Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Similar documents
SCHOOL BOARD ACTION REPORT

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

School Board Briefing/Proposed Action Report

Request for Qualifications

Facilities Condition Assessment

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR QUALIFICATIONS. General Contractor Construction Manager (GC/CM) Services. Modernization Project

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Knights Ferry Elementary School District

Request for Proposals (RFP) for Professional Design and Engineering Services

SALT LAKE CITY FIRE STATION 3

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

Introduction. Proposal Submission

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

CITY OF PORTSMOUTH, NH DEPARTMENT OF PUBLIC WORKS. RFP Peirce Island Pool House Design Project

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

This request for qualifications seeks the following type of service providers:

Request for Qualifications Construction Manager

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

REQUEST FOR PROPOSAL FOR BUILDING LEASE

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

SOMERSET COUNTY, MARYLAND

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

SECTION I. OVERVIEW ON REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Grant Seeking Grant Writing And Lobbying Services

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

REQUEST FOR PROPOSAL Architectural Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

REQUEST FOR QUALIFICATIONS PROJECT AND CONSTRUCTION MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL

Request for Proposals and Specifications for a Community Solar Project

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

REQUEST FOR QUALIFICATIONS. Design Professional Services

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

Pierce County Community Connections

Request for Proposals For Media and Public Relations Services for the HOUSING AUTHORITY OF THE CITY OF SHREVEPORT

Boulder Housing Partners Request for Qualifications: RFQ # Architectural Services for Canyon Pointe and Glen Willow Renovation Projects

Gainesville City School System

Washington County Public Works, Building Services

PIEDMONT TRIAD AIRPORT AUTHORITY

MINNESOTA STATE COLLEGES AND UNIVERSITIES

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

Bids received after the appointed date set for receipt will be returned unopened.

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Request for Proposals (RFP)

Summer School Nurse (LPN or RN)

Request for Proposal for Strategic Plan for Transportation Services

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Request for Proposal

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Raymond, New Hampshire

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

REQUEST FOR PROPOSAL PSYCHIATRIC SERVICES. For Cayuga Addiction Recovery Services Residential Rehabilitation Unit

RFP #WS NEWSMI IMPROVEMENTS

REQUEST FOR QUALIFICATIONS WASTEWATER FACILITY PLAN

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

Marlboro County School District

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

Agency of Record for Marketing and Advertising

Transcription:

Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org Request for Proposal No. RFP01838 Consultant Services for Building Condition Assessment Submittal Deadline: Date: March 1, 2018 Time: 10:00 a.m. Instructions

Table of Contents 1.0 INTRODUCTION... 4 2.0 SCHEDULE... 5 3.0 QUESTIONS AND COMMUNICATION... 5 4.0 BACKGROUND... 6 5.0 PROJECT INFORMATION... 7 5.1 Deliverables...8 6.0 SELECTION PROCESS... 8 6.1 Method of Selection...8 6.2 Notifications...9 6.3 Seattle Schools Right to Reject...9 6.4 Procedures Requirements...9 7.0 SUBMITTAL REQUIREMENTS... 10 7.1 General Submittal Requirements...10 7.2 Contents of the Proposal...10 8.0 CONTRACT AND CONTRACTING PROVISIONS... 12 8.1 Standard Form of Contract...12 8.2 Additional Contract Document Requirements...12 8.3 Protest Procedures...12 Page 2 of 14

REQUEST FOR PROPOSAL NO. RFP01838 PROPOSAL CERTIFICATION FORM TO: Diane T. Navarro, Contracting Services Manager The undersigned provider hereby certifies as follows: 1. That he/she has read the Seattle School District's Request for Proposal No. RFP01838 and the following Addenda and to the best of his/her knowledge has complied with the mandatory requirements stated herein: Addenda Number Issue Date 2. That he/she has had the opportunity to ask questions regarding the Request for Proposal, and that if such questions have been asked; they have been answered by the District. 3. That the proposer s response is valid for 90 days. Dated at, this of 2018. (Signature) (Print Name) (Company Name) (Address) (City) (Title) (Email Address) (Telephone Number) (Fax Number) (UBI Number) (State) (Zip) Page 3 of 14

1.0 INTRODUCTION Seattle Public Schools (the District ) is requesting proposals from professional service firms for a review and update to the district s 2014 Facility Condition assessment. The services include: Review and update current facility condition; Identify deficiencies, and recommend corrections for all deficiencies, Review and update cost estimates for corrections Forecast future capital renewal costs. The District intends to engage one firm with in-house capabilities, or a lead firm with subconsultants. The District anticipates contracting on a lump-sum basis, plus reimbursable expenses. The 2014 Facility Condition assessment covers 107 facilities. Seattle Public Schools owns 117 facilities in total. Properties that will need to be added to the 2014 Facility Condition Assessment are listed in Attachment 3, Seattle Public Schools Property List 2017-2018. The assessment must meet the requirements of the Office of Superintendent of Public Instruction (OSPI) School Facilities Manual. All information delivered must be provided in a format consistent with the OSPI School Facilities Manual and the OSPI Information and Condition of School (ICOS) database User Manual & Glossary. This Request for Proposal (RFP) describes the selection process and documentation required for submitting a Proposal. Any firm failing to submit their proposal in accordance with the procedures set forth in the Request for Proposal may be considered nonresponsive. It is the intent of the District to award the project listed above to one firm. The selection of the consultant for these services will proceed in the following manner: Seattle Public Schools shall receive proposals no later than the due date and time specified in Section 2.0 of this RFP. An initial screening will follow, resulting in a short-list of one or more qualified firms that will be selected for interviews (if deemed necessary). The District may conduct interviews (if deemed necessary) with the selected firms, in accordance with a schedule to be determined by the Selection Committee in order to select the best proposals, all factors considered. The District reserves the right to seek clarifications about the proposals. The District may award a contract based solely on the written proposals. However, the District may elect to engage in negotiations with a selected short list of vendors in order to improve the proposals and obtain the best contract(s) for the District. The District reserves the right to request post-proposal modifications, including best and final offers and considerations. The final selection will be based upon the criteria set forth in Section 6.1. The District reserves the right to negotiate with the successful firm on pricing, scheduling, or other factors. The following documents are available for review: o 2014 Seattle Public Schools Study and Survey Update by Meng Analysis https://www.seattleschools.org/userfiles/servers/server_543/file/district/departments/cap ital%20projects%20and%20planning/facilities_master_plan/01_volume_i_report_v5.pdf Page 4 of 14

o o 2012 Facilities Master Plan with 2015 Update http://www.seattleschools.org/userfiles/servers/server_543/file/district/departments/capit al%20projects%20and%20planning/facilities_master_plan/revised_2012_facilities_master _Plan.pdf 2012 Expanded Analysis of Seismic Building Data from PCS Structural Solutions, Attachment 4 2.0 SCHEDULE 2.1 Schedule of Activities SCHEDULE Date February 1, 2018 February 8, 2018 February 13, 2018 February 15, 2018 March 1, 2018 March 2-8, 2018 March 9, 2018 March 12-16, 2018 March 21, 2018 June 15, 2018 Selection Process Advertisement for Request for Proposal Published. (First Notice) Advertisement for Request for Proposal Published. (Second Notice) Pre-Proposal Conference at 10:00 am Last day for Questions from Proposers by 2:00 p.m. Proposal Due by 10:00 a.m. Initial screening Notification sent to selected firm Negotiation of Contract School Board Contract Approval Assessment Reports Due 2.2 Pre-Proposal Conference Interested firms are encouraged to attend a Pre-proposal conference at the date and time listed above which the particulars of the project, the consultant selection process, schedule, and the elements of the contract will be discussed. The meeting shall be held at the John Stanford Center for Educational Excellence (JSCEE) at 2445 Third Avenue South, Seattle, WA 98124. 3.0 QUESTIONS AND COMMUNICATION All communication and/or questions shall be submitted in writing at the dates and times indicated herein to: Page 5 of 14

U.S. Mail: Physical Location: Diane Navarro Contracting Services Seattle Public Schools M/S 22-337 P.O. Box 34165 Seattle, WA 98124-1165 Diane Navarro Contracting Services Seattle Public Schools M/S 22-337 2445 Third Avenue S. Seattle, WA 98134-1923 Phone: (206) 252-0566 Fax: (206) 743-3018 E-mail: contractingservices@seattleschools.org All questions must be submitted electronically by e-mail or fax to Contracting Services by the date and time indicated in Section 2.0. Reference the RFP number in the subject of your email. The District will consider no telephone or in-person inquiries, except at the interviews for those firms making the short-list. Answers to questions will be issued in the form of an addendum which will be provided electronically on the Builders Exchange website at Builders Exchange of Washington and on the Seattle Schools Current Solicitations website. The Project sites will not be available for review by prospective proposers. In the event that a firm attempts to contact any official, employee, or representative of Seattle Public Schools in any manner contrary to the above requirements, said firm may be disqualified for further consideration. This prohibition does not apply to: Telephone calls to the District to request copies of this RFP, to confirm attendance, or request directions relative to an interview notification received from the District; Delivery of written questions about the proposal; Discussion at the interview (if deemed necessary); Delivery of the firm s proposal. 4.0 BACKGROUND The District is planning for the Building Excellence (BEX) V Capital Levy, the next phase in a long-term program to renovate and improve its school buildings and add capacity to accommodate current and projected enrollment growth. The BEX Capital Levy program enables Seattle Public Schools to continue the construction of new school buildings, new additions, and major renovations to existing buildings. The purpose of this project is to update the most recent Building Condition Assessment (BCA) scores of the district s school buildings so that the district has current information for evaluating potential BEX V projects. The last BCA was performed in 2014 as part of the District s Study and Survey Report. Page 6 of 14

5.0 PROJECT INFORMATION The District s current information and data regarding its school buildings will be evaluated and updated under this project, to be included in the updated building condition assessment. All buildings are located within the City of Seattle. It is anticipated that services required for this project will include working with the District s personnel to understand existing facility conditions, potential capital project scope, and developing construction and project cost estimates. A brief description of the project follows: The consultant will use established standards (in OSPI School Facilities Manual) to measure and update report conditions for the following property elements: Site: grounds, utilities and paving systems Exterior systems: roofs, walls, window systems, exterior doors and structural components (special attention payed to water damage, rotting and building damage, as well as physical damage) Interior systems: walls, doors, floors and ceilings Fire/life safety issues Readily achievable ADA requirements Heating, ventilation and air conditioning Electrical and electrical distribution Plumbing (pay special attention to quality of water pipes) Fire protection Portable Spaces (not included in previous survey) Play grounds and play equipment (not included in previous survey) The consultant will review and evaluate existing documents relating to the history of a building and its condition. Documents may include as-built drawings, the most recent Study and Survey, AHERA reports, etc. The consultant will perform a condition assessment of each building assigned that meets OSPI requirements and guidance. Include an assessment of District playgrounds and any associated play equipment. Document the assessment using Building Condition Evaluation Forms (BCEF Attachment 2) that are in compliance with OSPI School Facilities Manual, as well as written narratives and photographs. Prepare a description of the types and kinds of systems and subsystems used in the facilities and an assessment of their physical condition, including status of compliance with current codes and regulations. The consultant will verify/prepare an accurate calculation (gross square feet) of the existing facilities, including ages of buildings, additions and improvements. The consultant will prepare updated/new individual building assessments which include floor plans and survey sheets, in a format which can be updated by District staff and manipulated to extract management information. All information must be in a format consistent with the OSPI School Facilities Manual and the ICOS User Manual & Glossary. Page 7 of 14

The consultant will prepare a written report that updates the existing BCA scores, as well as create the reports for buildings not contained in the existing study and survey, to include as a minimum: (a) An executive summary in laymen s terms describing the investigation and any major deficiencies found, a summary statement of the estimated cost of renovation and repair and the expected useful life of the building without renovation. (b) A general narrative of when the evaluation was done, what firms and personnel participated, general observations regarding the building, and documents reviewed as part of the investigation. (c) Describe major deficiencies found, including photographs of major deficiencies. The successful firm should follow the same general format as previous building condition assessments. 5.1 Deliverables Building Assessments. Prepare updated/new individual building assessments which include floor plans and completed BCE forms. Summary data should be in a format which can be updated by District staff and manipulated to extract management information. Building Condition Assessment Report. Prepare a written report (BCA) with updated BCA scores, the estimated cost of renovation and repair, and the expected useful life of the building without renovation. The report will include new reports for any buildings not contained in the existing study and survey. Please note that the District will select the successful firm/s based on the best interests of the District, all factors considered. The District reserves the right to reject any or all proposals, waive minor irregularities and informalities, and make the awards in its best interest. 6.0 SELECTION PROCESS 6.1 Method of Selection 1. The District will review all proposals and select one firm based upon the best interests of the District, all factors considered. The District reserves the right to conduct interviews with the top three firms, if deemed necessary. 2. Among the factors to be considered are the following: Page 8 of 14

Qualifications 80% EVALUATION CRITERIA Vendor s approach to successful completion of contract deliverables, where shown in the submittal. References with similar or larger organizations, preferably in an education or government environment. A proven track record in providing services within project guidelines, resulting in high value to the customer in relation to the cost. Qualifications and experience of vendor s personnel if applicable, including proposed contract representative and any technical consultants; number and names of consultants that are currently employed to support the District must be listed. Willingness to accept the District s terms and conditions as noted in the Standard Form of Contract POINTS 20 10 20 20 10 Pricing 20% Price of Services 20 Based on the recommendation of the Committee, the District will enter into contract negotiations with a selected firm. Upon receipt of best and final proposals, the Committee will select the best proposal, all factors considered. 6.2 Notifications The District will provide timely notifications to firms responding to the Request for Proposal upon selection of the recommended firm. 6.3 Seattle Schools Right to Reject The District reserves the right to reject any and all proposals and re-advertise the RFP at any time prior to approval of the recommended firm and the negotiated agreement. All costs incurred in the preparation of the Request for Proposal process shall be borne by the proposing firm. Proposals submitted in response to this Request for Proposal shall become the property of the District and be considered public documents under applicable Washington State laws. The District reserves the right to modify the scope of services as a result of the written submittals and/or interviews. 6.4 Procedures Requirements Any firm failing to submit information in accordance with the procedures set forth herein may be considered non-responsive. Page 9 of 14

7.0 SUBMITTAL REQUIREMENTS 7.1 General Submittal Requirements The submittal requirements shall be as follows: The proposing firm, joint venture or other form of association ( firm ) shall submit four (4) electronic copies (via CDs or USB flash drives) of their Proposal for the project. Each CD or USB flash drive shall have the firm name and the Request for Proposal number on it. Please combine sections below into one PDF with each section bookmarked within the PDF. Each proposal is to be a maximum of thirty (30) pages (8-1/2 x 11 ) single sided, not smaller than 12 point type. 1. The cover letter, Proposal Certification Form, table of contents, and tabs do not count toward the page limits. 2. Project cut sheets, including photos, are included in the page limits. Submittals exceeding the page limits may be considered non-responsive. 3. Please Note: In preparing the firm s submittal, the proposing firm shall clearly identify the designated person of record responsible for any referenced project. If the proposing firm is representing an individual s experience while employed at another firm, the firm of record for the project and the individual s role shall be clearly identified. 7.2 Contents of the Proposal 1. Signed Proposal Certification Form (page 3 of the RFP). This does not count towards the page limit. 2. Table of contents (maximum 1 page). 3. Separate section: Executive Summary. Provide a summary highlighting the firm s qualifications and special expertise to provide the services requested in the Request for Proposal. 4. Separate section: Company Profile. a. Identification of firm (or firms, if a joint venture or association) including address, telephone number, email address and date firm(s) were established. b. Areas of specialization of the firm. c. Provide total size and breakdown of firm personnel by category (e.g., principals, project managers, schedulers, cost estimators, clerical and other support staff). A firm organizational chart would be useful. 5. Separate section: Project Experience and Past Performance. Page 10 of 14

a. List a maximum of five (5) recent K-12 projects or other projects which most closely relate to the firm s qualifications for this assignment indicating: Brief description of project scope; Initial project budget and final project cost; Brief description on the firm s ability to meet the project deadlines. 6. Separate section: Project Approach. In narrative form, briefly discuss your approach and techniques proposed for this project. 7. Separate section: Team and Team Organization. Briefly discuss how you propose to organize your team to accomplish the work. Identify each of the key players and define their roles and responsibilities. Describe each of the individual key team members relevant professional experience, certification and education in resume form. Identify projects, date, position and firm with which individual was employed at the time services were performed. 8. Separate section: Availability and Capacity. Briefly discuss the availability of all key personnel for the scheduled time frame of the proposed project, and identify their proposed location during provision of the requested services. Additionally, discuss the capacity of the proposed team, as a whole, to accomplish the work. 9. Separate section: References. Provide the client name, address, email address, and client s project representative and telephone number for the firm s three most recent projects that most closely relate to the firm s qualifications for this project. If a joint venture or other form of association, provide reference information for each member firm. 10. Separate section: Pricing. Briefly discuss proposed pricing structure for the listed services, listing categories of individuals, present hourly rates, type of reimbursable costs, etc. The submittal must include information for hourly pricing. The District anticipates awarding a contract on a time and materials basis, by hourly rates, to a fixed contract amount. Please also include costs for reimbursable and direct expenses, such as supplies, postage, couriers, etc. The District estimates that the total project will take within the range of 900 to 1350 hours. Please note that this range is an estimate and pricing should be based upon previous experience on projects completed and the services outlined in the RFP. Page 11 of 14

Please also note that the District reserves the right to ask questions and seek clarifications about the Proposal, to request post-proposal modifications, and to engage in negotiations with a selected short list of firms. 8.0 CONTRACT AND CONTRACTING PROVISIONS 8.1 Standard Form of Contract The District s Contract for Consulting Services is included as Attachment 1. The proposal should include any comments or requested changes. Please note: The District reserves the right to reject any firm that is not willing to accept the District s terms and conditions as noted in the standard form of contract. 8.2 Additional Contract Document Requirements The selected firm shall be required to provide the following documents to the District prior to execution of the contract: W-9 Form Washington State Business License Certificate of Insurance, including endorsement pages, with the following limits: workers compensation employer s liability (stop gap) statutory $1,000,000 each accident $1,000,000 disease-policy limit $1,000,000 each employee (per occurrence/aggregate) commercial general liability bodily injury and property damage $1,000,000/$2,000,000 personal and advertising injury $1,000,000/$2,000,000 products and completed operations $1,000,000/$2,000,000 fire legal liability $100,000 automobile liability (owned, nonowned, leased or hired) umbrella/excess coverage professional liability $1,000,000 per occurrence $2,000,000 per occurrence $1,000,000 each occurrence 8.3 Protest Procedures 1. Any actual or prospective Vendor who is aggrieved in connection with the solicitation or award of this contract may protest to the District in accordance with the procedures set forth herein. Protests based on the terms in this Request for Proposal, which are apparent prior to the date established for submitting the proposal must be received seven (7) days prior to the submittal deadline. Protests based on other events must be received within three (3) working days after the aggrieved person knows, or should have known, of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all proposals are rejected or if the protest is received after the award for this contract. Page 12 of 14

2. In order to be considered, a protest shall be in writing and shall include: the name and address of the aggrieved person; the contract title under which the protest is submitted; a detailed description of the specific grounds for protest and any supporting documentation; and the specific ruling or relief requested. The written protest shall be mailed to: JoLynn Berge Assistant Superintendent for Business and Finance Seattle School District No.1 MS 33-300 P.O. Box 34165 Seattle, WA 98124 Or delivered to: JoLynn Berge Assistant Superintendent for Business and Finance Seattle School District No.1 MS 33-300 2445 3 rd Avenue South Seattle, WA 98134 And shall be labeled: Protest 3. Upon receipt of a written protest, the District shall promptly consider the protest. The District may give notice of the protest and its basis to other persons, including Proposers involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the aggrieved person and the District, the District will promptly issue a decision in writing stating the reasons for the action taken. A copy of the decision shall be mailed by certified mail, return receipt requested, or otherwise promptly furnished to the aggrieved person and any other interested parties. The District decision may be appealed to the Superintendent by written notice together with all supportive evidence, received at the address set forth in paragraph 2, not more than two (2) working days after receipt of the decision. The Superintendent s decision shall be final and conclusive. 4. Strict compliance with the protest procedures set forth herein is essential in furtherance of the public interest. Any aggrieved party that fails to comply strictly with these protest procedures is deemed, by such failure, to have waived and relinquished forever any right or claim with respect to alleged irregularities in connection with the solicitation or award. No person or party may pursue any action in court challenging the solicitation or award of this contract without first exhausting the administrative procedures specified herein and receiving the District s final decision. 5. Any Proposer submitting a proposal shall be deemed to have accepted these procedures. End of Request for Proposal Page 13 of 14

ATTACHMENTS: Attachment 1: Sample Contract for Consulting Services Attachment 2: Building Condition Evaluation Form Attachment 3: Seattle Public Schools Property List (2017-2018) Attachment 4: 2012 Expanded Analysis of Seismic Building Data by PCS Structural Solutions Attachments are available to view at Builders Exchange of Washington Page 14 of 14