN AND MINORITY BUSINESS ENTERPRISES .................................................................................................... 7 INSURANCE REQUIREMENTS ......................................................................... 8 SUBMITTAL DEADLINE AND CONTACT PERSON ....................................... 8
Scope of Work Non Discrimination Requirements Equal Benefits Compliance Declaration Form Affirmative Efforts Requirements Consultant Inclusion Plan Insurance Requirements and Transmittal Form

Attachment 1: Attachment 2: Attachment 3: Attachment 4: Attachment 5: Addendum:

REQUEST FOR PROPOSAL (RFP) Engineering and Support Services for the Broadview Sewer & Drainage Improvements Project I. GENERAL INFORMATION

SPU wants to improve the level of service for the sanitary sewer system in the sections of the Broadview neighborhood in North Seattle to reduce sewer backups, and as feasible, improve the drainage system in the area. The sewer system is a dedicated sanitary sewer system, rather than a combined sewer where drainage and sewage are mixed. However, due to a combination of the aging infrastructure of the area, and the era in which the system was constructed, preliminary modeling suggests that inflow and infiltration (I/I) are the primary causes of sewer capacity problems in some areas of the neighborhood. Drainage improvements will also help address spot drainage complaints in the neighborhood, to the degree that these improvements support the goals of a 25-year level of Service (LOS) identified in SPUs 2004 Comprehensive Drainage Plan (CDP). Based on the schedule that SPU has provided to the Broadview Community, SPU is targeting to complete these improvements in Broadview by 2020 or sooner, if possible. A comprehensive action plan is to be created by the consultant and is to be complete by the end of 2012 in order to proceed with a series of projects in the basin to address the issues noted above. Early action efforts and a pilot project are currently planned and other early actions may be taken before the plan is complete. Please go to the SPU web page to find more information about the Broadview system conditions and past flooding located at: http://www.seattle.gov/util/About_SPU/Drainage_&_Sewer_System/Reports/BroadviewSewerIn vestigation/index SPU is soliciting engineering and support services to develop 1) an action plan for the Broadview area; 2) an implementation plan; and 3) capital improvements projects (CIPs) in this area. Community input on the options developed herein is essential. Therefore, a community involvement/communications support element is required in the scope of work for all the above items. Consistent with RCW 39.80, SPU will assess interested consultants qualifications for providing the full range of engineering and support services anticipated within contract. Interested consultants are invited to describe their qualifications and approach to doing the work, including: 1) Review existing data relevant to sewer backups and stormwater flooding in the basin 2) Prepare preliminary alternatives analysis using triple-bottom line approach to address sewer backup problems. These solutions could be recommended in a phased approach. 3) Community involvement and project communications throughout project 4) Geotechnical investigations in the basin 5) Hydrologic/hydraulic computer modeling of sewer flows in the basin (as needed) 6) Hydrologic/hydraulic computer modeling of stormwater flows in the basin (as needed) 7) Monitoring of sewer and stormwater flows (may be needed under this contract)

8) Preliminary engineering for top three alternatives for each area identified for improvements in basin. There are approximately 6-10 such areas in the basin. 9) Design engineering for the SPU-selected alternatives 10) Landscape design may be needed for some of the alternatives 11) Engineering services during construction of particular alternatives. Interested consultants need to indicate their interest in providing services and must describe any special qualifications. SPUs Consultant Evaluation Committee (CEC) will assess each consulting teams qualifications for the contract, including each teams capacity to provide services within requested timeframes, and be willing and able to make changes in plans smoothly, quickly and cooperatively. In addition, the consultant will be encouraged to provide not only costeffective solutions, but solutions that the community will support and are environmentally sustainable. The outcome will be the selection of one consulting team to perform the engineering and support services work in the contract. It is intended that the consultant will help SPU develop expertise and capacity in some of its core competencies -- including hydrologic/hydraulic modeling, project development, alternative analysis, preliminary engineering, triple-bottom-line analysis, design engineering, geotechnical knowledge of the area, and community involvement/communications -- while completing the required work.

II.

SCOPE OF WORK

The services that SPU plans to include in the contract are described in Attachment 1 to this RFP. The initial scope of work for this contract will be limited to the services needed to complete project development, perform preliminary engineering (including the analysis of a range of green and gray alternatives), assist in workshops and other community meetings to help identify and refine preferred alternatives, and assist SPUs managers and executive decision makers in selecting recommended alternatives. Following completion of preliminary engineering and a post-preliminary engineering business case (or similar internal decision making document, as specified by SPU), SPU will decide which projects/alternatives to design and construct and what construction contracting approach to use. Assuming that SPU decides to implement one or more of the project alternatives using a conventional design-bid-build approach and assuming satisfactory consultant performance during the first phase of the work, one or more contract amendments can be negotiated with the consultant to include design services of the SPU-selected alternative and to provide engineering services during construction. If SPU decides to implement one or more of the alternatives by alternative contracting, SPU will determine how much engineering support, if any, is needed from the consultant selected to perform conventional engineering services for that project.

III.

CONSULTANT'S FEES

The estimated costs of the consultant contract is as follows:

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

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

Estimated potential total contract amount

$5,000,000

The actual contract amount will be negotiated after a firm has been selected and the scope of work finalized. The City will pay the Consultant the approved All-Inclusive Billing Rates which is a combination of base salary plus the Consultants audited overhead and fringe benefits rates plus a negotiated fee for profit up to 12% profit. Sub-consultants will be paid at their actual All-Inclusive 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. If, during contract negotiations, the consultant and SPU are unable to agree on the final fee for the work to be performed, SPU reserves the right to terminate the negotiations with the selected consultant and initiate contract negotiations with the next highest ranked firm. SPU will not reimburse the consultant(s) for the costs of preparing a proposal, for the costs of negotiating the contract, or for any other costs incurred prior to the effective date of the contract

IV.

SELECTION PROCESS

SPU will use the following process to select the most qualified consultant(s). First, in response to the Request for Proposals (RFP), each prospective consultant will submit a proposal. The proposals will be evaluated, based on the evaluation criteria below in V. PROPOSALS & PROPOSAL EVALUATION, by a Consultant Evaluation Committee (CEC) comprised of persons with expertise in the type of work required in this RFP. After evaluation of the proposals, a "short list" of the top-ranked firms will be notified and invited to an interview to present, clarify, and/or verify information on their specific proposals. The final ranking of the firms/teams will be based on the following formula: y 50% written proposal ranking y 50% interview ranking After the interviews, the SPU Consultant Evaluation Committee (CEC) will tabulate the scores and make a recommendation to the Director of SPU, who will make the final selection(s).

V.

PROPOSALS AND PROPOSAL EVALUATION

Respondents to this RFP must submit nine (9) copies of their proposal, including the consultant teams qualifications, which should be no more than 6 pages maximum, and a description of its proposed approach to completing the work, which should no more than 6 pages maximum. Please put resumes in an Appendix at the end of the document. SPU strongly encourages the use of double-sided copies in your proposal and recycled paper. The maximum evaluation points for each of the following criteria are shown in parentheses. The total possible points for the proposal is 100. Refer to the attached Scope of Work (Attachment 1) and include the following information organized in the order shown below: A. Team Qualifications (maximum of 30 points) The Team Qualifications section shall include the following: y y An organizational chart, clearly identifying key members of your team that will be conducting the work (including subconsultants) and their roles. 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 teams capacity to provide the requested services using the approach described in your proposal. The resumes of the key team members, including key subconsultant team members. Resumes must clearly communicate the specific role(s) the proposed key team member had on related assignments, must include examples that demonstrate the proposed key team member has the expertise and experience to perform successfully in his/her proposed role, and must describe any experience that would make your team uniquely qualified.

B. Prime Consultants and Subconsultants Recent Relevant Experience (maximum of 25 points) This section shall include the following: y The prime consultant shall provide descriptions of at least three (3) and no more than five (5) recent relevant projects or programs where the following activities were performed: (1) Used monitoring and modeling information to define the size of a sewer and storm water problem, (2) Identified alternatives to address the identified sewer backups and storm water flooding, (3) Involved public in refining the alternatives and selecting preferred alternatives. (4) Worked effectively with all levels of project staff and top decision makers, including developing and providing high quality presentations to staff, public, and decision makers, (5) Prepared creative landscape designs as part of the selected alternatives,

(6) Evaluated alternatives using a business case approach (triple bottom line analysis, that includes economic, social and environmental impacts and benefits), (7) Selected a preferred alternative and prepared regulatory and preliminary engineering documents on the preferred alternative, (9) Completed geotechnical studies possibly including literature review, exploratory borings, sampling, analysis, piezometers, ground water monitoring wells, etc. in order to facilitate conceptual design and evaluation of the alternatives. This work may be performed by SPU staff, if available. (10) Completing preliminary survey work and base maps of candidate sites to augment existing GIS data for the purpose of developing and evaluating alternatives and potential site development impacts and needs. This work may be performed by SPUs survey and base map staff, if available. (11) Provided permitting assistance to help keep project(s) on schedule. (12) Provided excellent engineering services during construction y The prime consultant or team also shall provide descriptions of at least three (3) and no more than five (5) recent projects showing the firms qualifications to provide project management, and design services. Ideally, these descriptions will demonstrate the firms qualifications and the qualifications of key team members to perform their portion of the work in the firms proposal. The descriptions 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 projects outcomes, and client reference and contact information. Each project description shall be no longer than 1 page. Each subconsultant shall provide a description of at least one recent project (and no more than 2) that demonstrates their firm and key staffs qualifications to perform their portion of the work in the prime consultants proposal. The descriptions shall include the client (i.e., municipality or agency), a summary of the work performed, the contract amount, the schedule, the specific role of the subconsultant firm, the projects outcomes, and client reference and contact information. The total length of the subconsultant project descriptions shall be no longer than 3 pages.

C. Approach (maximum of 25 points) Describe how your team would approach managing and completing the requested engineering and support services on one or more of these projects. Your approach must demonstrate the following: y y y Clear understanding of the overall scope of services included in this RFP; Clear understanding of the schedule constraints and timing of these projects; A proactive approach to performing, managing and completing the requested services on time and on budget, including: o o y Assignment, commitment, coordination, and management of key personnel and subconsultants; and Monitoring, tracking, and communicating project schedule and scope progress and issues or concerns in a timely manner;

An effective approach to managing risk and ensuring quality;

Creative solutions for addressing sewer and stormwater flooding that are environmentally sustainable, including for nearby creeks, and that bring long-term benefits to the local community. Clear understanding of applicable local, state, and federal regulations and the ability to work effectively with jurisdictional agencies to negotiate and resolve regulatory issues; Effective management of project team communications and communications with SPU staff and management; Ability to support public outreach efforts and effectively engage stakeholders while managing stakeholder expectations: Ability to work in a team environment and to participate in the teams development and implementation of a project management plan; Expertise with hydrologic/hydraulic modeling and experience using various model platforms to evaluate a range of alternatives, including flow monitoring data analysis, model refinement, and model calibration and analysis. Expertise with flow monitoring (may be requested under this contract).

y y y y y

The approach section of the proposal shall be no longer than 6 pages in length. D. Risk Management (maximum of 10 points) Based on your current knowledge of the projects, identify any significant risks involved in successfully completing the scope of work and describe the steps you will take to manage these risks. This section of the proposal shall be no longer than 2 pages in length. In responding to evaluation criteria A through D, specific attention should be paid to: y y y y y y y Apparent capability and experience of personnel actually assigned to the contract(s), Estimated availability and capacity of personnel assigned to the contract(s) for the project duration, Relevance and strength of team members skills and experience to this work, Your approach to completing this work, How you plan to coordinate the work of all team members, How experience you have gained on prior assignments will be applied to this work, and Any suggestions you have for improving the scope of work or the potential for success.

E. Affirmative Efforts Requirements as demonstrated in the Consultants Inclusion Plan (maximum of 10 points) See Attachment 5: Consultant Inclusion Plan F. References Please submit a minimum of five (5) specific references who can confirm your firms and subconsultants experience and expertise in performing work that is similar to the scope of work

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

VI.

INTERVIEW & INTERVIEW EVALUATION

Each short-listed firm will be interviewed. Only key team members, including the proposed project manager and any key subconsultants, will be invited to the interview. The interview structure and interview questions will be developed after SPUs CEC scores the proposals and identifies the short-listed consultants. Short-listed firms will be provided information on the interview structure in advance, as part of a letter summarizing the date, time, and location of their interview. Short-listed firms will be asked interview questions that clarify and/or expand on their teams qualifications, relevant experience, availability of key personnel and approach to completing the work.

VII. ANTICIPATED SELECTION SCHEDULE


Following is the anticipated schedule for the selection process: Proposals due Short- list determined Interviews Final selection Monday, July 25, 2011 by 12 noon Friday, August 26, 2011 During the Week of September 6, 2011 Week of September 20, 2011

VIII. NON-DISCRIMINATION
The terms of any contracts resulting from this selection process must be in full compliance with all equal employment opportunity and Non-Discrimination in Benefits provisions required by the City of Seattle's laws, ordinances, rules and regulations. Please refer to the Non-Discrimination Requirements Attachment for more details. Please note that the selected consultant will be required to complete and sign an Equal Benefits Compliance Declaration form prior to negotiations and execution of the contract resulting from this solicitation. See the Equal Benefits Compliance Declaration Form Attachment.

IX.

AFFIRMATIVE EFFORTS TO USE WOMEN AND MINORITY BUSINESS ENTERPRISES

The terms of any contracts resulting from this selection process will include Affirmative Efforts provisions as required under SMC Chapter 20.42. Please refer to the Affirmative Efforts Requirements Attachment for more details. Please note that for projects estimated to cost over $260,000, all proposers shall complete and submit a Consultant Inclusion Plan (see Attachment 5) with their proposal. The Consultant

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

X.

INSURANCE REQUIREMENTS

For this contract, the selected consultant must, at all times during the term of this contract, have and maintain continuously, at its own expense, evidence of a policy or policies of insurance as follows: Commercial General Liability Insurance: $1,000,000 Business Automobile Liability: $1,000,000 Errors and Omissions Liability Insurance: $5,000,000 Washington State Workers Compensation (Title 51 RCW) See Attachment 6 for more details. as further described in the attached Insurance Addendum.

XI.

SUBMITTAL DEADLINE AND CONTACT PERSON

Proposals (9 copies) must be received by Ms. Celia Kennedy, no later than 12 noon on Monday, July 25, 2011 as follows: If delivering in person: Celia Kennedy, CEC Chair Seattle Public Utilities Drainage & Wastewater Division Seattle Municipal Tower, 4600 Floor 700- 5th Avenue Seattle, WA 98104-5004 Celia Kennedy, CEC Chair Seattle Public Utilities Drainage & Wastewater Division, 46th Floor PO Box 34018 Seattle WA 98124-4018

If mailing:

Any questions or communication regarding the contents of this RFP must be directed to Celia Kennedy, who can be reached at (206) 684-4606 or Phil Yamamoto at (206) 684-4619 or by email at celia.kennedy@seattle.gov or phil.yamamoto@seattle.gov. Legal and ethical considerations constrain the contact person, as well as other SPU employees or members of the CEC, from giving out information on this project or the process which might possibly give an inquiring consultant an advantage over other consultants competing for this contract. Failure to follow this instruction may result in disqualification. RFP documents and addenda may be viewed online at: https://www.ebidexchange.com/seattle.

ATTACHMENT 1 SCOPE OF WORK


The potential range of services in this contract includes all engineering and support services needed during the project development, alternatives analysis and selection, preliminary engineering, permitting, regulatory compliance, design, and construction phases. In addition, it is intended that the consultant will help SPU develop expertise and capacity in some of its core competencies including hydrologic/hydraulic modeling, project development, geotechnical analysis, sewer and stormwater basin modeling, preliminary engineering, design engineering, specifications development and community involvement/communications while completing the required work. The initial contract scopes of work will include services needed to complete project development, perform preliminary engineering, including the analysis of a range of green and gray alternatives, assist in workshops and other community meetings to help reduce and refine the possible alternatives for each of the identified areas within the Broadview basin, and assist SPUs managers and executive decision makers in selecting recommended alternatives for the identified areas. Following completion of the post-preliminary engineering business case, SPU will decide which alternatives to design and construct and what construction contracting approach to use. Assuming that SPU decides to implement the project using conventional design-bid-build and assuming satisfactory consultant performance during the initial phase of work, one or more contract amendments may be negotiated. If SPU decides to implement one or more of these projects by alternative contracting, SPU will determine how much engineering support, if any is needed, from the consultant selected to perform conventional engineering services for that project.

The services outlined below are based on a design-bid-build implementation process. This scope of services is not complete or detailed for the project, but provides an overview of the range of services that may be necessary for the project. Detailed scopes of services will be negotiated once SPU has selected the most qualified consultant(s). INITIAL SERVICES Task 1 Project Management and Quality Control Consultant is responsible for the management and coordination of the work defined in this contract. Task 1 represents the labor and expenses associated with tracking, reporting, scheduling, coordination and quality control services for this work. Consultant will provide management measures including: 1. Concise monthly progress reports summarizing work completed during the reporting period, significant work anticipated the following reporting period, and status of budget by task and overall, and status of schedules. This report can be incorporated into the monthly bill to increase efficiency. 2. Weekly, bi-weekly or monthly meetings or phone calls with the project team, as needed, to review project status, discuss and resolve issues, and report on action items. 3. Maintenance of project files, including a record of community correspondence 4. Project Team and Client communications 5. Quality Assurance/Quality Control Plan and updates for subsequent phases of each project. Task 1 Deliverables 1. Monthly progress reports 2. Correspondence and other documentation records 3. QA/QC Plan Task 2 Preliminary Broadview Basin Business Case A preliminary business case must be developed and presented to SPUs Asset Management Committee (AMC) for approval of costs, schedule, resources, and risks. Triple bottom line analysis and SPUs standard requirements for developing a business case is to be followed. This Preliminary Business Case will cover areas in the Broadview Basin that have experienced sewer backups and significant stormwater flooding related to right of ways or the sewer and storm water system, approximately 6-10 areas in the basin based on initial evaluations. Some potential options to be considered for Broadview areas in need for the Preliminary Business Case include: y y y y y y Separation of roof drains from sewer Other I/I removal Increased maintenance cycles Green Technologies (e.g., green roofs, rain gardens, amended soils, etc.) Increased conveyance capacity Inter-basin flow transfers

y y y y y

In-line and Off-line Storage Upgrades/retrofits to existing facilities Decentralized storage (e.g., cisterns) Other ideas as identified by consultant, SPU staff or citizens Combination of some of above ideas

Consultant work for this Preliminary Broadview Basin Business Case may include: 1. Reviewing existing documentation including the project's scope of work, cost estimate, schedule, previous basin studies, etc to become familiar with the current conditions. 2. Visiting candidate sites with SPU staff to observe current conditions at key locations for the various alternatives that are to be investigated. Observations would be used to verify the scope of work proposed for this project, permitting issues, and other related issues, are accurate. 3. Developing through the triple-bottom-line analysis three potential solutions for each area within the basin where level of service improvements are needed for the sewer and/or stormwater systems. 4. Identifying a preferred solution, or solutions, for each identified area, as deemed necessary to reach SPU or exceed established service levels for sewer and stormwater service. 5. For business case development follow project criteria and SPU guidelines. 6. Assisting with preparation of the preliminary business case presentation materials conforming to SPU format and procedures. 7. Attending Project Team meetings between Consultant and SPU staff. 8. Incorporating staff comments into Draft Preliminary Business Case until staff are satisfied with the Draft Preliminary Business Case 9. Assist SPU with developing and presenting project information (i.e., power point presentations, large posters, handouts, briefing papers, newsletters) to the SPU Asset Management Committee, and as needed, the Drainage and Wastewater Line of Business Committee, and other audiences, such as the public, stakeholder groups, City Council, Mayors Office, and Seattle Design Commission. Task 2 Deliverables 1. Draft Preliminary Broadview Basin Business Case 2. Final Preliminary Broadview Basin Business Case 3. AMC presentation materials for the Preliminary Business Case, materials relating to the business case for other audiences may be requested of the consultant. Note: SPU may decide to work in a phased approach, focusing work on the Broadview Basin areas that are experiencing the most sewer backups first, and then in another phase focus on the next areas..

Task 3 Updates to Model Refinement, Calibration and Validation for Sewer and Stormwater SPU has been developing hydrologic/hydraulic models for the sanitary sewer in Broadview working with a consultant and is beginning to develop a stormwater model of that basin. However, further refinements, calibration, or validation of the models may be necessary based on new data, system changes, and new information gathered for these project phases than is currently available. The Consultant(s) may be asked to complete such refinements. This task will be negotiated separately, if needed. This task may include steps such as: 1. Check hydrologic/hydraulic parameters, boundary conditions, and/or data for consistency, connectivity, and continuous flow direction based on current conditions. 2. Update hydraulic model using SWMM5 with new monitoring data from SPU meters located within the Broadview sub-basins. 3. Run proposed alternatives through most recent model to discover how alternatives impact basin flows for sewer and stormwater. 4. Check suitability of storm events used for model calibration and recalibrate/validate as necessary using criteria agreed to with SPU, as directed by SPU. 5. Update the uncertainty analyses and performance curves. 6. Prepare materials and attend workshops, as needed, to review progress, resolve questions and issues, and facilitate decision-making. Task 3 Deliverables 1. Materials for workshops to address modeling issues (e.g., power point slides, maps, etc.) 2. Workshop outcomes document 3. Updated and calibrated hydrologic and hydraulic models for sewer and stormwater in SPU requested format 4. Updated hydraulic and hydrologic report for use in design. Task 4 Public Involvement City and community workshops and/or meetings should be expected for each proposed project in the Broadview area. The Consultant will be asked to prepare presentation materials, organize community workshops, and prepare meeting summaries. Workshop and meeting topics may include discussion of the alternatives for the identified areas in the Broadview basin that have had sewer backups and stormwater flooding. Presentation materials may include developing a decision framework, screening methodologies, subbasin and basin-wide alternatives and strategies that achieve project objectives, and refinement of alternatives. The results of the Preliminary Business Case, primarily the recommended alternatives for preliminary engineering, will be presented to SPUs Asset Management Committee at a briefing. The Consultant will assist SPU with developing and presenting project information to the SPU Asset Management Committee, and as needed, the Drainage and Wastewater Line of Business Committee, and other audiences, such as the public, stakeholder groups, City Council, Mayors Office, and Seattle Design Commission.

Task 4 Deliverables 1. Workshop summaries 2. Meeting summaries and notes, as requested by SPU staff 3. Draft email updates to community and community members for staff review 4. Broadview Project newsletter development and layout for up to 4 newsletters a year 5. Develop and present project information to external and internal audiences including those noted above 6. Assistance to SPU for text development and photos for Project Website 7. Public Involvement and communications support for all elements of the work outlined in this RFP, such as, meeting logistics, power point presentation development, creation and production of large posters, meeting handouts, assisting SPU with responding to comments and questions from the public; documenting feedback, drafting responses to emails and letters related to the project, and hand delivery of project information to members of the public in Broadview. 8. Digital files of graphic displays, handouts and project PowerPoint presentations in a format consistent with SPU format, templates and computer programs. SPU will retain ownership of all files and graphics produced under this contract. Task 5 Preliminary Engineering Once the Asset Management Committee, or Drainage and Wastewater Line of Business Committee (will depend on dollar total of alternative), has been briefed on the short-listed alternatives for each identified area within Broadview where improvements are being recommended, the Consultant will be asked to move forward with Preliminary Engineering for the selected solutions for the specified areas. This task will evaluate the alternatives using the established criteria. Outcomes of this Task are the Preliminary Engineering Report, final Business Case documentation, and information needed to prepare an Engineering Report (Task 7) and for Permitting review (Task 8). Services needed for this task will be tailored to fit the specific solutions for the each identified areas in the Broadview basin, and could potentially include: 1. Completing geotechnical studies of specific sites as recommended by the Consultant or SPU for each project, possibly including literature review, exploratory borings, sampling, analysis, piezometers, ground water monitoring wells, etc., in order to facilitate conceptual design and evaluation of the alternatives. This effort may be performed by SPUs Materials Lab staff, if available in timeframe necessary. 2. Completing preliminary survey work and base maps of candidate sites to augment existing GIS data for the purpose of developing and evaluating alternatives and potential site development impacts and needs. This effort may be performed by SPUs survey and base map staff, if available. 3. Reviewing applicable City Code and environmental regulatory programs and required permits, documenting: y y y The regulatory programs analyzed; The basis on which each was determined to be applicable or not; The estimated time line for permit application;

y y

Recommended sequence for acquisition; and List of supporting documentation that would be needed for the each regulatory review process.

4. Performing analyses, including additional hydraulic/hydrologic modeling, as needed to define the benefits of the different alternatives. 5. Evaluating alternatives. 6. Evaluation criteria may include: y y y y y y y y y y y Reduction in sewer backups and stormwater flooding to meet SPU established service levels Health and safety Community impacts/acceptance/ benefits Environmental impacts and benefits Technically feasible Acquisition/access Operational impacts Constructability Schedule Life-cycle costs Other benefits and impacts

7. Facilitating and documenting workshops with project team members and stakeholders, as appropriate throughout project. Workshop topics may include refinement of the decision framework and screening methodologies from Task 4, presentation and evaluation of alternatives, and recommendation for the selection of the preferred alternatives. Attending project team meetings to report progress, resolve issues and confirm direction. 8. Assessing the environmental and permitting review needs and preparing environmental review documentation (e.g., SEPA checklist, EIS, etc.) 9. Preparing a Preliminary Engineering report that explains the preferred alternative for design and construction for each of the identified areas in the basin where improvements are to occur. The report would follow SPU report guidelines, including: y Executive Summary y Background y Problem statement y Objectives y Assumptions/Constraints y Options analysis y Preferred options and basis y Preliminary project cost and schedule y Environmental Regulatory Evaluation (permitting needs) y O&M Checklist y Environmental Review Documentation y Real Estate Services data (if needed).

Task 5 - Deliverables 1. Site visit observations memorandum 2. Scope of geotechnical requirements 3. Scope of survey and basemap requirements 4. Regulatory/permitting review draft and final memoranda 5. Alternatives evaluation 6. Preliminary Engineering Report draft and final versions 7. Environmental Review/ Permitting documents 8. Summaries of relevant meetings and workshops 9. Presentation materials for meetings and workshops Task 6 Final Business Case The final business case will identify each of the recommended solutions for the areas identified as needing improvements to meet or exceed SPUs established levels of service, will summarize the evaluation process documented in the Preliminary Engineering Report, augment the information with triple-bottom-line analyses, and present the recommended solutions to SPU Asset Management Committee (AMC) for approval. The final business case format will follow AMC guidelines and is expected to include: 1. Description y Design criteria/performance standards for separation, storage, modification of existing facilities, and Best Management Practices (BMPs) y Relationship to specific SPU policies (e.g., Drainage code, Comprehensive Drainage Plan, Sewer Comprehensive Plan, etc) y Compatibility with SPUs NPDES permits and WAC requirements 2. Cost/Benefit Analysis y Cost basis (curves) for project options and BMPs y Recognize and quantify (if possible) economic, societal, and environmental costs and benefits 3. Risk Analysis y Analysis of risk probability/avoidance for sub-basin-specific solutions and BMPs 4. Recommendations y Provide an informed recommendation as to which solutions are recommended for implementation. y Ranking/prioritization of projects will be presented based on cost/benefit and risk analyses. Note: There may be modifications to the above required elements if internal SPU requirements change.

Consultant work for this effort may include: 1. Assisting with preparation of the final business case and presentation materials conforming to SPU format and procedures. 2. Attending Project Team meetings between Consultant and SPU staff, including SPUs economist. 3. Attending public meetings and presenting project information to a variety of audiences such as: the public, stakeholder groups, Mayors Office, and City Council. 4. Completing triple-bottom-line analysis, following project criteria and current SPU guidelines. Task 6 Deliverables 1. Draft final business case 2. Final business case (incorporates staff comments) 3. AMC presentation materials 4. May include project presentations to other audiences, such as community groups, Seattle Design Commission, Mayors Office, and City Council. Task 7 Engineering Report Task 7 will involve preparing draft and final versions of an Engineering Report for recommended solutions identified in the AMC approved Final Business Case. The report will identify the performance criteria and design assumptions (or basis of design) for each approved recommended solution identified in the Preliminary Engineering Report. Work involved in developing the Engineering Report includes a significant amount of overlap with the Preliminary Business Case (Task 4), (Task 5) and Final Business Case development (Task 6) efforts. Work should be coordinated so those individual work items can be utilized for various tasks with little or no modification. The Engineering Report for each approved solution will be the basis of design document for that element. The Engineering Report may take the form of several Technical Memorandums, depending on the complexity of the approved solutions. Task 7 Deliverables 1. Meeting summaries 2. Draft Engineering Report 3. Final Engineering Report (incorporating staff comments) 4. Written responses to any comments that are not accepted Task 8 Permits and Acquisitions The Consultant shall be prepared to assist SPU with: 1. Identifying applicable permits and property acquisition needs as part of the feasibility studies 2. Obtaining permits and property acquisitions for project implementation for each of the approved solutions.

Services may include, but are not necessarily limited to, technical documentation, consultation, assistance with negotiations, permitting, and similar efforts. POTENTIAL ADDITIONAL SERVICES As described in the RFP, Consultant work for subsequent phases will depend on the project delivery method SPU ultimately selects for implementing each approved solution in the Broadview basin. If SPU decides to use design-bid-build project implementation, the scope of work may be amended to extend the project management and quality control services generally described in Task 1 and to include the following services. Final Design The Consultant would complete additional analyses, identify, and potentially conduct needed survey and geotechnical work, and develop or collect other relevant information in order to prepare: 1. 30%, 60%, 90%, 100% (final check) and final, signed and stamped drawings for implementation of the SPU approved solutions in the basin. 2. 60%, 90%, 100% (final check) and final, signed and stamped special provisions, as needed to modify City of Seattle standard drawings, details, and specifications. 3. 30%, 60%, 90%, 100% (final check) and final probable cost of construction estimates. Services may also include value engineering of the 30% design drawings, community involvement and project communications assistance, input during the bid solicitation process, assistance with reviewing bids received, regulatory assistance, property acquisition support, and similar assistance as needed. Support During Construction Depending on staff availability, SPU Construction Management would provide construction management and resident engineering services for the project. However, the Consultant may be asked to: 1. Review and provide comment, design sketches, and/or direction on requests for information, submittals, requests for clarification, change order requests, requests for substitutions, and similar construction-related documentation. 2. Participate in punch list reviews or make field visits to assist the Resident Engineer and Construction Manager. 3. Attend project meetings with the community and internal meetings as requested. 4. Assist SPU with community outreach and project communications before and during construction. 5. Assist SPU with closeout and commissioning of newly constructed facilities. 6. Provide construction management services, if the depth and breadth of services needed exceed SPU Construction Managements availability. 7. Other construction-related support as needed. 8. Attend and participate in the post project evaluation meeting.

ATTACHMENT 2 NONDISCRIMINATION REQUIREMENTS


NONDISCRIMINATION IN EMPLOYEE BENEFITS A. Compliance with SMC Ch. 20.45: The Consultant shall comply with the requirements of SMC Ch. 20.45 and Equal Benefits Program Rules implementing such requirements, under which the Consultant is obligated to provide the same or equivalent benefits (equal benefits) to its employees with domestic partners as the Consultant provides to its employees with spouses. At the Citys request, the Consultant shall provide complete information and verification of the Consultants compliance with SMC Ch. 20.45. Failure to cooperate with such a request shall constitute a material breach of this Contract. (For further information about SMC Ch. 20.45 and the Equal Benefits Program Rules call (206) 684-0430 or review information at http://cityofseattle.net/contract/equalbenefits/.) B. Remedies for Violations of SMC Ch. 20.45: Any violation of this Section 9 shall be a material breach of Contract for which the City may: (1) Require the Consultant to pay actual damages for each day that the Consultant is in violation of SMC Ch. 20.45 during the term of the Contract; or (2) Terminate the Contract; or (3) Disqualify the Consultant from bidding on or being awarded a City contract for a period of up to five (5) years; or (4) Impose such other remedies as specifically provided for in SMC Ch. 20.45 and the Equal Benefits Program Rules promulgated thereunder. II. AFFIRMATIVE EFFORTS TO USE WOMEN AND MINORITY BUSINESS ENTERPRISES A. Consultant shall use affirmative efforts to promote and encourage participation by women and minority businesses on subcontracting opportunities within the contract scope of work. Consultant agrees to make such efforts as a condition of the Contract. B. Affirmative efforts shall include those that have been agreed upon between the City and the Consultant as a result of the Consultant proposal response, and are incorporated herein by this reference as Exhibit. C. Record-Keeping: Consultant shall maintain, for at least 24 months after the expiration or earlier termination of this Contract, relevant records and information necessary to document Consultant affirmative efforts to solicit to women and minority business participation, including solicitations to subconsultants and suppliers, all subconsultant and supplier proposals received, and all subconsultants and suppliers actually utilized under this Contract. The City shall have the right to monitor the affirmative efforts of the Consultant and to inspect and copy such records of the Consultant as are necessary to ensure compliance with the requirements of this Section. D. Consultant shall ensure that all employees, particularly supervisors, are aware of, and adhere to their obligation to maintain a working environment free from discriminatory conduct, including but not limited to harassment and intimidation of minorities, women, or WMBE businesses. E. Non-Discrimination: Consultant shall not create barriers to open and fair opportunities for WMBEs to participate in any City contract and to obtain or compete for contracts and subcontracts as sources of supplies, equipment, construction and services. F. Sanctions for Violation: Any violation of the mandatory requirements of the provisions of this section, or a violation of SMC Ch. 14.04, SMC Ch. 14.10, SMC Ch. 20.42, SMC Ch. 20.45, or other local, state or federal nondiscrimination laws shall be a material breach of contract for which the Consultant may be subject to damages and sanctions provided for by the Contract and by applicable law. Consultants found to be in violation of the requirements shall be subject to debarment from City contracting activities in accordance with SMC Ch. 20.70. Note: Women and minority owned firms are asked to self-certify by registering in the City Vendor Registration System at http://seattle.gov/purchasing/VendorRegistration.htm. If you do not have computer access, please call 206-6840444 for assistance. I.

City of Seattle
Equal Benefits Compliance Worksheet (Consultants)
ATTACHMENT 3

City of Seattle, Department of Executive Administration


Purchasing and Contracting Services Division

Equal Benefits Compliance Declaration


For help completing this declaration, see important information on reverse.

Company Information
Primary Contact Person Company Legal Name Company Address Contract Title Telephone Seattle Business Lic. # (if available) City Fax Email State/Country Contract # (if available) Zip

Please declare one (1) option from the list below that describes the Contractors compliance status with Seattle Municipal Code Chapter 20.45 (City Contracts Non-Discrimination in Benefits) and related rules. 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 all Seattle locations and in other locations where work on the City of Seattle contract is being 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 The Contractor has been approved for Substantial Compliance Authorization from the City of Seattle allowing it to delay implementation of equal benefits. Option E The Contractor has been approved for Reasonable Measures Authorization from the City of Seattle allowing it to provide a cash equivalent payment to eligible employees in lieu of making benefits available. Statement of Non-Compliance The Contractor does not comply and does not intend to comply with Seattle Municipal Code Chapter 20.45 and related rules. I declare under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct, and that I am authorized to bind this entity contractually.
Signature of Authorized Person Name of Authorized Person (please print) Date

Contracting Services Division, 700 Fifth Avenue, Suite 4112, P.O. Box 94687, Seattle, WA. 98124-4687 Tel: (206) 684-0430, TDD: (206) 233-7810, Fax: (206) 684-4511. http://www.seattle.gov/contract/equalbenefits/ Revised: 10/05/04

Page 1 of 2

City of Seattle
Equal Benefits Compliance Worksheet (Consultants)
Important Information for Completing the Equal Benefits Compliance Declaration

Seattle Municipal Code Chapter 20.45 (SMC 20.45) requires contractors on City contracts to provide employee benefits to their employees with domestic partners equivalent to those provided to their employees with spouses. For more information, visit: http://www.seattle.gov/contract/equalbenefits/. Contractor means any person or persons, firm, partnership, corporation, or combination thereof, including a vendor or a consultant, who submits a bid, proposal, and/or enters into a contract with the City of Seattle. The Equal Benefits Compliance Declaration constitutes the Contractors affirmation that it provides benefits in accordance with SMC 20.45. Equal Benefits or "Non-discrimination in Benefits" means the provision of the same or equivalent benefits to employees with spouses and employees with domestic partners, to spouses of employees and domestic partners of employees, and to dependents and family members of spouses and dependents and family members of domestic partners. Non-discrimination in Benefits is further defined by SMC 20.45. "Domestic Partner" means any person who is registered with his/her employer as a Domestic Partner or, in the absence of such employer-provided registry, is registered as a Domestic Partner with a governmental body pursuant to any state or local law authorizing such registration. "Employee Benefits" or "Benefits" means any plan, program or policy provided by the Contractor to its employees as part of the employer's total compensation package. "Employee Benefits" includes, but is not limited to: pension and retirement benefits; medical, dental and vision plans or other health benefits; bereavement, family medical, parental and other leave policies; disability, life, and other types of insurance; employee assistance programs; memberships or discounts; moving expenses; access to facilities, services and events; travel and relocation expenses; incentive, stock option, and profit sharing plans and other compensation programs; vacation; travel benefits; and any other benefits given to employees. Substantial Compliance Authorization may be granted to a contractor whose compliance with the equal benefits requirement is delayed due to circumstances outside the contractors control for example, the contractor cannot make eligibility changes to its health insurance plan until the next open enrollment period, or the contractor cannot negotiate with one or more labor unions for additional benefits until the expiration of the current collective bargaining agreement. The Contractor must request this authorization online and be approved by the City of Seattle before submitting the EB Declaration. To apply, visit: http://www.seattle.gov/contract/equalbenefits/eb-substantial.htm. Reasonable Measures Authorization may be granted to a contractor to provide eligible employees with a cash equivalent payment in lieu of benefits that are unavailable due to circumstances outside of the Contractor's control. The Contractor must request this authorization online and be approved by the City of Seattle before submitting the EB Declaration. To apply, visit: http://www.seattle.gov/contract/equalbenefits/eb-reasonable.htm. Under limited circumstances, the City may waive the equal benefits requirement for the department that is administering the contract and the Contractor may make a Statement of Non-Compliance. Please be advised, if a waiver is not approved for the administering department, a Statement of Non-Compliance may result in the rejection of your bid. For more information, see Chapter 13 of the Program Rules: http://seattle.gov/contract/equalbenefits/docs/FINALrules.doc. For more information about contractors with multiple locations, visit: http://www.seattle.gov/contract/equalbenefits/docs/EBLocationChart.pdf. 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.

y y y

y y

Contracting Services Division, 700 Fifth Avenue, Suite 4112, P.O. Box 94687, Seattle, WA. 98124-4687 Tel: (206) 684-0430, TDD: (206) 233-7810, Fax: (206) 684-4511. http://www.seattle.gov/contract/equalbenefits/ Revised: 10/05/04

Page 2 of 2

ATTACHMENT 4 Affirmative Efforts Requirements


I. DEFINITIONS

Affirmative Efforts: Documented reasonable attempts in good faith to contact and employ women and minorities and to contact and contract with Women and Minority Businesses. Aspirational goals: A participation level the Consultant voluntarily establishes for potential employment on the Contract of women or minority employees and/or the use of WMBEs. No Consultant established aspirational goals will represent an actual utilization requirement or a condition of such contract. Availability or Available: A business that is interested in and is Capable of performing the item of work in question; and is able to perform the work within the time frame required by the contract. Capability or Capable: A business that appears able to perform a Commercially Useful Function on the item of work in question. Commercially Useful Function: The performance of real and actual services in the discharge of any contractual endeavor. Inclusion Plan: The Plan submitted by the Consultant outlining the affirmative efforts the Consultant made in preparing its proposal and will make during the term of the Contract to solicit the participation of minorities and women and WMBEs on the Contract in accordance with SMC Ch. 20.42. Women and Minority Business Enterprises (WMBEs): A WMBE means a business that is at least fifty-one percent owned by women and/or minority (including, but not limited to, blacks, women, native Americans, Asians, Eskimos, Aleuts, and Hispanics) group members. II. AFFIRMATIVE EFFORTS IN WOMEN AND MINORITY BUSINESS SUBCONTRACTING

In SMC 20.42.010, the City has found that minority and women businesses are significantly under-represented and have been underutilized on City Contracts. Additionally, the City does not want to enter into agreements with businesses that discriminate in employment or the provision of services. The City intends to provide the maximum practicable opportunity allowed by law for increased participation by minority and women owned and controlled businesses, as long as such businesses are underrepresented, and to ensure that City contracting practices do not support discrimination in employment and services when the City procures public works, goods, and services from the private sector. The City shall not enter into Contracts with contractors that do not agree to use Affirmative Efforts as required under SMC Chapter 20.42 or violate any provisions of that chapter, or those requirements set forth below. As a condition of entering into a contract with the City, Consultants must agree to take Affirmative Efforts to assure equality of employment and subcontracting opportunities within the scope of work for the Contract. Such Affirmative Efforts may include, but are not limited to, establishing employment aspirational goals for women and minorities and establishing aspirational goals for subcontracting to Women and Minority Businesses. Consultants entering into contracts with the City shall actively solicit the employment of women and minority group members. Consultants shall actively solicit subcontract proposals from qualified, available, and capable Women and Minority Businesses for participation on the contract. At the request of the City, Consultants shall furnish evidence of the Consultant's compliance with these requirements and provide records necessary to document: 1) Affirmative Efforts to employ women and minority group members; 2) Affirmative Efforts to subcontract with Women and Minority Businesses on City Contracts; and 3) the Consultants non-discrimination in the provision of goods and services. The City provides assistance to Consultants that desire to submit proposals, qualifications, or who have been awarded a City Contract, to comply with these equal opportunity, non-discrimination, and Affirmative Efforts provisions. Should an interested Consultant desire assistance or information, in recruiting, tutoring, and training or otherwise preparing potential employees and subcontractors, the Consultant may contact the Department of Executive Administration at 684-0430.

Affirmative Efforts Requirements

III.

DOCUMENTATION REQUIREMENTS

The selected Consultant shall provide an Inclusion Plan which identifies the Affirmative Efforts that the Consultant has made in preparing its proposal and its proposal in continuing those Efforts during the term of the contract in soliciting women and minority businesses for participation on this contract consistent with SMC 20.42. Upon agreement by the City, the selected Consultants Inclusion Plan shall be incorporated as part of the resulting Agreement. The Consultant shall complete the next attachment, called the Consultant Inclusion Plan, and submit it with their Proposal. Affirmative Efforts Information for Women and Minority Employment: 1. 2. The Consultant shall provide a statement of its Affirmative Efforts to solicit the employment of women and minorities for participation on this contract. The Consultant shall indicate employment aspirational goals for women and minorities that it believes to be reasonably achievable for this contract. Such aspirational goals shall not represent a utilization requirement that would be a condition of contracting, but instead shall be considered a presentation of the Affirmative Efforts that the Consultant shall make and the aspirational goals that the Consultant proposes to be reasonably achievable.

Affirmative Efforts Information for Women and Minority Subcontracting: 1. Provide a Statement concerning: a. The Consultant shall provide evidence of its Affirmative Efforts to solicit qualified, available, and capable women and minority businesses for participation on this Contract. See the end of this Section for examples of Affirmative Efforts. b. The Affirmative Efforts that the Consultant will perform with respect to women and minority businesses for participation on this contract during the term of the contract. Include the following information: y The commercially useful subcontracting opportunities available or expected within the contract. y The Affirmative Efforts the Consultant shall perform to encourage participation by qualified, available, and capable Women and Minority Businesses to perform such work. y The Affirmative y Efforts the Consultant will make to solicit and attempt to achieve such subcontracting opportunities on this contract. y Aspirational goals for such participation that reflect the levels of participation that the Consultant believes are reasonably achievable on this contract. Note such aspirational goals shall not represent a utilization requirement that would be a condition of contracting, instead such aspirational goals shall be considered a presentation of the Affirmative Efforts the Consultant shall make and the aspirational goals that the Consultant proposes to be reasonably achievable.

Examples of Affirmative Efforts: Affirmative Efforts may include the use of solicitation lists, advertisements in publications directed to minority communities, breaking down total requirements into smaller tasks or quantities where economically feasible, making other useful schedule or requirements modifications that are likely to assist small or WMBE businesses to compete, targeted recruitment efforts, and using the services of available minority community and public organizations to perform outreach. Evaluation Process: A Proposers Consultant Inclusion Plan will be evaluated by the Consultant Evaluation Committee and scored from 1 to a maximum of 10 points.

Affirmative Efforts Requirements

City of Seattle
Consultant Inclusion Plan
ATTACHMENT 5
RFP Number & Title: Proposer - Consultant Name: C11-026, Engineering Services for the Broadview Sewer & Drainage Improvements Project

Use additional sheets to provide detail and specificity as appropriate. The Proposer shall respond to questions below. As part of the selection, the City will score and evaluate the response, which must show clear evidence of commitments that reflect responsible, sincere good faith efforts resulting in successful inclusion of WMBE firms. The City may clarify or request additional information during evaluation of the Plan. The City may finalize the Plan with the highest ranked Proposer, and the agreed-upon Plan shall become part of the contract. The City defines WMBE firms as those that self-identify to be 51% women and/or minority owned. Such firms are asked to register in the Citys directory before submitting their RFPs. http://www2.ci.seattle.wa.us/vendorregistration/default.asp. Proposers are expected to select their subconsultants using any strategy that can best support this Inclusion Plan.

Subcontracting
Subcontracting is defined as direct performance through subcontracting within the proposed project team to fulfill the contract work. Of the total contract work, what is the percentage of WMBE participation proposed for subcontracting on your team? This percentage will become a contract commitment. Architect and Engineer (A&E) Projects Only Specify the percentage participation of woman owned subcontracting, out of the total work identified in the RFP. This percentage will become part of the contract. Specify the percentage of minority owned subcontracting participation, out of the total work identified in the RFP.

% %

All Other Projects (Non A&E) Specify the percentage participation of woman owned subcontracting, out of the total work identified in the RFP. This percentage will become part of the contract. Specify the percentage of minority owned subcontracting participation, out of the total work identified in the RFP. Indicate the budget or project cost of the work described in the RFP. Specify the total dollars you intend to subcontract, regardless of whether it is anticipated for WMBE or non-WMBE firms. Specify the dollars you commit for subcontract to self-identified WMBE firms. % % $ $ $

Consultant Inclusion Plan

City of Seattle
Consultant Inclusion Plan
Name the WMBE team members you intend to use, given the work described in the RFP. Describe the work you expect the WMBE firms to perform. Identify the dollars or percentage of total contract value intended for each WMBE firm. The City may request letters of commitment that show agreements between your company and the subconsultants before the City accepts the Plan and executes a City contract. The utilization goals provided on page 1 become a material part of the contract. Should the contract scope require changes to the WMBE firms or WMBE utilization, the City expects the Consultant to discuss such changes and pursue continued commitments for WMBE utilization consistent with the changes in contract scope.

Name of WMBE Company

Specify whether a self-identified Women or Minority Business

Describe Task

Describe percentage of the City contract for subcontract to this WMBE

Past Performance: In detail, describe your past success and past performance at WMBE subcontracting or teaming participation on contracts and/or other evidence of the likelihood of the proposed subcontracting, including pre-award commitments or agreements with your named WMBE firms, specific strategies you intend to use in the solicitation and award of subcontractors that can assure WMBE participation at the percentages you have indicated, or similar evidence.

Strategies: Describe the strategies and selection processes you intend to use to ensure meaningful WMBE utilization in this contract. Describe your strategies, the scopes of work that have greatest WMBE opportunities and how you would balance those scopes that have less WMBE opportunity.

Mentoring Program: If any of the WMBE subcontractors listed above are participating in a mentoring or capacity building program with your company, please identify which and describe your program.

Consultant Inclusion Plan

City of Seattle
Consultant Inclusion Plan

Diverse Employment
Please specify the following information for your local office and/or other offices that are performing direct services to this contract. 1. What is your current employment profile? Total number of employees: Number and percentage of minorities and/or women: 2. Describe your employment and hiring policies that promote affirmative efforts in recruitment for employee diversity. 3. How many new employees may be required? Total number of new employees: Number and percentage of minorities and/or women: 4. If you are planning new employment, provide a paragraph that describes the functions for which you are recruiting that relate to performance of this contract, how you would recruit, and your past performance for such recruitment that demonstrates Proposer has made successful plans to solicit women and minorities. If you have an intern program designed to recruit woman and minorities, please describe.

5.

___________________________________ Signature of Authorized Representative

___________________________________ _________________________ Printed Name of Authorized Representative Title

______________________ Date

Consultant Inclusion Plan

ADDENDUM:
FOR CITY USE ONLY: COMPLETE ALL YELLOW FIELDS

Insurance Requirements and Transmittal Form

2011 CONSULTANT CONTRACT INSURANCE REQUIREMENTS TRANSMITTAL FORM


Contract: Engineering Services for the Broadview Drainage & Sewer Improvements Project Contract Manager: Department: SPU Telephone: INSURANCE REPRESENTATIVE ATTACH THIS FORM TO INSURANCE CERTIFICATION SUBMITTED TO
THE CITY
y

COMPLETE THESE FIELDS SO THAT WE MAY CONTACT YOU IF NECESSARY. NAME: POSITION: NAME OF COMPANY EMAIL: TELEPHONE: FAX:

y SEND ORIGINAL CERTIFICATION WITH COPY OF CGL ADDITIONAL INSURED ENDORSEMENT OR BLANKET ADDITIONAL INSURED POLICY WORDING TO: THE CITY OF SEATTLE ATTN: (IF BLANK, RISK MANAGER ) P.O. BOX (IF BLANK, P.O. BOX 94669 ) SEATTLE, WA 98124(IF BLANK, -4669 ) y SEND COPY OF CERTIFICATION INCLUDING COPY OF ADDITIONAL INSURED PROVISION BY FAX TO (206) 470-1279 OR AS AN EMAIL ATTACHMENT IN ADOBE PDF FORMAT TO RISKMANAGEMENT@SEATTLE.GOV .
The Consultant shall maintain continuously throughout the term of this Agreement, at no expense to the City, the following insurance coverage and limits of liability as checked below: A. STANDARD INSURANCE REQUIRED:

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


Premises/Operations, Products/Completed Operations, Personal/Advertising Injury Contractual and Stop Gap/Employers Liability (coverage may be provided under a separate policy). Minimum limit of liability shall be $ 1,000,000 each occurrence Combined Single Limit bodily injury and property damage ( CSL ) except: $ 1,000,000 each offense Personal/Advertising Injury $ 1,000,000 each accident/disease Stop Gap/Employers Liability.

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

7 Worker's Compensation insurance for Washington State as required by Title 51 RCW Industrial Insurance.
B. ADDITIONAL COVERAGES AND/OR INCREASED LIMITS: Federal Maritime insurance $1,000,000. U.S.L.&H. minimum limit $1,000,000. Jones Act minimum limit

Professional Liability (E&O/Technical E&O) insurance appropriate to the consultant s profession. The minimum limit shall be $1,000,000 or $ each claim. Umbrella or Excess Liability follow form insurance over primary CGL and Automobile Liability insurance limits, if necessary, to provide total minimum limits of liability of $2,000,000 $ each occurrence combined single limit bodily injury and property damage. These required total minimum limits of liability may be satisfied with primary limits or any combination of primary and umbrella/excess limits. Contractor s Pollution Liability insurance with minimum limits of liability of each claim. insurance with minimum limits of $1,000,000 1 $ . $1,000,000 $

ONLY PARAGRAPH I. OF THE FOLLOWING CONDITIONS APPLIES TO WASHINGTON STATE TITLE 51 INDUSTRIAL INSURANCE (WORKERS COMPENSATION): C. CITY AS ADDITIONAL INSURED; PRODUCTS-COMPLETED OPERATIONS: As respects CGL and Automobile Liability insurance, and Contractor s Pollution Liability insurance if required, the City of Seattle shall be included as an additional insured subject to a standard "Separation of Insureds" clause. As respects CGL and (if required) Contractor s Pollution Liability insurance, additional insured status for the City: 1. Must be established either by an appropriate additional insured endorsement issued and attached to the policy or by appropriate blanket additional insured policy wording, and 2. Shall be primary and non-contributory with any insurance or self-insurance coverage maintained by the City. D. NO LIMITATION OF LIABILITY: The limits of liability specified herein are minimum limits of liability only and, except for the policy limits, shall not be construed to limit the liability of the Consultant or any of the Consultant s insurers. The City shall be an additional insured as required in paragraph C. above as respects the total limits of liability maintained, whether such limits are primary, excess, contingent or otherwise. E. SUBSTITUTION OF SUBCONSULTANT S INSURANCE: If portions of the scope of work are subcontracted, the subconsultant or subcontractor may provide the evidence of insurance for the subcontracted body of work provided all the requirements specified herein are satisfied. F. NOTICE OF CANCELLATION: Coverages shall not be canceled without at least thirty (30) days written notice to the City, except ten (10) days notice for non-payment of premium. G. CLAIMS MADE FORM: If any insurance policy is issued on a claims made basis, the retroactive date shall be prior to or coincident with the effective date of this Agreement. The Consultant shall either maintain claims made forms coverage for a minimum of three years following the expiration or earlier termination of this Agreement, providing the City with a Renewal Certificate of Insurance annually; purchase an extended reporting period ("tail") for the same period; or execute another form of guarantee acceptable to the City to assure the Consultant s financial responsibility for liability for services performed. H. INSURER S A.M. BEST S RATING: Each insurance policy shall be issued by an insurer rated A-: VII or higher in the A.M. Best's Key Rating Guide, unless a surplus lines placement by an licensed Washington State surplus lines broker, or as may otherwise be approved by the City. I. SELF-INSURANCE: The City acknowledges that the Consultant may employ self-insured and/or alternative risk financing and/or capital market risk financing programs for some or all of its coverages. The term insurance wherever used herein shall include any such self-insured and/or alternative risk financing and/or capital market risk financing programs. The Consultant shall be liable for any self-insured retention or deductible portion of any claim for which insurance is required.

J. EVIDENCE OF INSURANCE (NOT APPLICABLE TO WASHINGTON STATE WORKERS COMPENSATION): The Consultant or its authorized representative shall deliver in the manner described an Acord Certificate and Additional Insured Endorsement or Blanket Policy Wording that complies with coverages, limits and conditions as required herein. (NOTE: A Copy of the actual additional insured endorsement or blanket additional insured policy wording to the CGL policy MUST BE ATTACHED TO THE CERTIFICATE to verify additional insured status.)

CGL INSURANCE WILL NOT BE APPROVED WITHOUT ADDITIONAL INSURED ENDORSEMENT OR BLANKET ADDITIONAL INSURED WORDING ATTACHED TO THE CERTIFICATE!

Das könnte Ihnen auch gefallen