Project Details

To access the drawings and specifications for a specific project, please contact the Architect/Engineer or one of the DES approved plan centers.
 
Contract Number: 18-109  
Description: Medical Mile Health Science Center
Agency: Bates Technical College  
Bid Date & Time: 05/21/2018 3:00 PM Bid City and Location:
  Olympia
1500 Jefferson Street SE

For additional information about this project:  
Project Manager:
Dennis Flynn
Phone: (360) 407-7934
A/E Firm:

Firm Contact:  
Phone:  
FAX:  
Email:  

Detailed Bid Advertisement:  



Revised RFQ May 4, 2018, 4:00 p.m.

REQUEST FOR QUALIFICATIONS FOR
Progressive Design-Build Services
For the
Bates Technical College
Medical Mile Health Science Center
(Tacoma, WA)

Project No. 2018-109

Submittal Deadline Date: No Later than 3:00 PM May 21, 2018


1.1 INTRODUCTION

On behalf of Bates Technical College (Owner), the Department of Enterprise Services (DES) is soliciting Statements of Qualifications (SOQ) from qualified design-build teams, which may include joint ventures, to design and construct the Medical Mile Health Science Center (MMHSC); an Allied Health and STEM building housing classroom and lab space. The MMHSC will be located on South Yakima Avenue in Tacoma, Washington.

The total project budget is $43,700,000. The target budget, as established by the Maximum Allowable Design and Construction Cost (MADCC), for the design-build portion of the project is $33,900,000, exclusive of Washington State sales tax. The project is anticipated to start construction July 2019 and achieve substantial completion by November 2020. Construction funding is dependent upon the Washington State Legislature approval/appropriation, anticipated on or by July 1, 2019. In the event that full funding is not approved, the winning design builder is expected to complete the project when remaining funding is approved/appropriated.

In accordance with RCW 39.10.300, et seq., the Bates Technical College and DES will utilize a progressive design-build (design-build) approach for the procurement and delivery of the project meaning that the Design-Builder will be selected based on qualification and the criteria in Section 1.7. This approach eliminates the requirements for design and fixed pricing during the process to select the Design-Builder. DES’ approach includes a single contract, (Attachment 1), with two-phases and additional general terms that are incorporated by reference. The first phase of the contract includes a preliminary agreement to establish major design elements and negotiate a price within the MADCC for completing the project. The second phase governs the completion of design, construction, commissioning, performance guarantees and other aspects of scope and terms sufficient to complete the project.

If, at any time during the first phase, DES and the Design-Builder are unable to agree on a price to complete the project, DES, at its sole discretion, may terminate the contract.

The scope includes design and planning services for construction of an approximately 68,000 to 70,000 GSF Medical Mile Health Science Center to serve students providing to create a dynamic interactive learning environment that promotes critical thinking, decision-making, communication and teamwork, enhancing the quality of Bates students. This is a replacement project and the existing West Annex building will have to be demolished as part of this project. The MMHSC will sit on the site of the existing West Annex building.

Proposers submitting an SOQ (Proposers) will be evaluated based on their qualifications that meet the criteria set forth in this Request for Qualifications (RFQ) by a Selection Panel with representation from Bates Technical College, DES and the private sector. A maximum of three (3) teams will be selected as finalists (Finalists.) The Finalists will proceed to the second step of the selection process and receive a Request for Proposals (RFP).

1.2 BASIS FOR USING THE DESIGN-BUILD PROCEDURE

Bates Technical College and DES are using the design-build alternative public works contracting procedure authorized under RCW 39.10. This project delivery method is considered appropriate for this project because

• The design-build approach is critical in developing a creative and complex construction methodology required for this project.
• The design-build approach brings the contractor, architect, the College and DES together early in the process to allow for a more collaborative project, resulting in greater innovation and collaboration, critical in a complex project.
• The design-build approach creates a streamline, efficient project delivery method, reducing project delivery time and brings instruction on line sooner than traditional delivery methods.


1.3 PROJECT DESCRIPTION

The project is to replace the West Annex with the Medical Mile Health Science Center (MMHSC), an Allied Health + STEM (Science Technology Engineering and Math) building housing classroom and lab space.

The MMHSC will be designed to create a dynamic interactive learning environment that promotes critical thinking, decision-making, communication and teamwork, enhancing the quality education offered to Bates students. The new building will provide a learner-centered environment, promoting collaboration between students and facility.

The MMHSC building will contain approximately 70,000 GSF of new space specially sized and designed to accommodate a cohesive facility. The building will be positioned on S Yakima Avenue, the main street bordering the campus. This location will provide the functional link to adjacent healthcare institutions and reflect the quality of Bates’ state-of-the-art healthcare programs, as well as the college as a whole. The new building will also include a welcoming lobby with a Student Services touchpoint to help orient current and prospective students to the right service locations.

The new space will contain the Allied Health programs with expanded square footage for a larger state-of-the-art Sim Lab, Skills Lab and STEM facility. The new facility will advance the use of simulation technology to enhance learning, provide a safe and effective way to train students and employees, and develop a more qualified workforce in a number of fields. Spaces will be designed to accommodate current technologies including bedside computer charting stations, while allowing new technologies to be introduced in the future.

It is anticipated the replaced West Annex will include all current and some new Allied Health career training programs, creating a cohesive healthcare, science and technology facility that could include the following programs:

- Practical Nursing
- Nursing Assistant Certified
- Occupational Therapy Assistant
- Hearing Instruments Technology
- Dental Laboratory Technician
- Denturist
- Dental Assisting
- Biomedical Engineering Tech
- Bio Technology Lab Tech
- Science, Technology and Mathematics


The MMHSC would also contribute to solving the problems identified in the Master Plan, (Attachment 7), by establishing a centralized front door to campus by extending from Yakima Avenue and southward. This will create a strengthened campus heart, eliminating traffic conflicts on Earnest S Brazill and at Yakima Avenue and 13th Street and improving pedestrian connections throughout campus

Bates Technical College and DES will work with the selected Design-Build team to optimize value to the college.

The College and DES fully embrace a collaborative project delivery approach that emphasize a cooperative approach to problem solving. The College and DES expects the Design-Build team, as part of the project team, to embrace these principles as well by creating a culture of open and transparent communication, while establishing an environment where the project team contributes its best efforts for the benefit of the project as a whole.


1.4 SELECTION SCHEDULE

The anticipated schedule for the solicitation process is as indicated below:

1. Issue Request for Qualifications 5/4/2018
2. Pre-Submission Meeting, 9:00AM at Bates Technical College 5/10/2018
3. Statements of Qualifications Due at 3:00 pm 5/21/2018
4. Finalists Selected 5/30/2018
5. Issue Request for Proposals 6/1/2018
6. Proprietary Meetings with Finalists (one 2.5-hour mtg. for each team) 6/14/2018
7. Last Request for Information Due from Finalists 6/22/2018
8. Last Addendum Issued 6/27/2018
9. Proposals Due at 3:00 pm 7/2/2018
10. Finalists Present Proposals to Selection Panel (2 hours each team) 7/11/2018
11. Scoring of Proposals 7/11/2018
12. Public Announcement of Scores at 10:00 am 7/13/2018
13. Negotiations with Highest Scoring Proposer 7/24/2018
14. Execution of the Contract 8/1/2018





1.5 PRE-SUBMISSION MEETING

There is a pre-submission meeting scheduled for Thursday, May 10, 2018 at 9:00 AM. At the meeting the Owners team will provide an overview of the project, and there will be a site walk of the existing facility and site. The pre-submission meeting will be conducted at:

Bates Technical College
Downtown Campus
Building A, Auditorium Room 130
1101 South Yakima Avenue
Tacoma, WA

1.6 SELECTION PROCESS

A. Proposers submitting an SOQ (Proposers) will be evaluated based on their qualifications that meet the criteria set forth in this Request for Qualifications (RFQ) by a Selection Panel with representation from Bates Technical College, DES and the private sector. A maximum of three (3) teams will be selected as finalists (Finalists.) The Finalists will proceed to the second step of the selection process and receive a Request for Proposals (RFP). It is anticipated Finalists submitting a proposal will be evaluated by the same panel noted above based on the criteria described in this RFQ and in the RFP. If unforeseen circumstances arise and a member of the committee has to be replaced, DES will notify the Proposers.

1. Basis of Design-Build Award: The preliminary agreement between DES and Design-Builder, and the potential follow-on contract to complete the project, shall be awarded based the criteria identified in this document.

2. Rejection of Proposals: DES reserves the right to reject any or all proposals, at any time, for any reason. Failure to respond to any evaluation criteria may result in elimination of the Proposal from further consideration in the selection process. In the event DES does so, it shall provide its reasons for rejection in writing to all Proposers.

3. Appropriate Contact During Solicitation Process: Proposers are cautioned that only the contact person listed at the end of this RFQ, or in the follow-on RFP, should be contacted regarding this project. Any contact by Proposers with any other individual(s), including, but not limited to individuals from any of the organizations represented on the Selection Panel, may result in the Proposer’s elimination from this selection process.

4. Selection Panel: The Selection Panel for both the RFQ and RFP phases of the selection process will consist of two representatives from Bates Technical College, Marty Mattes and Bob Roehl; two from DES, Dennis Flynn and Jeff Gonzalez; and one from the private sector, Jim Dugan of Parametrix.

5. References: DES reserves the right to conduct reference checks for all firms (including, without limitation, firms on proposed teams) at any stage of the selection process. In the event that information obtained from the reference checks reveals concerns about a firm’s past performance, or its ability to successfully perform the work to be executed based on this RFQ and subsequent RFP, DES may, at its sole discretion, determine that the firm is not qualified to perform the contract and deem the Proposer not eligible for further consideration. DES also reserves the right to check references from projects and/or organizations not identified by the firm.

6. Conflict of Interest: Any known or perceived conflict of interest between any of the Design-Builder team members and the Selection Panel shall be disclosed. DES will reveal any such conflict of interest to all of the teams, and make a determination on how the conflict of interest will be resolved.

7. Scoring: Selection panel members will evaluate and score each proposer’s qualifications (phase 1) and the finalists’ proposals (phase 2) by completing the respective evaluation sheet.

Each panelist will total the points from their evaluation sheet. Then each panelist will rank each proposer in numeric order from the lowest number of points to the highest number of points. Each panelist will assign their lowest ranked proposer with a score of one (1), the second lowest proposer a score of two (2), etc. until the highest ranked proposer receives a numerical score which is commensurate with the number of proposers. For example, if there are 10 proposers, the scores of the lowest ranked proposer through the highest ranked proposer would receive scores of 1 through 10 respectively.

Ties in the rank order for each panelist are not permitted. Individual panelists must break any ranking tie(s) on their individual score sheets by further evaluation of the selection criteria.

For both phases, the assigned scores from each panelist will be combined on a final score sheet to determine the overall score of the proposers. Ties on the final rank sheet shall be broken by further evaluation of the tied proposers against the selection criteria and deliberation by the panel to reach consensus on the final scores.

8. Form of Contract: There will be a single contract (Attachment 1) with two phases and additional general terms, both of which are incorporated by reference. The first phase includes a preliminary agreement to establish major design elements and negotiate a price within the MADCC for completing the project. The second phase will be added by change order to address the completion of design, construction, commissioning, performance guarantees, Guaranteed Maximum Price (GMP), and other aspects of scope and terms sufficient to complete the project. If, at any time during the first phase, DES and the Design-Builder are unable to agree on a price to complete the project, DES, at its sole discretion, may terminate the contract.

9. Agreement/Contract: To be responsive, Proposers must indicate they will substantially agree with proposed contract, (Attachment 1), and general conditions, (Attachment 2). If the Proposer takes exception to the documents, the Proposer must specifically describe the reasons for the exceptions and provide alternative language for consideration by the DES on the Contract Issues Form (Attachment 4). DES makes no commitment that it will modify any of the terms of the contracts or general conditions.


B. The steps involved in selecting the design-build team for this project are set forth in greater detail below:

Phase 1: Request for Qualifications (RFQ):
The Selection Panel, will evaluate SOQ’s submitted in response to this RFQ. The evaluation will be based on weighted criteria identified later in this document. The Selection Panel will identify a maximum of three (3) Finalists to proceed to the next step in the selection process.

Points from the SOQ evaluation will be considered only for the purpose of determining which firms will be named as Finalists and will not carry forward to the RFP stage.
SOQ’s are limited to fifteen (15) 8.5”x11” numbered pages of content including attachments. Covers, dividers, Table of Contents, and tabs are not included in the page count. Note, 11”x 17” fold outs can be included, but counted as two pages. Font size shall be no less than 10 point.

Phase 2- Request for Proposals (RFP):

Content of Request for Proposals (RFP): The RFP will include additional project information including, but not limited to,
• Pre-Submittal Procedures
• Proposal Content
• Submission Details
• A detailed description of the project including:
o programmatic, performance, and technical requirements and specifications;
o functional and operational elements;
o building performance goals and validation requirements;
o minimum and maximum net and gross areas of any building;
• The target budget for the design-build portion of the project
• RFQ and any RFQ addendum issued
• Proposed Contract (Attachment 1)
• General Conditions (Attachment 2)
• Design-Build Contract Management (Attachment 3)
• Contract Issue Log (Attachment 4)
• Good faith survey of the West Annex

The selected three (3) finalists will receive the RFP for response. The submitted proposals will be evaluated based on weighted criteria. Proposals shall contain the responses to all the RFP requirements, including the completed Diverse Business Inclusion Plan (Attachment 10) and Price Factor Form (Attachment 11). The proposals are limited to forty (40) 8.5”x11” numbered pages of content, including attachments. Covers, dividers, Table of Contents, Price Factor Form, Diverse Business Inclusion Plan, schedules and tabs are not included in the page count. Note: 11”x 17” fold outs can be included, but counted as two pages.

Interaction with Finalists:

o Proprietary Meeting: After issuance of the RFP, each Finalist will have an individual proprietary meeting with the Selection Panel. The purpose of this meeting is for the proposer to ask questions of the College and DES, participate in a site walk, and better understand the requirements of the project. Each proprietary meeting will not exceed 2.5 hours.

o Presentation Meeting: After the proposals have been submitted each of the finalist will be given the opportunity to present their proposals to the Selection Panel. This presentation is to allow each Finalist to highlight and explain the content of their proposals, express their ideas and qualifications in person, and engage in a question-and-answer period with the Selection Panel. The presentation meeting will not exceed 2 hours.

C. Contract Award Determination
After the interviews and presentations, the Selection Panel will score the proposals according to the criteria set forth in the RFP and notify all of the Finalists of the selection decision. A scoring summary of final proposals will be provided within two business days of the notification.

The Finalist with the highest-scoring proposal will be selected to enter into contract negotiations with DES. If DES and the highest scoring Finalist cannot agree on terms, DES may enter into negotiations with the next highest scoring Finalist.

D. Honorarium
The two unsuccessful finalist will receive an honorarium of $5,000. This honorarium is intended to cover the additional cost of attending the proprietary meetings with the Owners team and preparing the proposal. Honorariums will be distributes after the selected Finalist and DES enter into a Contract.

1.7 Evaluation Criteria
Teams desiring to submit their SOQ’s for this project must demonstrate experience and qualifications as a Design-Builder with appropriate experience in Higher Education design and construction, and be able to demonstrate successful projects as a Design-Build team. Firms must also demonstrate their ability to meet the selection criteria as stated in this RFQ.


Phase 1- SOQ Evaluation Criteria – 100 points: The SOQ submitted by teams, must include information documenting how the proposed team meets the evaluation criteria below, and will be evaluated based on these criteria and weighting. Each team’s SOQ must include a Table of Contents and be organized by discrete sections corresponding to the criteria and in the same order shown below. Submittals will not be returned. Each team must identify a single point of contact for the purposes of this Solicitation.





RFQ
CRITERIA EVALUATION WEIGHTING
(max. points)
1. Who Your Team Members Are (Technical Qualifications, Capability to Perform, Past Performance): Describe your key team members’ individual specialized experience and technical competence in similar projects and other relevant experience. Include experience on projects that are similar in type, size, and scale to the scope of this project, as well as experience with design and construction work in similar conditions. Specifically address design and construction experience in these areas:

• Healthcare Training Facilities, Including Sim Labs and Skills Labs
• STEM Facilities
• Classrooms, Including Active Learning
• Educational Buildings Housing Various Programs
• Building architecture for higher education
• Sustainability in Building and LEED Accredited Buildings
• Strategies for Accelerating Design, Permitting, and Construction Durations
• Working in an Occupied Campus Environment

Provide examples of experience assisting other organizations move to a flexible more collaborative learning environment. Describe each person’s role as it relates to the team, and how they will contribute to the success of this project.

At a minimum, the following key team members shall be identified from the design-builder contracting entity: corporate executive dedicated to the
Project; the design manager, construction project manager, superintendent, and architect. Teams shall also identify a Lab Consultant. Teams are encouraged to limit members to the above personnel only.

Include a copy of the resume of each key team member proposed to provide this technical expertise to the project. Each resume is limited to one page per person. Each resume must indicate each key team member’s specific roles and responsibilities for each past project listed, and include two professional references with phone and email contact information. Please alert professional references that a DES E&AS representative will be contacting them during the selection process.

Design-Build Team members shall not change during the project without the written approval of DES. 25
2. How Your Team Will Be Organized and Work Together (Capability to Perform): Describe your team’s capabilities to perform both the design and construction elements of the project. Describe the organizational structure of the entity proposing. Identify how the design and construction resources of your team will be integrated into a cohesive Design-Build organization, including a description of the management strategies, internal communication protocols, coordination tools, and planning efforts that you will employ, to ensure an effective project. List the title of the position, the name and qualifications of the key individuals to be assigned to the project, and the responsibilities of each key team member. Describe how your team will interact with the College representative and DES project manager.

Provide an organization chart showing the staffing proposal for the key individuals (as specified above) to be assigned to the project.

Describe how your team will work within the organization to realize the goals of this project. Address the integration of design and construction elements of your team; how design intent can be realized within the budget; budget and schedule management; communication; and other tools your team will use as part of a cohesive and high-performing collaboration to deliver the project. Provide a representative example of a QA/QC plan that was developed and implemented for a similar project. 30
3. How Your Team Members Have Been Successful on Past Projects (Technical Qualifications, Capability to Perform, Past Performance): Describe your team’s similar project experience. Focus on construction and architectural team members to convey your team’s qualifications. Provide information about firms and key individual(s). Generally, describe your team’s experience in completing Design-Build projects, including an explanation of the projects and roles in which various members have worked together. Also, provide a list of three (3) Design-Build completed projects and describe their similarities to the proposed project. For each project provide:

a) A description of the project,
b) issues addressed during design,
c) the duration of construction,
d) the final cost, and
e) an owner’s reference with telephone number and email address, who is familiar with your proposed team’s performance in completing the project. DES may perform follow-up reference reviews based on the information received.
f) Identify which individuals named in the proposed project team participated as members of the project team for the listed projects and the roles they held. State whether, a team member has experience with a firm other than that proposed.

If the firm proposing to act as the Design-Builder for your team has not completed three design-build projects, list three projects which were successfully completed and which provide the Proposer with the necessary experience and skills to successfully complete this project.
25
4. Safety (Accident Prevention Program): Identify your safety office, describe their experience on similar projects and submit a resume. Describe the safety record of the Design-Builder member of your team. If the Design-Builder member is a joint venture, submit the requirements of this section for each member firm of the joint venture. Submit the firm’s Accident Prevention Program along with any other relevant information that documents the firm’s safety record.
10
5. Diverse Business Inclusion Past Performance: Describe your team’s programs, approaches, and specific steps that were used to include diverse businesses in previous projects. Please highlight strategies that were successful in increasing diverse business participation.
10
6. Financial Capacity: DES, in its sole discretion, will determine whether the firm identified to be the contracting entity has the financial capacity to deliver the project. DES may reject those SOQ’s which it judges to fail that criterion. Submit one (1) unbound copy of the completed DES Project Financial Questionnaire (Attachment 5) and additional Financial Statements (if required), in a sealed envelope marked “Confidential Financial Material in Response to RFQ criterion 6”. If the contracting entity is a joint venture, a Financial Questionnaire and related materials are required for each member firm of the joint venture. This financial information will not be copied or distributed except as needed in the financial review process, and will not be provided for other firms to review, except as required by law. Pass/Fail

Maximum RFQ Points ?
100 points


Each member of the Selection Panel will score on the 100-point scale, and use that score to rank the proposers, one through number of SOQ’s. The scores of all Committee Members will be added and the three lowest scores will be apparent finalist.

Scoring

Selection panel members will evaluate each proposer’s qualifications (phase 1) and the finalists’ proposals (phase 2) by completing the respective evaluation sheet.

Each panelist will add the total points from their evaluation sheet, then rank order each proposer in numeric order from the lowest number of points to the highest number of points. Each panelist will assign their lowest ranked proposer with a score of one (1), the second lowest proposer a score of two (2), etc. until the highest ranked proposer receives a numerical score which is commensurate with the number of proposers. For example, if there are 10 proposers, the scores of the lowest ranked proposer through the highest ranked proposer would receive scores of 1 through 10 respectively.

Ties in the rank order for each panelist are not permitted. Individual panelists must break any ranking tie(s) on their individual score sheets by further evaluation of the selection criteria.

For both phases, the assigned scores from each panelist will be combined on a final score sheet to determine the overall score of the proposers. Ties on the final rank sheet shall be broken by further evaluation of the tied proposers against the selection criteria and deliberation by the panel to reach consensus on the final scores.


Phase 2-RFP Evaluation Criteria – 150 points: The proposals submitted by the Finalists after evaluation of the SOQ must include information documenting how the team meets the evaluation criteria below, and will be evaluated based on these criteria and weighting. Each team’s proposal must include a Table of Contents and be organized by discrete sections corresponding to the criteria, and in the same order as defined below. Submittals will not be returned.






RFP
CRITERIA EVALUATION WEIGHTING
(max. points)
1. Essential characteristics of, and general approach to managing, this Design-Build project: Describe the team’s understanding of, and insights into, this project delivery method. Describe method-specific risks and opportunities and how best to manage them. Describe what method-specific team characteristics and behaviors are essential and why. Describe how your team is built in regard to major tasks, roles and responsibilities, and how the structure helps minimize gaps and assures clarity. Describe approach to collaboration among team members and with the Owner and DES project manager.
15
2. The Availability of your Team (Recent, Current, and Projected Workloads of the Firm; Ability to Meet Time and Budget Requirements; Location):
Describe your team’s availability to perform the work of this project. Briefly describe the responsibilities and the extent of involvement of each key team member identified under RFQ Criteria 1 during each phase of the Project as listed in RFP Criteria 2 through 5.
List the location(s) of these key team members. The qualifications of these individuals will be evidenced by the resumes and other information in your SOQ and do not need to be repeated. Provide a brief summary of your firm’s recent, current, and projected workloads expressed in terms of contract dollar value. 10
3. Project Team Formation (Technical Qualifications; Capability To Perform; Ability Of Professional Personnel; Past Performance On Similar Projects):
Describe how your team proposes to work with the Owner’s team to complete your Design-Build team, including the role of consultants vs. that of trade partners. 20
4. Design (Technical Qualifications; Technical Approach Design Concept; Performance Within The Allowable Budget; Ability Of Professional Personnel; Past Performance On Similar Projects):
Describe how your team proposes to develop and modify the building and site design to achieve the allowable budget. Address your approach to responding to the existing program and design intent established to date and the current SDCI permitting process. Address how your team will analyze the available design documents and how your approach will achieve the College’s architectural and campus planning/urban design goals within the budget criteria. Describe how your team proposes to manage development of the design up to a point when the Owners team and Design-Builder determines that the scope is defined well enough to allow execution of the second contract. Describe how the Design-Builder will facilitate Owner’s team input into completing the design. How will the Design-Builder assure effective communication among team members and with the Owners team? Describe the role trade partners will play as design and documentation is completed. 30
5. Approach to Completing Design and Construction (Technical
Qualifications; Technical Approach Design Concept; Capability To Perform; Ability Of Professional Personnel; Past Performance On Similar Projects; Ability To Meet Time And Budget):
Describe your team’s approach, including examples of past performance, to:
• Complete final design and construction in Phase 2 of the Contract.
• Identify and address risks and opportunities
• Address permitting, staging, cost control, schedule preparation and
control, quality control, document control and sharing of cost
information.
• Approach the selection, involvement, and
management of sub-contractors and suppliers, including their
opportunity to contribute to the design.
• Manage design changes during construction.
• Maintain and finalize record drawings.
• Commissioning and transition to occupancy. 25
6 Price Related Factors: Describe how your team proposes to manage general conditions and other methods to control cost and schedule, add value, and increase efficiencies on the project. 10
7 Price Related Factors, Overhead and Profit: Provide the general and administrative overhead and profit of the firm or joint venture that would be the contracting entity as a percentage of all direct costs to be invoiced. The Price Factor Form (Attachment 11) is to be submitted with response to the RFP.

The evaluation of this criterion will be based on the difference between the percentage proposed and the lowest conforming percentage received from Finalists. Scores will be based on how far above the lowest value any proposed value is. This difference will be expressed as a percentage according to the following formula and the result will be evaluated using the table below.

Percent above low value = [(Proposed Value – Lowest Value) / Lowest
Value] x 100
Example: Let 4% = the lowest value, and let 5% = the proposed value.
Then the percent above lowest value is:
[(5 – 4)/4] x 100 = 25% ; [then, according to the table below, 14 points would be assigned]

Points will be awarded for this criterion as follows:
Low conforming value 20 points
• Values within 10% of low conforming value 18 points
• Values within 20% of low conforming value 16 points
• Values within 30% of low conforming value 14 points
• Values within 40% of low conforming value 12 points
• Others 0 points 20
8. Diverse Business Inclusion Plan: Submit a Diverse Business Inclusion Plan (Attachment 10) as part of your Proposal.
20
9. Acceptance of Contract, Bonding and Insurance (Ability To Provide
Performance And Payment Bond): The proposal shall respond to the
following criteria:
(a) Compliance with proposed contracts and general conditions. Each Proposer must affirm that the terms and conditions of these documents are acceptable, or if the Proposer takes exception to the documents the Proposer must specifically describe the reasons for the exceptions and provide alternative language for consideration by the DES on the Contract Issues Form (Attachment 4). The DES makes no commitment that it will modify any of the terms of the contracts or general conditions.
(b) Ability to provide performance and payment bonds for the project for at least the amount of the target budget as established by the MADCC ($) plus Washington State Sales Tax. The Proposer must submit a letter from its bonding company (surety) or its bonding agent indicating that the Proposer has the requisite bonding capacity in order to provide the required bonds.
(c) Insurability: Statement from the Proposer’s insurance carrier indicating that the insurance requirements of the contract can be met by the Proposer.
Pass/Fail


Maximum RFP Points?
150



1.9 CONTRACTING PROCESS

This design-build procedure includes a 2-phase Contract are incorporated by reference:

a. Phase 1 includes establishing major design elements and negotiating a price within the MADCC for completing the project.

b. Phase 2 of the Contract governs the completion of design, construction, commissioning, performance guarantees and other aspects of scope and terms sufficient to complete the project.

c. Additional general terms and conditions are incorporated into the design-build Contract in this process.

If, at any time during the term of the Contract, DES and the Design-Builder are unable to agree on a price to complete the project, DES, at its sole discretion, may terminate the Contract.

1.10 FORM OF SUBMITTAL AND DEADLINE

One original in an easily removable binder (no spiral or comb bindings) and electronic copy (PDF) of the SOQ on each of six (6) flash drives containing the above-listed RFQ information. Faxed or emailed submittals will not be accepted. Proposers are responsible for ensuring receipt of the SOQ at DES by the deadline stated above, and should take into account potential delays that may occur when using a delivery service. Submittals received after the deadline will be returned unaccepted.

Please send to the address and recipient noted below:

Department of Enterprise Services
Engineering and Architectural Services
Attention: Amanda Witt
1500 Jefferson Street SE, Olympia, WA 98501 (hand delivered or courier)
P. O. Box 41476, Olympia, Washington, 98504-1476 (mailed)

All submittals must be received no later than May 21, 2018, prior to 3:00 PM, (as per date/time stamped by E&AS.)

Any addenda issued for this RFQ and RFP will be published at the following website address: https://des.wa.gov/services/facilities-leasing/public-works-design-construction/architecture-engineering-design-consultants/current-projects-advertised-consultant-selection. Proposers are responsible for checking the website for any addenda prior to submission of qualifications and proposals. If you are unable to download the addenda, you may contact the individual noted at the end of this RFQ. Attachments to this RFQ will also be posted at the above website. Attachments not originally posted will be posted no later than May 8, 2018 by 4:00 PM.

1.11 Diverse Business Inclusion

A. Diverse Business Participation. The state of Washington encourages participation in all of its contracts by Diverse Businesses. DES is committed to providing the maximum practicable opportunity for participation by Diverse Businesses through direct contracts with DES, subcontracts, sub-consulting, and supplier participation.

B. Definition. The Diverse Business definition includes Washington Small Business, micro-business, and mini-business as defined in RCW 39.26.010 (collectively Washington Small Business), Minority and Women Business Enterprises as defined in RCW 39.39.19 and WAC 326-20, and Veteran-owned businesses as defined in RCW 43.60A.010. If the proposed subcontractors are self-identified diverse businesses, the Design-Build Contractor will encourage and support state efforts for their certification with the appropriate Washington state agencies.

C. Past Performance. Proposers’ SOQs should describe their programs, approaches, and specific steps which were used to include diverse businesses in previous projects. Please highlight strategies which were successful in increasing diverse business participation.

D. Participation Goals. Diversity goals for DES contracts are:
? 10% Minority Owned Business (MBE) certified by the Washington State Office of Minority and Women Business Enterprises
? 6%, Women Owned Business (WBE) certified by the Washington State Office of Minority and Women Business Enterprises
? 5% Veteran Owned Business (VOB) certified by the Washington State Department of Veterans Affairs
? 5% Washington Small Businesses self-identified in the Washington Electronic Business Solution http://www.des.wa.gov/services/ContractingPurchasing/Business/Pages/WEBSRegistration.aspx (WEBS).

Participation goals for this project are 10% for MBEs, 6% for WBEs, 5% VOB, and 5% for Washington Small Businesses.

E. Inclusion Plan. To be considered responsive, Finalists must submit a Diverse Business Inclusion Plan (Attachment 10) as part of their proposal.

The Diverse Business Inclusion Plan must include Anticipated Certified Diverse Business Participation Goals identifying the percentage of diverse subconsultants, subcontractors, and suppliers performing professional services and commercially useful work on the project. These goals are voluntary. No minimum level of MWBE or Veteran Owned or Washington Small Business participation will be required as a condition for receiving an award, and proposals will not be rejected or considered non-responsive on that basis, unless a goal of zero percent (0%) goal is submitted. Zero is not a goal.

The Design Builder will commit to a good faith effort to achieve the Anticipated Certified Diverse Business Participation Goals and the Diverse Business Inclusion Plan will be incorporated into the successful Design-Builder’s Contract.

F. Contact Information. For information on certified firms, prime Proposers may contact:
• OMWBE at http://www.omwbe.wa.gov/ or (360) 664-9750
• DVA at http://www.dva.wa.gov/BusinessRegistry/Search.aspx or (360) 725-2200.
• DES Public Works Diverse Business Manager, Charles Wilson charles.wilson@des.wa.gov or (360) 407-8455 for a list of self-certified Washington Small Businesses that downloaded this solicitation and selected to allow their contact information to be shared.

G. DES Diversity Compliance Program. The successful Proposer is required to register and create an account in the DES Diversity Compliance Program (B2Gnow) at https://des.diversitycompliance.com. Every month for the duration of your contract, and while your contract is active in the B2Gnow system, submit and accurately maintain the following payment information through B2Gnow:
1. Payments received by the prime contractor from the Agency
2. Payments paid to each subcontractor
3. Payments paid to each supplier

H. Maintenance of Records. Design-Builder shall maintain, for at least six (6) years after Final Acceptance, relevant records and information necessary to document the level of utilization of Diverse Businesses and other businesses as Subcontractors on this Project, as well as any efforts Design-Builder made to increase the participation of Diverse Businesses as listed in Section 1.11J. The Design-Builder shall also maintain, for at least six (6) years after Final Completion, a record of all quotes, bids, estimates, or proposals submitted to Design-Builder by all businesses seeking to participate as Subcontractors on this Project. Owner shall have the right to inspect and copy such records. If this Contract involves federal funds, Design-Builder shall comply with all record keeping requirements set forth in any federal Governmental Rules referenced in the Contract Documents.

I. Advertisements. Design-Builder shall advertise opportunities for Subcontractors in a manner reasonably designed to provide Diverse Businesses capable of performing the work with timely notice of such opportunities, and all advertisements shall include a provision encouraging participation by Diverse Businesses. Advertising may be done through general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids directly from Diverse Businesses. The Design-Builder shall provide Diverse Businesses that express interest with adequate and timely information about plans, specifications, and requirements of the Project.

J. Non-Discrimination. The Design-Builder shall not create barriers to open and fair opportunities for all businesses, including Diverse Businesses, to participate in all state contracts and to obtain or compete for contracts and subcontracts as sources of supplies, equipment, construction and services. In considering offers from and doing business with subcontractors and suppliers, the Design-Builder shall not discriminate on the basis of race, color, creed, religion, sex, age, nationality, marital status, or the presence of any mental or physical disability in an otherwise qualified disabled person.

K. Violations. Any violation of the mandatory requirements of this part of the Contract shall be a material breach of the Contract for which the Design-Builder may be subject to a requirement of specific performance, or damages and sanctions provided by contract, by RCW 39.19.090, or by other applicable laws.

1.12 APPRENTICESHIP UTILIZATION REQUIREMENTS

Mandatory apprentice utilization of at least fifteen percent (15%) of the total construction labor hours worked on the Contract is required. Apprentices must be registered as apprentices with the State Apprenticeship and Training Council. Design-Builder shall comply with the requirements of the Contract documents related to apprenticeship. Proposers may contact the Department of Labor & Industries, Apprenticeship Program at 360-902-5320 to obtain information on apprenticeship programs.

1.13 PROTEST PROCEDURE

A. Protests
This Article sets forth the exclusive protest remedies available with respect to this RFQ and RFP. Each Proposer, by submitting its Proposal, expressly recognizes the limitation on its rights to protest, expressly waives all other rights and remedies and agrees that the decision on any protest shall be final and conclusive unless wholly arbitrary. These provisions are included in this RFP expressly in consideration for such waiver and agreement by the Proposers. Such waiver and agreement by each Proposer are also consideration to each other Proposer for making the same waiver and agreement.
1. Protests Prior to Submission of Proposals
a. Proposer may protest the terms of the RFQ or RFP prior to the time for submission of any Proposal on the grounds that: (a) a material provision in the RFQ or RFP is wholly ambiguous; or (b) any aspect of the procurement process described herein is contrary to legal requirements applicable to this procurement. Protests regarding the RFQ or RFP shall be filed only after the Proposer has informally discussed the nature and basis of the protest with DES’s Point of Contact or his designee in an effort to remove the grounds for protest.
b. Protests regarding the RFQ or RFP shall completely and succinctly state the grounds for protest and shall include all factual and legal documentation in sufficient detail to establish the merits of the protest. Evidentiary statements, if any, shall be submitted under penalty of perjury.
c. Protests regarding the RFQ or RFP shall be filed by hand delivery or courier to DES’s Point of Contact as soon as the basis for protest is known to the Proposer, but in any event it must be actually received no later than ten (10) days before the Proposal Due Date, provided that protests regarding an Addendum to the RFQ or RFP shall be filed and actually received no later than five (5) business days after the Addendum the RFQ or RFP is issued.
d. DES will distribute copies of the protest to the other Proposers and may, but need not, request other Proposers to submit statements or arguments regarding the protest and may, in its sole discretion, discuss the protest with the protesting Proposer. If other Proposers are requested to submit statements or arguments, they may file a statement in support of or in opposition to the protest within seven (7) calendar days of the request.
e. The protesting Proposer shall have the burden of proving its protest by clear and convincing evidence. No hearing will be held on the protest. DES shall decide the protest on the basis of the written submissions. DES shall issue the decision in writing to each Proposer. The decision shall be final and conclusive. If necessary to address the issues raised in the protest, DES will make appropriate revisions to the RFQ or RFP by issuing Addenda. DES may extend the Proposal Due Date, if necessary, to address any protest issues.
f. The failure of a Proposer to raise a ground for a protest regarding the RFQ or RFP shall preclude consideration of that ground in any protest by a Proposer unless such ground was not and could not have been known to the Proposer in time to protest prior to the final date for such protests.

2. Protests after Submission of Proposals
After submission a Proposer may protest a written decision by DES for the following reasons:
a. A matter of bias, discrimination, or conflict of interest on the part of the evaluator.
b. Errors in computing the score.
c. Non­compliance with procedures described in the procurement document, or DES policy
By filing a notice of protest by hand delivery or courier to DES’s Point of Contact. Such notice shall be provided: (a) no earlier than the day of DES’s issuance of the written decision; and (b) no later than five (5) business days after DES’s issuance of the written decision. The protesting Proposer shall concurrently file a copy of its notice of protest with the other Proposers. The notice of protest shall specifically state the grounds of the protest.
a. Within seven (7) calendar days of the notice of protest, the protesting Proposer must file with DES’s Point of Contact a detailed statement of the grounds, legal authorities and facts, including all documents and evidentiary statements, in support of the protest. The protesting Proposer shall concurrently deliver a copy of the detailed statement to all other Proposers. Evidentiary statements, if any, shall be submitted under penalty of perjury. The protesting Proposer shall have the burden of proving its protest by clear and convincing evidence.
b. Failure to file a notice of protest or a detailed statement within the applicable period shall constitute an unconditional waiver of the right to protest the evaluation or qualified process and decisions, other than any protest based on facts not reasonably ascertainable as of such date.
c. Other Proposers may file by hand delivery to DES’s Point of Contact a statement in support of or in opposition to the protest. Such statement must be filed within seven (7) calendar days after the protesting Proposer files its detailed statement of protest. DES will promptly forward copies of any such statements to the protesting Proposer.
d. Unless otherwise required by law, no evidentiary hearing or oral argument shall be provided, except, in the sole discretion of DES, a hearing or argument may be permitted if necessary for protection of the public interest or an expressed, legally recognized interest of a Proposer or DES. DES shall issue a written decision regarding the protest within thirty (30) calendar days after DES receives the detailed statement of protest. Such decision shall be final and conclusive. DES shall provide copies of the written decision to the protesting Proposer and the other Proposers. Unless necessary for the successful completion of the Project, as determined in the sole discretion of DES, a Design-Build Contract award will not be issued until DES issues its written decision on the protest.
e. If DES or his designee concludes that the Proposer filing the protest has established a basis for protest, DES or his designee will determine what remedial steps, if any, are necessary or appropriate to address the issues raised in the protest. Such steps may include, without limitation, withdrawing or revising the decisions, issuing a new RFQ or RFP or taking other appropriate actions.


1.14 PROPRIETARY OR CONFIDENTIAL INFORMATION

DES is subject to RCW 42.56, the Public Records Act (PRA). All Proposals received shall remain confidential until announcement of the Finalist selected. Thereafter, the Proposals shall be disclosable public records as defined in the PRA. To the extent consistent with the PRA, DES shall maintain the confidentiality of Proposer’s information marked confidential or proprietary. If a request is made to view Proposer’s proprietary information, DES will notify Proposer of the request and of the date that the records will be released to the requester unless Proposer files a motion to enjoin that disclosure, or the requester and Proposer reach an agreement on the extent of such disclosure, which agreement will be forwarded to DES by the requester prior to the date for disclosure. If Proposer fails to obtain the requester’s agreement or the court order enjoining disclosure, DES will release the requested information on the date specified.

Any information contained in the Proposal that is proprietary or confidential must be clearly designated. Each page claimed to be exempt from disclosure must reference the specific basis claimed under the PRA or other state or federal law that provides for the nondisclosure of your Proposal information. Marking of the entire Proposal or entire Sections of the Proposal as proprietary or confidential will not be accepted nor honored. DES’ sole responsibility with regard to matters in the Proposal marked confidential or proprietary shall be limited to maintaining the information in a secure area and notification of Proposer of any request(s) for disclosure.

1.15 ATTACHMENTS

Please note the following additional information that is part of this RFQ:

Attachment 1- Contract
Attachment 1a- Amendment to the Contract
Attachment 2 - General Conditions
Attachment 3 – Design-Build Contract Management
Attachment 4 - Contract Issue Log
Attachment 5 - Project Financial Questionnaire
Attachment 6- Safety and Health Qualification Statement
Attachment 7- Bates Technical College Campus Master Plan
Attachment 8- Medical Mile Project Request Report
Attachment 9 -Campus Map

The Forms required to be submitted with the RFP:
Attachment 10 - Diverse Business Inclusion Plan
Attachment 11 – Price Factor Form

COMMUNICATIONS: All communications regarding this RFQ should be addressed to Dennis Flynn, Project Manager, DES – Engineering and Architectural Services, 360-407-7934, dennis.flynn@des.wa.gov, except from May 11th to May 28th, please contact Jeff Gonzales at 360-407-7942, jeff.gonzalez@des.wa.gov.

For specific project information, call the A/E Contact listed in each advertisement. For general information, please contact Engineering & Architectural Services by telephone at (360) 902-7272 to leave a voicemail message, or by email at  easmail@des.wa.gov.