SEATTLE.GOV City Services Staff Directory About Seattle City Contacts
 SEARCH: 
Link to Seattle City Light web site Search SCL    
Lighting Seattle since 1902 Jorge Carrasco, Superintendent
Residential CustomersBusiness CustomersCommercial and IndustrialKidsTalk to Us    
  Request for Proposal




The City Of Seattle
City Light Department

Request For Proposals

For

Boundary Hydroelectric Project
FERC No. 2144

Information Collection for Relicensing
Pre-Application Document

September 2004


Request For Proposals (RFP)

Table Of Contents

  1. Project Background

  2. Scope Of Work

  3. Term Of Contract And Budget

  4. RFP Schedule

  5. Project Schedule

  6. Administrative Requirements
    1. Objective of Request for Proposal (RFP)
    2. Proposals Submission
    3. Requests for Information/Addenda
    4. Respondent Responsibility for Costs
    5. Proposal Changes or Withdrawal
    6. Proposal Disposition
    7. Right to Reject Proposals
    8. Access Agreements
    9. Local and State Requirements
    10. Non-Discrimination in Employment, Contracting and Benefits
    11. Women and Minority Business Enterprise Participation
    12. Invoicing and Payment Schedule
    13. Insurance Requirements


  7. Selection Criteria/Evaluation Process
    1. Selection Criteria
    2. Evaluation Process


  8. Proposal Format And Content
    Section 1. Letter of Interest
    Section 2. Administrative Information
    Section 3. Project Approach, Including Project Timeline
    Section 4. Consultant Project Team
    Section 5. Firm Experience and References
    Section 6. Cost Proposal
    Section 7. Exceptions to this RFP and the City's Boilerplate Contract





 


  1. Project Background

    Introduction

    The Seattle City Light Department ("City Light"), which was established in 1910 by the City of Seattle, is managed by Seattle’s Mayor and overseen by the nine-person Seattle City Council. It is the seventh largest publicly owned utility in the United States in terms of customers served. It owns significant hydroelectric resources and its 131 square mile service area includes Seattle and several surrounding cities. City Light serves over 345,000 customers and has annual revenues in excess of $700 million.

    Boundary Hydroelectric Project is Seattle City Light's largest generation resource. The Project meets 30 to 45 percent of Seattle's annual needs for electricity, and is a reliable, renewable resource. It has a rated capacity of approximately 1051 MW, consisting of a 340-foot high double curvature, thin arch dam, forebay, intake tunnels and an underground powerhouse containing six turbine generators. In addition, there are several outbuildings housing different support functions and several recreation sites located within the project boundary.

    The Boundary Hydroelectric Project is located on the Pend Oreille River in northeastern Washington State, approximately 18 miles above the confluence of the Pend Oreille River with the Columbia River. Down river of Boundary Dam on the Pend Oreille River in Canada there are two hydroelectric projects (Seven Mile and Waneta) and below the confluence of the Pend Oreille River with the Columbia River there are an additional ten hydroelectric developments on the mainstem Columbia.

    The Federal Power Commission (later named the Federal Energy Regulatory Commission, FERC) on March 10, 1961, for a period of fifty years issued the original license for the Boundary Project. The City received a major amendment to the Boundary Project license in 1982 for the addition of two generating units to the Project. The license expires on September 30, 2011. The City must initiate the formal Integrated Relicensing Process (ILP) with the filing of its Notice of Intent (NOI) between April 1 and September 30, 2006.

    Summary of Work

    By way of this RFP, City Light is soliciting consultants to submit proposals for a scope of work that consists of collecting existing project information relevant to the requirements for the FERC-ILP, Preliminary Application Document (PAD): creating both paper and electronic copies of all said information; summarizing each document in an abstract/data sheet; organizing all the information by content title, and delivering all documents to the City.

    Later this year, City Light intends to solicit proposals from consultants who are qualified to (a) prepare the documents (including the PAD and the Proposed Study Plan) that must be filed with FERC during the Pre-Application Phase of the Integrated Licensing Process (ILP), and (b) assist the City in shaping and maintaining a strategic approach to successfully managing the relicensing process. In 2007, City Light intends to hire an Independent Technical Consultant to perform the studies in the Study Plan Determination.

    Qualifications

    The consultant will have the following minimum qualifications:

    • Expert knowledge and experience with information requirements for FERC hydropower licensing processes (Traditional, Alternative, and Integrated), federal National Environmental Policy Act (NEPA), and Section 401 of federal Clean Water Act (401 Certification).
    • Expert knowledge and experience in assessing the relevance of information, related to FERC hydropower licensing processes, NEPA, 401 certification, and comparable federal and Washington State statutes.
    • Expert knowledge and experience in collecting and organizing information related to FERC hydropower licensing processes, NEPA, 401 certification, and comparable federal and Washington State statutes.

     




  2. Scope Of Work

    Obtain copies of all pertinent and applicable information needed to complete the PAD for the Boundary Hydroelectric Facility, in accordance with PAD requirements defined by 18 CFR, Chapter I, Part 5, §5.6.

    It is important to the City to work directly with interested stakeholders and Tribes in the performance of the ILP process. Therefore, the consultant shall not contact any potential stakeholders or Tribes on behalf of the City for the purposes of this scope of work without explicit approval to do so from City Light.

    The City Light Document Standards for all task deliverables are described in Attachment "B".


    Task 1     Review Existing Documents:

    Review for relevancy, documents already identified by and/or currently in the possession of City Light. These documents include, but are not be limited to, the following Boundary-related documents:

    1. Documents referenced in the report titled, "Compilation and Summary of Natural Resources Information for Boundary Hydroelectric Project," Final Report, dated February 27, 1998, prepared by R2 Resource Consultants, Inc. (R2 Report); [Download Adobe Acrobat PDF file - RFP_BndryInfo04_CS.pdf (17.9M) ] [Note: Not all references identified in this report are in City Light’s possession.]

    2. Dam Safety documents including FERC Part 12 reports;

    3. Natural resource-related documents/reports;

    4. Engineering documents including original construction records; and,

    5. Repository of miscellaneous documents contained in approximately 50 boxes.

    Deliverables (Task 1):

    1. Provide a list of reviewed documents and identify the documents that in the expert view of the consultant are relevant to the PAD. The City will review the list, and approve/disapprove the copying of the relevant documents. Provide ten (10) hard copies and two (2) electronic CD-R copies (PDF format) of the list.

    2. Provide three (3) complete hard copies of each relevant document.

    3. Provide three (3) complete PDF copies of each relevant document on 3 separate CD-Rs.


    Task 2     Determine Further Information that Needs to be Gathered:

    Based on Task 1 above, and the consultant’s expert knowledge of the FERC’s information requirements, prepare a letter report that describes required PAD information that is not currently in the City’s possession. Cite applicable regulations to describe why specific information should be gathered in accordance with current FERC-ILP PAD requirements as defined by 18 CFR, Chapter I, Part 5, §5.6.

    Deliverables (Task 2):

    1. Provide a draft letter report describing additional information to be collected, and professional opinions regarding compliance with and applicability to FERC-ILP PAD requirements. The City will review the draft letter report and provide comments to the consultant regarding the information to be gathered and the protocols for communicating with Stakeholders and Tribes.
    2. Based on comments from the City, provide a final letter report describing proposed additional information and the protocols for communicating with Stakeholders and Tribes.
    3. Provide ten (10) hard copies of draft letter report for City review; and, provide ten (10) hard copies and two (2) electronic CD-R copies (PDF format) of final letter report.

    Task 3     Literature Research and Review:

    Based on Task 2, above, obtain required information from all available sources, including but not limited to regulatory agencies, FERC-compliance records, and other City of Seattle Departments.

    Deliverables (Task 3):

    1. Provide three (3) complete hard copies of each document.
    2. Provide three (3) complete PDF copies of each document on 3 separate CD-Rs.
    3. Provide a recommended list of documents for PAD content based on the following content titles (Note: some documents may apply to several categories). The recommended list shall be organized according to general content title followed by a list of applicable documents (Tasks 1 through 3, inclusive).

    The following content titles shall be used for this task. Any additional general content titles shall be pre-approved by the City.

    • Geology and soils (G)
    • Water resources (WQ)
    • Fish and aquatic resources (F)
    • Wildlife resources (W)
    • Recreation and land use (R)
    • Historic, cultural, and archaeological (H)
    • Botanical resources (B)
    • Visual (V)


    Task 4     Abstracts and Database Compilation of Information

    The City will provide a copy of the Microsoft® Access97 database file containing all the R2 Report abstracts, reports, tables, and document form (template). The consultant will create new document abstracts using the template as shown in Attachment "C". None of the R2 Report abstracts shall be redone, duplicated or revised. The consultant shall add new document abstracts to the database file collected from Tasks 1 through 3, inclusive, consistent with the R2 Report abstracts and create a new menu-driven, graphical user interface (GUI) for easier record retrieval, search results, and printing.

    Deliverables (Task 4):

    1. 1. Produce draft and final abstracts of all new documents as pre-approved by the City based on completion of Tasks 1, 2, and 3 using the City-furnished Microsoft® Access97 database.

      (a) Provide ten (10) sets of draft, hard copy abstracts for City review; and, if required, provide ten (10) sets of final hard copy abstracts.

    2. Program menu-driven GUI for Microsoft® Access97 to create a searchable database with menu options to include, at a minimum, content titles (for example, fisheries, water quality), key words (for example, survey, temperature), date range, author, affiliation, and possibly others. The completed program shall be robust and capable of searching the database with query menu(s) that present (on screen) and print results as a bibliography and/or complete set of abstracts.

      (a) Abstracts, bibliography, and associated information shall be stored and easily searchable in the same database.

    3. Provide two (2) electronic CD-R copies of the revised Microsoft® Access97 database file to the City.

     




  3. Term of Contract and Budget

    The term of the contract shall extend from the date of execution by the Superintendent of Seattle City Light, or designee, through March 31, 2005.

    SCL, may at its option, amend the original contract for scope, time, and funding, subject to the continuing appropriation authority by the Seattle City Council.

     




  4. RFP Schedule

    City Light intends for the selection process to proceed as outlined below; however, it reserves the right to modify the dates herein if necessary.

    Activity Date
    Release RFP September 9, 2004
    Last day for requests for Clarification September 17, 2004
    Addendum/Clarification Issued September 22, 2004
    Proposals due October 1, 2004
    Finalists Notified October 6, 2004
    Interview Finalists October 12 and 13, 2004
    Apparent Consultant Selected October 15, 2004
    Contract Negotiations Initiated October 18, 2004
    Contract Negotiations Completed October 22, 2004
    Contract Executed October 25, 2004

     




  5. Project Schedule

    The project schedule, and due dates for deliverables, will be developed during contract negotiations with the selected firm.

     




  6. Administrative Requirements

    A. Objective of Request for Proposals (RFP)

    The objective of this Request for Proposal is to provide sufficient information for consultants to submit proposals. The Request for Proposal is neither a contractual offer nor a commitment by City Light to purchase services.

    Consulting firms must be bona-fide providers of the services being requested, and have the capacity to perform the scope of work. To be responsive to this request, information submitted by consultants must conform to the procedures, format, and content requirements outlined in this RFP. Failure to do so may result in the respondent being declared non-responsive.

    B. Submission

    An original and TEN (10) copies of your proposal must be received no later than 5:00 p.m. PST, Friday, October 1, 2004 at the following address:

    Michele Lynn
    Seattle City Light
    Seattle Municipal Tower
    700 Fifth Avenue, Suite 3300
    P.O. Box 34023
    Seattle, WA 98124-4023

    Proposals may be either mailed to the above address or hand delivered to Room 3540 of the Key Tower building, attention Michele Lynn. City Light is not responsible for late delivery caused by the U.S. Postal Service or other carriers. Any proposal received after the deadline will be not be evaluated. The proposal must contain the signature of a duly authorized officer or agent of the company submitting the proposal. Prospective consultants shall, whenever practicable, use recycled content paper for all documents submitted to the City. Proposal should be prepared simply and economically and give a straightforward and concise description of the consultant’s capabilities to satisfy the requirements of the project. Special bindings, colored displays, etc. are not necessary. Emphasis should be placed on completeness and clarity of content.

    C. Requests for Information/Addenda

    Any requests for clarification or additional information regarding this RFP shall be submitted in writing no later than 5:00 p.m. PST, Friday, September 17, 2004 to:

     

    Michele Lynn
    Seattle City Light
    Seattle Municipal Tower
    700 Fifth Avenue, Suite 3300
    P.O. Box 34023
    Seattle, WA 98124-4023
    Phone: 206-386-4578
    FAX: 206-386-4589
    Email: michele.lynn@seattle.gov

    In order for a prospective consultant to be notified of clarifications or addenda to the RFP, prospective consultants must provide contact information to the address listed above, by 5:00 p.m. PST, Friday, September 17, 2004. Contact information should include the name of the firm’s contact, mailing address, telephone number, FAX number and e-mail address, and the preferred method for receiving possible clarifications or addenda.

    Any responses provided by City Light to questions and requests for clarification will be made in writing, without identification of the prospective consultant making the request. City Light’s responses shall be transmitted to all prospective consultants who provide contact information, as outlined above, by 5:00 p.m. PST, Wednesday, September 22, 2004. Such clarification given by City Light may become an addendum to the RFP.

    If it becomes necessary to revise any part of this RFP, an addendum will be issued by City Light and provided to all Proposers who provide contact information, as outlined above, by 5:00 p.m. PST, Wednesday, September 22, 2004.

    Consultants should refrain from initiating contact with any City representatives, other than Michele Lynn, for the purpose of obtaining information for use in preparation of a proposal, or for information about the status of this RFP process following proposal submission. Disregarding this directive may result in the respondent being declared non-responsive or otherwise disqualified.

    D. Respondent Responsibility for Costs

    Consultants shall be fully responsible for all development and submission costs, and any other costs associated with its response to this RFP.

    City Light does not assume any contractual obligation as a result of the issuance of this RFP, the preparation or submission of a proposal by a consultant, the evaluation of an accepted proposal, or the selection of any finalists.

    E. Changes or Withdrawal

    A consultant may withdraw or modify its proposal any time before the due date by written request, signed in the same manner and by the same person who signed the proposal.

    F. Disposition

    All materials submitted in response to this RFP, except for proprietary material, shall become the property of City Light upon delivery, which reserves the right in its sole discretion to use without limitation, any and all information, concepts and data contained therein. The content of all proposals will be held confidential until the selection of a consultant is made. Any proprietary data must be clearly marked.

    Provisions of this RFP and the contents of the successful response are considered available for inclusion in final contractual obligations.

    Any proprietary information submitted to City Light as part of a proposal must be separately bound and clearly designated with the words "PROPRIETARY INFORMATION." Appropriate references to this information must appear in the body of the proposal. An entire proposal marked "PROPRIETARY INFORMATION" will be declared non-responsive.

    City Light, as a department of the City of Seattle, is required by law to make its records available for public inspection, with certain exceptions, per Chapter 42.17 RCW. While it is the City’s belief that this legal obligation would not require the disclosure of proprietary documents, Prospective consultants recognize and agree that City Light and the City shall not be responsible or liable in any way for losses that prospective consultants may suffer from disclosure to third parties of any submitted materials.

    G. Right to Reject Proposals

    City Light reserves the right to reject any and all proposals with no penalty and to waive any formality in proposals received, to waive immaterial defects and minor irregularities in proposals, to accept or reject any or all of the items in the proposals, and to award the contract in whole or in part if it is deemed in City Light’s best interest.

    H. Access Agreements

    The selected consultant shall be required to:

    1. Furnish all tools, equipment, supplies, supervision, transportation, and other accessories, services, and facilities.

    2. Furnish all materials, supplies, and equipment specified and required to be incorporated in, and form a permanent part of, the completed work.

    3. Provide and perform all necessary labor.

    4. Execute and complete all specified work with due diligence, in accordance with good technical practice and the requirements, stipulations, provisions, and conditions of this RFP and the resultant contract.

    I. Local and State Requirements

    The consultant selected as a result of this RFP must have a valid City of Seattle Business License prior to final execution of the contract. Consultants may contact the City of Seattle’s Department of Finance (Revenue and Consumer Affairs) at (206) 684-8484 to obtain a Seattle Business License.

    The consultant selected as a result of this RFP must have been authorized to do business in the State of Washington prior to final execution of the contract and shall be required to provide a Washington State Unified Business Identifier (UBI) number. Information on obtaining authorization to do business in the State of Washington should be addressed to the Washington State Department of Revenue at 1-800-647-7706.

    The laws of the State of Washington shall govern the contract executed between the selected consultant and City Light, and any interpretations or constructions thereof. Further, the place of performance and transaction of business shall be deemed to be the City of Seattle, State of Washington; in the event of litigation, the exclusive venue and place of jurisdiction shall be the Superior Court for King County, Washington.

    J. Non-Discrimination in Employment, Contracting, and Benefits

    The consultant that is selected as a result of this Request for Proposals will be required to comply with all applicable federal, state, and local non-discrimination laws, particularly the requirements of Seattle Municipal Code Ch. 20.44. Non-Discrimination in Employee Benefits: The contract entered into as a result of this Request for Proposal will be subject to the requirements of Seattle Municipal Code Ch. 20.45 and related rules, under which the consultant is obligated to provide the same or equivalent benefits ("equal benefits") to its employees with domestic partners as the consultant provides to its employees with spouses. For more information, see the City’s website at http://www.cityofseattle.net/contract/equalbenefits.

    K. Women and Minority Business Enterprise Participation

    The City encourages the use of Women and Minority Business Enterprises as subconsultants and women and minority employees in all City contracts, and encourages outreach efforts to include women and minorities in employment, contracting, and subcontracting opportunities.

    L. Invoicing and Payment Schedule

    Deliverables under the contract shall be submitted to Barbara Greene according to a schedule to be agreed upon. Upon acceptance of each deliverable the consultant may submit invoices for payment in accordance with a schedule to be negotiated.

    M. Insurance Requirements

    The selected consultant will be required to obtain and maintain continuously, at no expense to City Light, a policy or policies of insurance with the minimum coverages listed below. The selected consultant will be required to produce evidence of insurance, in a form acceptable to City Light, prior to execution of the contract. Furthermore, the selected consultant will be required to have the City named as an additional insured on its General Liability Insurance policy.

    1. Commercial General Liability Insurance: A policy of commercial general liability insurance, written on an occurrence form, including all the usual coverages known as:

      - Premises/Operations Liability

      - Products/Completed Operations

      - Personal/Advertising Injury

      - Contractual Liability

      - Independent Contractors Liability

      - Stop Gap or Employers Contingent Liability

      - Fire Damage Legal

      Such policy(ies) must provide the following minimum coverage:

       

      Bodily Injury and Property Damage

      $1,000,000 General Aggregate

      $1,000,000 Products & Completed Operations Aggregate

      $1,000,000 Personal & Advertising Injury

      $1,000,000 Each Occurrence

      $ 100,000 Fire Damage

      Stop Gap/Employers Liability:

      $1,000,000 Each Accident

      $1,000,000 Disease – Policy Limit

      $1,000,000 Disease – Each Employee

    2. Business Automobile Liability Insurance: A policy of Business Automobile Liability, including coverage for owned, non-owned, leased or hired vehicles written on an insurance industry standard form (CA 00 01) or equivalent.

      Such policy(ies) must provide the following minimum limit:

      Bodily Injury and Property Damage -

      $ 300,000 per accident

    3. Errors and Omissions Liability Insurance: A policy of Errors and Omissions Liability Insurance appropriate to the consultant’s profession. Coverage should be for a professional error, act or omission arising out of the scope of services shown in the contract. The policy form may not exclude Bodily injury or Property damage. The minimum limit of coverage shall be $1,000,000 per Claim/Aggregate

    4. Worker's Compensation: A policy of Worker’s Compensation.

     




  7. Selection Criteria/ Evaluation Process

    A. Selection Criteria

    Consultants will be evaluated using the following weighted criteria

    Maximum Score Criteria
    20% Project approach. (See VIII. Format and Content, Section 3 below)
    40% Relevant experience of the firm (and subconsultants used) in performance of similar projects. Includes references. (See VIII. Format and Content, Sections 4 and 5 below)
    10% Cost. (See VIII. Format and Content, Section 6 below)
    30% Interview

     

    B. Evaluation Process

    1. All proposals received by the deadline will be reviewed for responsiveness to the requirements of this RFP. Proposals deemed to be non-responsive will be rejected. Each consultant firm will be notified in writing as to acceptance or rejection of his/her proposal. City Light plans to release such letters within seven (7) days of the submission date. It may delay this action if it is deemed to be in the best interest of the City.

    2. All proposals found to be responsive to the major administrative requirements of this RFP will be evaluated and ranked by the Selection Committee. Each accepted proposal shall be evaluated and scored using the Evaluation Criteria listed in VII.A., above.

      1. City Light may conduct reference checks in the course of evaluating proposals and reserves the right to contact references other than those provided by a prospective consultant.

    3. The consultant(s) whose proposal(s) receives the highest score(s) will be invited for a finalist interview (if deemed necessary). City Light will conduct reference checks for the finalist(s). Raters will assign points based on performance of Consultant personnel during an Interview. The City requires that those who represent the Consultant at the interview will be the same persons who will perform the work.4. The Selection Committee will make the final selection of the firm. All firms that submitted proposals shall be notified of the final result of the selection process.

     




  8. Format And Content

    To accelerate and simplify the evaluation process and to ensure that each proposal receives the same orderly review, all proposals must follow the format described in this section. Proposals shall contain all elements of the information requested. Exceptions must be fully explained by the prospective consultant. A proposal lacking one or more elements may be rejected as incomplete, if the Selection Committee does not consider the explanation as sufficient or compelling.

    The proposal shall be a single document consisting of the following elements: (Note: one side of a page is considered one page.)

    Section 1.     Letter of Interest

    Section 2.     Administrative Information

    Section 3.     Project Approach, Including Project Timeline

    Section 4.     Consultant Project Team

    Section 5.     Firm Experience and References

    Section 6.     Cost Proposal

    Section 7.     Exceptions to this RFP and the City's Boilerplate Contract

    Detailed requirements and directions for preparation of each section are outlined below.

    Section 1: Letter of Interest

    To be no more than two (2) pages long. The letter of interest may contain any information not shown elsewhere in the proposal.

    Section 2: Administrative Information

    To be no more than one (1) page long, plus an organizational chart. Provide the following information relative to your firm and for any subconsultant listed in your proposal.

    1. Firm name and business address, telephone number, FAX number, e-mail address, and web-site address, if any.

    2. Year established, include former firm names and year established (if applicable).

    3. Type of ownership (sole proprietorship, partnership or corporation - list state in which incorporated) and parent company, if any.

    4. The firm’s organizational chart.

    5. Washington State Unified Business Identifier (UBI) Number.

    6. City of Seattle Business License Number.

    7. Name, address, and telephone number of the Project Manager and the authorized negotiator(s) for the firm. The authorized negotiator would be the person who is empowered to make binding commitments for the prime consultant and its subconsultants.

    Section 3: Project Approach, Including Project Timeline

    To be no more than five (5) pages long. Discuss and clearly explain the methodology that your firm proposes to achieve the required results for this project.

    1. Discuss your firm’s approach to developing and completing the tasks and work products described in the Scope of Work in Section II of this RFP. Provide a clear description of how the tasks will be accomplished and the methods that will be utilized to complete the scope of work. Include in your description any innovative ideas and suggestions for (a) accomplishing the stated scope of work, or (b) improving the scope of work.
    2. Provide a preliminary project timeline in the form of a Gantt Chart, no longer than one page, including major tasks and milestone dates.

     

    Section 4: Consultant Project Team

    To be no more than five (5) pages long. Describe the proposed project team, including the organization of the team, and the responsibilities of each member. At a minimum, include the following:

    1. Proposed staffing requirements and key individuals to be assigned to this project. List the title of the position, the name of the individual to be assigned, the extent of involvement of the assigned individual during each part of the project expressed as a percentage (100% = full time), and address the individual roles and responsibilities of each member.
    2. Discuss the experience and skills each team member would bring to the project. A resume may be submitted for each team member (resumes must be limited to 2 pages/person). At a minimum, the document must show each member’s educational and work experience that indicates why they have the expertise to perform this review.
    3. The Proposer shall indicate if any proposed team member is currently doing work or has done prior work for City Light either as a City Light employee (permanent or temporary), and/or under contract with City Light.
    4. Provide an organization chart for the project team, including the subconsultants’ roles.

    Section 5: Firm Experience and References

    1. The Proposer shall list all projects previously performed, currently being performed, or to be performed under contract with City Light.

    2. Provide a list of projects of similar magnitude, complexity, and focus that the prime consultant has performed in the last seven (7) years. List at least three (3) but no more than five (5) projects. Include a brief description of each project listed (not more than one (1) page per project). The descriptions should specify the services provided, contract amount, and any other pertinent information. In addition, the name, address, and phone number of the client’s project manager must be provided as a reference. References will be used to verify the accuracy of information provided by the respondents and may lead to adjustment of the scoring of respondents. City Light reserves the right to contact references other than those provided by a prospective consultant.

    3. For each project, provide the name, title, telephone and FAX numbers of an employee at your firm who is knowledgeable about the project and who may be contacted by City evaluators.

     

    Section 6: Cost Proposal

    Cost is an important factor and City Light expects each Proposer to submit a reasonable cost estimate, keeping in mind that City Light is a public entity with limited resources. Because the volume of information to be assembled will not be known until the information gathering is well under way, SCL will compare consultants cost proposals for performing Task 1 of the Scope of Work only.

    In addition to the description of Task 1 provided in the Scope of Work, Consultants shall base their cost proposals for Task 1 based on the following assumption:

    • items 2 through 5 each involve review of 40 reports, with each report being 200 pages

    At a minimum, cost proposals must identify:

    • A proposed cost for each of the three (3) Task 1 deliverables identified in the Scope of Work
    • Staff hours and salary rates for each task for personnel who will perform services;
    • Proposed provisional overhead and profit rates; materials; travel costs; equipment usage charges (rate and total cost);
    • Copy of your firm’s overhead schedule for 2003 (which will be unaudited);
    • Copies of your firm’s FAR audited overhead schedules for 2002 and 2001 (these audited schedules can come from WSDOT, DCAA or Independent Auditors); and
    • A listing of the position titles associated with the employee names assigned to the project.

    Please note that the City may request additional information regarding sub-consultant rates and charges during contract negotiations.

    Section 7. Exceptions to this RFP and the City's Boilerplate Contract


    In this section, prospective consultant’s must identify and explain any exceptions to this RFP and the City's Boilerplate Contract which is attached to this RFP as Attachment A. If exceptions are requested to the RFP or the Contract boilerplate, cite the activity involved, the exception taken, and alternate language. If no exceptions are requested, so state.

    The contract that is awarded as a result of this RFP will be awarded in a manner that will comply with all applicable laws of the United States, State of Washington, the City Charter, and Ordinances of the City of Seattle.

 

Table of Contents     |     Next Section


Attachments and Downloadable Documents


Attachment "A"
Consultant Contract Boilerplate

Download one of the following options:




 

Attachment "B"
Document Standards

 

  1. Seattle City Light Document and Software Standards:

    1. Office Automation: Microsoft Office 97 including Word, Excel, ACCESS, PowerPoint, and Photo Editor 3.0

    2. Database Client: Oracle

    3. Document Reader: Adobe Acrobat Reader 5.05 fp1

    4. Web Browser: Internet Explorer v6.0

    5. Operating System: Windows XP

    6. Project Mgmt: Microsoft Project 2002

    7. CAD/CAM: Autocad (R14)

    8. Graphics: Visio v5.0 Professional

    9. Scan/OCR: Paperport, Caere Omnipage, HP Scanjet

 



Attachment "C"
Access Database Contents


Successful consultant team will be provided with a copy of the Access database file.

The database file contains the following information and templates:

  1. List of Boundary Documents as one (1) table. Currently, 351 documents are listed in the database.

  2. Document Entry Form (1) as attached titled "New Boundary Documents."

  3. Bibliography List and Document Report (Abstract) as attached and titled "Document Review – Seattle City Light Boundary Project." Bibliography and Abstract represented as two (2) Reports in database.

  4. No Queries, Macros, or Modules were developed by previous consultant.

  5. No security user-level established. City will determine and implement this database attribute in the future.

 



Attachment "D"

"Compilation and Summary of Natural Resources Information for Boundary Hydroelectric Project," Final Report, dated February 27, 1998, prepared by R2 Resource Consultants, Inc. (R2 Report); [Download Adobe Acrobat PDF file - RFP_BndryInfo04_CS.pdf (17.9M) ].

 



Full RFP For Printing

(Does not include Attachment "D"
available for download above)

 



Reference Links

(Referenced documentation available online - these links are not included in the print version of this document.)

 





More Jobs, Requests and Grants:
Opportunities Home Page
   |    Archival RFPs, RFQs, RFIs

 

The Seattle City Light Web Team:

Seattle City Light -- 700 5th Avenue, Suite 3200, Seattle, WA 98104-5031 -- 206.684.3000
Mailing address: 700 5th Avenue, Suite 3200, P.O. Box 34023 Seattle, WA 98124-4023