Procurement Portal

Loyal Heights Community Center Renovation Design Services
- 1. Procurement Contact Information
- 2. Purpose and Background
- 3. Performance Schedule
- 4. Solicitation Objectives
- 5. Minimum Qualifications
- 6. Scope of Work
- 7. Contract Modifications
- 8. Procedures and Requirements
- 9. Selection Process
- 10. Evaluation Section
- 11. Award and Contract Execution
- 12. Response Materials and Submittal
1. Procurement Contact Information
Procurement Contact: Ben Johnson, Planning & Development Specialist II, [email protected], (253) 341-8293
Qualifications are to be submitted through the e-Procurement portal at https://procurement.opengov.com/portal/seattle, no later than 11:59 pm on Monday, April 21, 2025.
Unless authorized by the Procurement Contact, no other City official or employee may speak for the City regarding this solicitation until award is complete. Any Respondent contacting other City officials or employees does so at Respondent’s own risk. The City is not bound by such information.
2. Purpose and Background
Seattle Parks and Recreation (SPR) is seeking qualified architectural, engineering, and mechanical, electrical and plumbing (MEP) services for substantial renovations to the Loyal Heights Community Center (2101 NW 77th St, Seattle, WA 98117). The Community Center was built in 1950 and is a valued asset to residents of the Loyal Heights Neighborhood providing an impressive range of recreational activities and community programming. The center features a spacious gymnasium, fitness room, preschool spaces, a teen room, and a kitchen. It offers a range of programs including the Little Seeds Preschool, which provide creative, nature-based learning experiences for young children and Loyal Heights Cooperative Preschool, a parent-led initiative that supports early childhood development. Teens have access to a dedicated teen room with late-night programs designed to foster social interaction. The center's programing is further enhanced by outdoor recreation opportunities in the surrounding Loyal Heights Playfield. The playfield boasts newly renovated play area, accessible pathways, and illuminated synthetic turf athletic fields. With all of these resources, the Loyal Heights Community Center serves as an inclusive gathering space that promotes learning, wellness, and connection for people of all ages.
The proposed community center renovation project will upgrade aging building structures, decarbonize systems, improve accessibility, and renovate interior programming spaces to ensure that the architecturally distinct brick building continues to serve the Loyal Heights community for decades to come. A 2020 renovation feasibility study (see attachment B and C) evaluated alternatives for retrofitting the building and was used as a basis for defining the scope of work for the Loyal Heights Community Center Renovation Design Services project. The selected consultant will be tasked with updating, vetting and ground truthing the assumptions in the previous study before proceeding with higher levels of design.
Qualifications are due no later than 11:59 pm on Monday, April 21, 2025. All questions are to be submitted through the e-procurement portal at https://procurement.opengov.com/portal/seattle no later than 11:59 pm on Friday, April 4, 2025.
Building Background
The 25,905 square foot Loyal Heights Community Center building was originally constructed in 1950, is two stories and includes a daylit basement on the south side of the building. The building consists of a timber roof supported by steel trusses or steel beams. The second floor consists of concrete slabs supported on concrete beams. The roof and floor framing are supported by concrete walls and concrete beams and columns. The foundation consists of concrete continuous footings and square spread footings. The perimeter concrete walls are cladded with brick veneer and interior partition walls consist of CMU or solid brick partitions. Although the building has been generally well maintained with capital improvement projects in 1980, 1987, and 1998, it has several deficiencies due to its age. Seismic upgrades have not been completed. At certain locations, the exterior walls are separating from the roof causing significant roof leaks. Exterior masonry on the south side of the building is bulging outward from the building. There is no accessible route to the building and interior elements do not meet accessibility standards.
3. Performance Schedule
Consultant Selection and Onboarding | May 2025 – July 2025 |
Evaluate Building Conditions, Update Project Scope, and Cost Estimates | July 2025- September 2025 |
Design (up to 30%) | September 2025 – January 2026 |
Hire GC/CM Contractor * | June 2025 – January 2026 |
Design (30% to 100%) | January 2026 – December 2026 |
Construction | January 2027 – June 2028 |
Closeout and Warranty | July 2028 – September 2028 |
This is an estimated schedule that is subject to change. Factors like funding availability and grant requirements would impact schedule.
* If approved, if not proceed to 30% design documents
4. Solicitation Objectives
SPR is seeking a multi-disciplinary design team with experience in the design, engineering, permitting and construction administration for similar building renovation and decarbonization projects.
This design team will be selected through a competitive RFQ process based on the experience and qualifications of the firm and key project individuals. The most qualified firm will be able to further evaluate the existing conditions, develop the design in accordance with current codes and requirements, finalize construction documents and specifications, and provide construction administration.
SPR is seeking to utilize General Contractor/Construction Manager (GC/CM) project delivery method in line with RCW 39.10. If this method is approved by the City, the design team will work with the GC/CM contractor during or after 30% design in order to achieve greater constructability, innovation, cost certainty, and efficiency in design and construction.
5. Minimum Qualifications
Minimum qualifications are required for a Consultant to be eligible to submit a qualifications response. Your submittal response must show compliance to these minimum qualifications. Those that are not responsive to these qualifications shall be rejected by the City without further consideration:
- Consultant must have a minimum of five years continuous experience in architectural and MEP design, and construction administration.
- Consultant must have successfully performed a minimum of three architectural and MEP design, and construction administration contracts with similar services to those proposed under this RFQ.
In addition, consultants desiring to submit their SOQ for this project will be encouraged to demonstrate one or several of the qualifications or experience outlined below:
- Experience with General Contractor/Construction Manager (GC/CM) project delivery method, or a similar alternative delivery method.
- Experience working directly with a public agency on similar projects.
- Knowledge and experience with City of Seattle plan review and permitting processes, and Seattle City Light service application process.
- Experience with building decarbonization projects and decommissioning of fossil fuel using MEP equipment.
- Experience with the design and construction administration for the renovation of public recreation buildings including building envelope, roof, accessibility, MEP systems, interior programming space renovations, and rooftop solar.
6. Scope of Work
6.1. Summary
The project includes design, bid support, and construction administration services for a renovation of the Loyal Heights Community Center to stabilize aging building structures, meet accessibility standards, and electrify building systems. The design process will prioritize sustainability, incorporating energy-efficient materials and systems, and exploring opportunities for innovative solutions. In addition to the stabilization and electrification scope, SPR anticipates renovating the building interior to improve and expand programming. These programming area renovations will be accomplished as the project budget allows after accounting for the stabilization and electrifications elements. Finally, the project will include an alternative for a small solar array that may be implemented if funding is identified from other sources. The selected consultant or consultant team will assist with securing the necessary permits and overseeing construction administration to ensure compliance with design, equity, and sustainability goals. The estimated construction contract amount (CCA) for the project is $17.5 million.
The project scope of work below is based on a feasibility study conducted in 2020 (see attached B). The study compared design alternatives for the renovation project. During the early phases of design, the selected consultant will be tasked with updating, vetting, and ground truthing assumptions in the feasibility study to reflect potential changes in regulation and/or building conditions. Further investigation may be needed to confirm the building accessibility improvement scope for the project as the previous study relied heavily on citations in the Barrier Removal Schedule rather than a detailed assessment of accessibility barriers (see attachment C for details). Additional study, during early design, may also be necessary to evaluate the need for new 1200-amp, 208-volt electrical service to accomplish the building electrification scope.
6.2. Stabilization
The building stabilization scope of work is anticipated to include the following items:
- Full roofing replacement (5 separate roof areas)
- Exterior masonry wall repair
- Seismic upgrades
- Full window and entry door replacement
- Building improvements to align with current accessibility code and universal design standards including improving accessibility of the existing parking lot
- Full renovation of all restrooms except new preschool restrooms
- Domestic piping replacement and gym HVAC maintenance
- Full kitchen replacement at current size
- Replace the multipurpose room wood floors
6.3. Electrification and Decarbonization
As part of the City of Seattle's efforts to move away from dependence on fossil fuels, SPR plans to transition building systems at the Loyal Heights Community Center to all electric. The scope of this electrification and decarbonizations is anticipated to include:
- If needed, work with Seattle City Light to extend new 1200-amp, 208-volt power service to the building
- New Variable Refrigerant Flow (VRF) mechanical system
- Seismic evaluation and improvements to locate equipment on roof
6.4. Renovation of Programming Areas
As much as the project budget allows after accomplishing the items above, SPR would like to renovate interior programming spaces to improve and expand their function. The previous phase of planning for the project included extensive engagement with SPR facilities and recreation staff that identified desired improvements to the following areas within the community center:
- 1st Floor
- Lobby / Admin / Toddler -Daycare
- Preschool / Restrooms
- Weights & Stretch Fitness
- 2nd Floor
- Cardio Fitness
- Multipurpose 2 / Kitchen / Teen Room
- Multipurpose 4
A detailed explanation for the proposed renovations and SPR staff feedback is included in the 2020 study (Attachment B).
6.5. Alternative: Rooftop Solar
SPR is interested in continuing to evaluate Loyal Heights Community Center for rooftop solar. Implementing the solar project would be dependent on securing additional sources of funding for the project. The 2020 study completed initial feasibility analysis for a large rooftop array. However, SPR anticipates that additional solar funding may be limited to approximately $200,000. As a result, SPR would like the Loyal Height Community Center designs to include an alternative for a small photovoltaic system installation on a portion of the roof.
7. Contract Modifications
The City consultant contract is attached (See Attachments Section).
Consultants submit proposals understanding all Contract terms and conditions are mandatory. Response submittal is agreement to the Contract without exception. The City reserves the right to negotiate changes to submitted proposals and to change the City's otherwise mandatory Contract form during negotiations. If the Consultant is awarded a contract and refuses to sign the attached Contract form, the City may reject the Consultant from this and future solicitations for the same work. Under no circumstances shall Consultant submit its own boilerplate of terms and conditions.
8. Procedures and Requirements
This section details City instructions and requirements for your submittal. The City reserves the right in its sole discretion to reject any Consultant response that fails to comply with the instructions.
8.1. Registration into the Online Business Directory
If you have not previously done so, register at: http://www.seattle.gov/obd The City expects all firms to register. Women- and minority-owned firms are asked to self-identify. For assistance, email [email protected].
8.2. Pre-Submittal Conference
The City offers an optional pre-submittal conference at the time, date and location on the Timeline. Respondents are highly encouraged to attend but not required to attend to be eligible to submit their qualifications. The meeting answers questions about the solicitation and clarifies issues. This also allows Respondents to raise concerns. Failure to raise concerns over any issues at this opportunity will be a consideration in any protest filed regarding such items known as of this pre-submittal conference.
8.3. Questions
Respondents may submit their questions through the Procurement Portal. Respondents may also email questions to the Procurement Contact until the deadline stated in the Timeline. Failure to request clarification of any inadequacy, omission, or conflict will not relieve the Consultant of responsibilities under any subsequent contract. It is the responsibility of the interested Consultant to assure they receive responses to questions if any are issued.
8.4. Changes to the RFQ
The City may make changes to this RFQ if, in the sole judgment of the City, the change will not compromise the City’s objectives in this solicitation. Any change to this RFQ will be made by formal addendum issued by the City, through the Procurement Portal at https://procurement.opengov.com/portal/seattle and shall become part of this RFQ.
8.5. Receiving Addenda and/or Question and Answers
It is the obligation and responsibility of the Consultant to learn of addenda, responses, or notices issued by the City, through the Procurement Portal. Some third-party services independently post City of Seattle solicitations on their websites. The City does not guarantee that such services have accurately provided all the information published by the City.
All submittals sent to the City may be considered compliant with or without specific confirmation from the Consultant that any and all addenda was received and incorporated into your response. However, the Project Manager reserves the right to reject any submittal that does not fully incorporate Addenda that is critical to the project.
8.6. Qualifications Submittal
Responses must be received by the City no later than the date and time in the Timeline, except as revised by Addenda. The submitter has full responsibility to ensure the response is submitted to the City's Procurement Portal within the deadline. The Procurement Portal will not allow vendors to upload submissions past the deadline.
8.7. Respondent Responsibility to Provide Full Response
It is the Respondent's responsibility to respond in a manner that does not require interpretation or clarification by the City. The Respondent is to provide all requested materials, forms and information. The Respondent is to ensure the materials are submitted properly and accurately reflect the Respondent’s qualifications. During scoring and evaluation (prior to interviews if any), the City will rely upon the submitted materials and shall not accept materials from the Respondent after the RFQ deadline; this does not limit the City’s right to consider additional information (such as references that are not provided by the Respondent but are known to the City, or past City experience with the consultant), or to seek clarifications as needed.
8.8. Prohibited Contacts
Respondents shall not interfere in any way to discourage other potential and/or prospective consultants from submitting or considering participation in the submittal process. Prohibited contacts includes but is not limited to any contact, whether direct or indirect (i.e. in writing, by phone, email or other, and by the Respondent or another person acting on behalf of the Respondent) to a likely firm or individual that may discourage or limit competition. If such activity is evidenced to the satisfaction and in sole discretion of the City department, the Respondent that initiates such contacts may be rejected from the process.
8.9. License and Business Tax Requirements
The Consultant must meet all applicable licensing requirements immediately after contract award or the City may reject the Consultant. Companies must license, report and pay revenue taxes for the Washington State business License (UBI#) and Seattle Business License, if required by law. Carefully consider those costs before submitting an offer, as the City will not separately pay or reimburse such costs.
Seattle Business Licensing and associated taxes
- 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.
- A “physical nexus” means you have physical presence, such as: a building/facility/employee(s) 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).
- We provide a Consultant Questionnaire Form in our submittal package items later in this RFP/RFQ, and it will ask you to specify if you have “physical nexus”.
- All costs for any licenses, permits and Seattle Business License taxes owed shall be borne by the Consultant and not charged separately to the City.
- 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 cause rejection of the submittal.
- The City of Seattle Application for a Business License and additional licensing information can be found this page here: http://www.seattle.gov/licenses/get-a-business-license
- You can find Business License Application help here: http:/www.seattle.gov/licenses/get-a-business-license/license-application-help
- Self-Filing You can pay your license and taxes on-line using a credit card www.seattle.gov/self/
- 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.
- The licensing website is http://www.seattle.gov/licenses
- If a business has extraordinary balances due on their account that would cause undue hardship to the business, the business can contact the License and Tax Administration office at [email protected] to request additional assistance.
- 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.
8.10. 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 (some foreign companies are exempt and sometimes, the State waives licensing because the company has no 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 because of licensing shall be borne by the Consultant and not charged separately to the City. Instructions and applications are at http://bls.dor.wa.gov/file.aspx and the State of Washington Department of Revenue is available at 1-800-647-7706.
8.11. Federal Excise Tax
The City is exempt from Federal Excise Tax.
8.12. No Guaranteed Utilization
The City does not guarantee utilization of any contract(s) awarded through this RFQ process. The solicitation may provide estimates of utilization; such information is for Consultant convenience and not a usage guarantee. The City reserves the right to issue multiple or partial awards, and/or to order work based on City needs. The City may turn to other appropriate contract sources or supplemental contracts to obtain these same or similar services. The City may re-solicit for new additions to the Consultant pool. Use of such supplemental contracts does not limit the right of the City to terminate existing contracts for convenience or cause.
8.13. Expansion Clause
The contract limits expansion of scope and new work not expressly provided for within the RFQ.
Expansion for New Work (work not specified within the original Scope of Work Section of this Agreement, and/or not specified in the original RFQ as intended work for the Agreement) must comply with the following:
(a) New Work is not reasonable to solicit separately; (b) is for reasonable purpose; (c) was not reasonably known by the City or Consultant at time of solicitation or was mentioned as a possibility in the solicitation (i.e. future phases of work, or a change in law); (d) is not significant enough to be regarded as an independent body of work; (e) would not attract a different field of competition; and (f) does not change the identity or purpose of the Agreement.
The City may make exceptions for immaterial changes, emergency or sole source conditions, or other situations required in City opinion. Certain changes are not subject to these limitations, such as additional phases of Work anticipated during solicitation, time extensions, and Work Orders issued on an On-Call contract. Expansion must be mutually agreed and issued by the City through written Addenda. New Work performed before an authorizing Amendment may not be eligible for payment.
The City reserves the right to independently solicit and award any New Work to another firm when deemed appropriate or required by City policy.
8.14. Effective Dates of Offer
Solicitation responses are valid until the City completes award. Should any Respondent object to this condition, they must object prior to the Q&A deadline in the Timeline.
8.15. Cost of Preparing Submittals
The City is not liable for costs incurred by the Respondent to prepare, submit and present qualifications, interviews and/or demonstrations.
8.16. Readability
The City’s ability to evaluate submissions is influenced by the organization, detail, comprehensive material and readable format of the response.
8.17. Changes or Corrections to Submittal
Prior to the submittal closing date and time established for this RFQ, a Consultant may change or correct its proposal by following the Instructions here: https://opengov.my.site.com/support/s/article/4f4218bf-7da6-4fc6-b0c3-7eade0776ebe. No change to a submission shall be made after the solicitation closing date and time.
8.18. Errors in Submissions
Respondents are responsible for errors and omissions in their submissions. No error or omission shall diminish the Respondent’s obligations to the City.
8.19. Withdrawal of Submission
A submittal may be withdrawn at any time through the Procurement portal prior to the closing date or by written request of the submitter.
8.20. Rejection of Submissions
The City may reject any or all submissions with no penalty. The City may waive immaterial defects and minor irregularities in any submitted response.
8.21. Incorporation of RFQ and Respondent Submission in Contract
This RFQ and Respondent’s submission, including promises, warranties, commitments, and representations made in the successful response once accepted by the City, are binding and incorporated by reference in the City’s contract with the Respondent.
8.22. Independent Contractor
The Consultant works as an independent contractor. The City will provide appropriate contract management, but that does not constitute a supervisory relationship to the Consultant. Consultant workers are prohibited from supervising City employees or from direct 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.
Contract workers shall not be given City office space unless expressly provided for below, and in no case shall such space be provided for over 36 months without specific authorization from the City.
The City will not provide space in City offices for performance of this work. Consultants will perform most work from their own office space or the field.
8.23. Equal Benefits
Seattle Municipal Code Chapter 20.45 (SMC 20.45) requires consideration of whether Consultants 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 Consultant Questionnaire requested in the Response Materials and Submittal section includes materials to designate your equal benefits status.
8.24. Women and Minority Subcontracting
The Mayor’s Executive Order and City ordinance require the maximum practicable opportunity for successful participation of minority and women-owned subcontracts. All proposers must agree to SMC Chapter 20.42, and seek meaningful subconsultant opportunities with WMBE firms. The City requires a plan for including minority- and women-owned firms, which becomes a material part of the contract. The Plan must be responsive in the opinion of the City, which means a meaningful and successful search and commitments to include WMBE firms for subcontracting work. The City reserves the right to improve the Plan with the winning Consultant before contract execution. Consultants should use selection methods and strategies sufficiently effective for successful WMBE participation. At City request, Consultants must furnish evidence such as copies of agreements with WMBE subconsultants 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.
WMBE firms need not be state certified to meet the City's WMBE definition. The City defines WMBE firms as at least 51% (percent) owned by women and/or minority. To be recognized as a WMBE, register on the City’s Online Business Directory. Federally funded transportation projects require a Disadvantaged Business Enterprises (DBE) program; for that program, firms must be certified by the Washington State Office of Minority and Women Business Enterprises (OMWBE).
8.25. Insurance Requirements
Any special insurance requirements are provided as an Attachment. If attached, provide proof of insurance and additional insured endorsement policy language to the City before Contract execution. The apparent successful Proposer must promptly provide proof of insurance to the City upon receipt of the notice of intent to award.
Consultants are encouraged to immediately contact their Broker to begin preparation of the required insurance documents, if the Consultant is selected as a finalist. Respondents may elect to provide the requested insurance documents within their Submittal.
8.26. Proprietary Materials
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 bid or proposal submittals, agreement documents, contract work product, or other bid material.
The State of Washington’s Public Records Act requires that public records must be promptly disclosed by the City upon request unless 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).
Respondents 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://app.leg.wa.gov/rcw/default.aspx?cite=42.56.
If you have any questions about disclosure of the records you submit with your response, contact the Procurement Contact named in this document.
Marking Your Records Exempt from Disclosure (Protected, Confidential, or Proprietary)
As mentioned above, all City of Seattle offices (“the City”) are required to promptly make public records available upon request. However, under Washington State Law some records or portions of records are considered legally exempt from disclosure and can be withheld. A list and description of records identified as exempt by the Public Records Act can be found in RCW 42.56 and RCW 19.108.
If you believe any of the records you are submitting to the City as part of your bid/proposal or contract work products, are exempt from disclosure you can request that they not be released before you receive notification. To do so you must complete the City Non-Disclosure Request Form (“the Form”) provided by the City (see page 4 on the Consultant Questionnaire) and very clearly and specifically identify each record and the exemption(s) that may apply. (If you are awarded a City contract, the same exemption designation will carry forward to the contract records.)
The City 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 the Form. Only the specific records or portions of records properly listed on the Form will be protected and withheld for notice. All other records will be considered fully disclosable upon request.
If the City receives a public disclosure request for any records you have properly and specifically listed on the Form, the City will notify you in writing of the request and will postpone disclosure. While it is not a legal obligation, the City, as a courtesy, will allow you up to ten business days to file a court injunction to prevent the City from releasing the records (reference RCW 42.56.540). If you fail to obtain a Court order within the ten days, the City may release the documents.
The City will not assert an exemption from disclosure on your behalf. If you believe a record(s) is exempt from disclosure you are obligated to clearly identify it as such on the Form and submit it with your solicitation. Should a public record request be submitted to Purchasing for that record(s), you can then seek an injunction under RCW 42.56 to prevent release. By submitting a bid document, the bidder acknowledges this obligation; the proposer also acknowledges that the City will have no obligation or liability to the proposer if the records are disclosed.
Requesting Disclosure of Public Records
The City asks bidders and their companies to refrain from requesting public disclosure of bids until an intention to award is announced. This measure is intended to protect the integrity of the solicitation process particularly during the evaluation and selection process or in the event of a cancellation or re-solicitation. With this preference stated, the City will continue to be responsive to all requests for disclosure of public records as required by State Law. If you do wish to make a request for records, visit https://www.seattle.gov/public-records/public-records-request-center.
8.27. Ethics Code
Familiarize yourself with the City Ethics code: http://www.seattle.gov/ethics/etpub/et_home.htm. For an in-depth explanation of the City’s Ethics Code for Contractors, Vendors, Customers and Clients, visit: http://www.seattle.gov/ethics/etpub/faqcontractorexplan.htm. Any questions should be addressed to Seattle Ethics and Elections Commission at 206-684-8500.
No Gifts and Gratuities.
Consultants shall not directly or indirectly offer anything (such as retainers, loans, entertainment, favors, gifts, tickets, trips, 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 of this is giving sporting event tickets to a City employee who is also on the evaluation team of a solicitation to which you submitted or intend to submit. The definition of what a “benefit” would be is broad and could include not only awarding a contract but also the administration of the contract or evaluating contract performance. The rule works both ways, as it also prohibits City employees from soliciting items from Consultants.
Involvement of Current and Former City Employees.
The Consultant Questionnaire within your submittal documents prompts you to disclose any current or former City employees, official or volunteer that is working or assisting on solicitation of City business or on completion of an awarded contract. Update that information during the contract.
Contract Workers with over 1,000 Hours.
The Ethics Code applies to Consultant workers that perform over 1,000 cumulative hours on any City contract during any 12-month period. Any such employee must abide by the City Ethics Code. The Consultant is to be aware and familiar with the Ethics Code 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. The City shall make sole determination as to compliance.
Campaign Contributions (Initiative Measure No. 122)
Elected officials and candidates are prohibited from accepting or soliciting campaign contributions from anyone having at least $250,000 in contracts with the City in the last two years or who has paid at least $5,000 in the last 12 months to lobby the City. See Initiative 122, or call the Ethics Director with questions.
8.28. Background Checks and Immigrant Status
Background checks may be required for workers that will be performing the work under this contract. The City has strict policies regarding the use of Background checks, criminal checks, immigrant status, and/or religious affiliation for contract workers. The policies are incorporated into the contract and available for viewing on-line at http://www.seattle.gov/purchasing-and-contracting/social-equity/background-checks.
8.29. Use of Hyperlinks and URLs in Submittals
Hyperlinks and URLs to web sites or references to attachments may not be used in documents submitted in response to this solicitation, unless specifically requested in the submittal requirements. The City is not obligated to evaluate, review, or score any information submitted in the form of a hyperlink or URL. Information and documentation requested for the evaluation process must be submitted in the format indicated in the solicitation instructions.
9. Selection Process
9.1. Initial Screening
The City will review responses for responsiveness and responsibility. Those found responsive and responsible based on an initial review shall proceed to Step 2. Equal Benefits, Minimum Qualifications, an Inclusion Plan (if applicable), satisfactory financial responsibility and other elements are screened in this Step. A significant failure to perform on past City projects may also be considered in determining the responsibility of a firm.
9.2. Qualification Evaluation
Qualifications shall be evaluated using the evaluation criteria in the Evaluation Section.
9.3. Interviews
The City may interview top ranked firms that are considered to be the most competitive. If interviews are conducted, rankings of firms shall be determined by the City, using the combined results of interviews and submittals. Consultants invited to interview are to bring the assigned key person(s) named by the Consultant in the Proposal, and may bring other key personnel named in the Proposal. The Consultant shall not bring individuals who do not work for the Consultant or are not on the project team without advance authorization by the Procurement Contact. If interviews are conducted, they will be worth the points listed in the Proposal Evaluation section.
9.4. References
The City may contact one or more references. The City may use references named or not named by the Proposer. The City may also consider the results of performance evaluations issued by the City on past projects.
9.5. Selection
The City shall select the highest ranked Proposer(s) for award, including written proposal and the interview (if applicable). The City reserves the right to make a final selection based on the combined results and/or the overall consensus of the Consultant Evaluation Committee.
9.6. Contract Negotiations
The City may negotiate elements of the proposal as required to best meet the needs of the City, with the apparent successful Proposer. The City may negotiate any aspect of the proposal or the solicitation. The City does not intend to negotiate the base contract, which has been attached (See Attachments).
9.7. Right to Award to next ranked Consultant
If a contract is executed resulting from this solicitation and is terminated within 90-days, the City may return to the solicitation process to award to the next highest ranked responsive Consultant by mutual agreement with such Consultant. New awards thereafter are also extended this right.
9.8. Repeat of Evaluation
If no Consultant is selected at the conclusion of all the steps, the City may return to any step in the process to repeat the evaluation with those proposals active at that step. The City shall then sequentially step through all remaining steps as if conducting a new evaluation process. The City reserves the right to terminate the process if no proposals meet its requirements.
10. Evaluation Section
The City will evaluate submittals using the criteria below. Responses will be evaluated, scored and ranked.
Phase 1
1. Project Understanding and Innovation
SOQ demonstrates:
- thorough understanding of the proposed project Scope of Work
- discussion of potential innovative approaches to accomplishing the proposed building stabilization, decarbonization and program area renovation scopes on a limited budget
- Scoring Method:
- Points Based
- Weight (Points):
- 15 (15% of Total)
2. Consultant/Team Experience
SOQ demonstrates:
- experience and expertise that align with project needs outlined in the Scope of Work
- experience implementing similar projects on-time and on-budget
- if subconsultants are included, a history of firms working effectively together on previous project
- Scoring Method:
- Points Based
- Weight (Points):
- 30 (30% of Total)
3. Previous Project Experience
SOQ demonstrates:
- experience with the design and construction administration for the renovation of public recreation buildings including building envelope, roof, accessibility, MEP systems, interior programming space renovations, and rooftop solar
- experience with LEED and/or other building efficiency design certifications
- experience working with SPR, City of Seattle, and/or other public agencies, including working directly with operations and maintenance staff
- knowledge and experience with City of Seattle plan review and permitting processes, and Seattle City Light service application process
- experience progressing projects efficiently through SPR Proview internal design review process or similar public agency review processes
- experience with General Contractor/Construction Manager (GC/CM) project delivery method, or a similar alternative delivery method
- experience with building decarbonization projects and decommissioning of fossil fuel using MEP equipment
- Scoring Method:
- Points Based
- Weight (Points):
- 35 (35% of Total)
4. Inclusion Plan
SOQ Demonstrates:
- collaboration with State of Washington WMBE (Women-Owned or Minority-Owned Business Enterprise) certification
- inclusion plans will be scored based on the percentage of the total contract value assigned to WMBE firms
- Scoring Method:
- Points Based
- Weight (Points):
- 20 (20% of Total)
Phase 2
1. Interviews (if conducted)
- Scoring Method:
- Points Based
- Weight (Points):
- 100 (100% of Total)
11. Award and Contract Execution
The Procurement Contact will provide timely notice of an intent to award to all Consultants responding to the Solicitation.
11.1. Protests
The City has rules to govern the rights and obligations of interested parties that desire to submit a complaint or protest to this process. See the City website at https://www.seattle.gov/purchasing-and-contracting/doing-business-with-the-city/solicitation-and-selection-protest-protocols. Interested parties have the obligation to know of and understand these rules, and to seek clarification from the City. Note 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.
11.2. Limited Debriefs
The City issues results and award decisions to all Respondents. The City provides debriefing on a limited basis for the purpose of allowing respondents to understand how they may improve in future solicitation opportunities.
11.3. Instructions to the Apparently Successful Consultant(s)
The Apparently Successful Consultant(s) will receive an Intent to Award Letter from the Procurement Contact after award decisions are made by the City. The Letter will include instructions for final submittals due prior to execution of the contract.
Once the City 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, the City 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.
11.4. Checklist of Requirements Prior to Award
The Consultant(s) should anticipate the Letter will require at least the following. Consultants are encouraged to prepare these documents when possible, to eliminate risks of late compliance.
- Seattle Business License is current and all taxes due have been paid.
- State of Washington Business License.
- Evidence of Insurance
- Special Licenses (if any)
- Form W-9 if a new Consultant for the City
11.5. Insurance Requirements for Award
Proof of insurance is required, see Attachments for Insurance Transmittal Form.
12. Response Materials and Submittal
Prepare your response as follows. Use the following format and provide all attachments. Failure to provide all information below on proper forms and in the order requested, may cause the City to reject your response. Items marked with an asterisk require a response.
Provide a certificate or documentation from the Secretary of State in which you incorporated that shows your company legal name. Many companies use a “Doing Business As” name or nickname in daily business; the City requires the legal name for your company. When preparing all forms below, 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/
This the following are submittal requirements for qualification responses:
- Please only submit one digital copy in PDF format for the qualification response.
- Qualifications shall be limited to 20 pages in length. The page count does not include the proposal cover sheet, table of contents, letter of interest, tabs, back cover, etc. Tabs, cover and back cover shall have no substantive written information included, otherwise they will be counted in the page limit. Attachments and exhibits will count towards the page limit.
- Digital submittals uploaded shall be printable on 8½” x 11” paper including exhibits and graphical information
- Submittals not meeting the format and content requirements established herein may be considered nonresponsive and, at the discretion of the Owner, may not be evaluated.
SOQs should contain below contents:
- Important information emphasized in the scoring criteria listed in 10. Evaluation Section.
- Descriptions of up to (5) successful projects of a similar nature completed by the firm and its team members, including their locations, and client contact information that SPR may use as reference.
- A summary of the experience of the assigned project team, for example, short CV/resume. Provide information on sub-consultants if needed.
- A project team organization chart including sub-consultants.
This response is mandatory. The determination you have achieved all minimum qualifications is made from this section alone, and therefore, the Evaluation Committee is not obligated to check references or search other materials in your proposal to make this decision.
For each Minimum Qualification listed below, please describe how you meet the minimum qualification.
Minimum Qualification #1
Consultant must have a minimum of five years continuous experience in architectural and MEP design, and construction administration.
Minimum Qualification #2
Consultant must have successfully performed a minimum of three architectural and MEP design, and construction administration contracts with similar services to those proposed under this RFQ.
Please download the below documents, complete, and upload.
Please download the below document, complete, and upload.
Provide information to the extent this information is available. If your 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.