Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRFQ - Detailed Engineering Services Siting StudyCAG-25-112
Page 1 of 4
RENTON, WASHINGTON REQUEST FOR
STATEMENTS OF QUALIFICATIONS AND EXPERIENCE FOR CONSULTANT
SERVICES FOR THE RENTON AIRPORT
I. INVITATION
Renton, Washington (referred to herein as "Sponsor" or “City”, as the owner of the Renton Airport, is requesting statements
of qualifications and experience from consulting firms ("Proposers") qualified and experienced in the field of airport
engineering services.
The Sponsor plans to enter into a professional service contract to the most qualified proposer for project listed below, as
federal AIP funding becomes available, for airport consulting services. The City intends to use this RFQ to determine the
Most Qualified Proposer for project identified below as subject to FAA funding for engineering services through December 31,
2027
The individual contract will be for airport engineering consulting services as defined herein. The City of Renton reserves the
right to inquire into the prospective proposal’s ability to provide professional services for the project listed below, as defined
below, and to amend the Schedule of Projects and contract Scope of Work at the sole discretion of the City of Renton, on
behalf of the Renton Municipal Airport, to include any or all of the below-listed services.
Contemplated project under this contract:
1. Air Traffic Control Tower Siting Study- (Design and Project Management) including:
a. Land use leading up to the ATCT plot limits, defined by the FAA’s Reimbursable Agreement.
b. An estimated cost of connecting sewer, water, communications, electric, and gas utilities from each ATCT
site FAA’s termination point to the utility source in the public ROW.
c. Develop preliminary site access costs required from each site to the public ROW.
d. Assist RNT with supplying photogrammetry.
e. Coordinate providing a copy of current Airport Layout Plan (ALP) and Master Planning Data to the FAA
f. Develop elevation data for future structures as shown on the ALP.
g. Evaluate the feasibility of potential tower siting impacts with the City of Renton development plans and
Airport lease holders.
h. Identify known environmental issues and preliminary estimate of cost impacts.
i. Review local issues/concerns with City of Renton staff that may impact ATCT siting activities.
j. Modify the Airport Layout Plan to indicate proposed tower site.
k. Coordinate future airspace cases and Part 77 review with siting team that may impact selected tower
locations.
l. Attend Safety Risk Management Meeting
All projects are dependent upon federal Airport Improvement Program (AIP) funding, state funding, and approval from
the Sponsor. There is no guarantee of award of contract or minimum amount payable to the Proposers or the selected
most qualified as a result of this RFQ. Therefore, it shall be understood that some of the services related to the above-
listed projects may be deleted or modified. The Sponsor reserves the right to initiate additional services related to the
FAA Grant funded projects not included in this initial project list.
II. BACKGROUND
Renton Airport is General Aviation Airport. It is located on the south shore of Lake Washington in Renton, WA. The Sponsor
is seeking to relocate its Air Traffic Control Tower to accommodate existing and future aviation demand. The airport has one
runway. 16/34 is 5,380 feet in length and 200 feet wide. The airport serves approximately 300 based aircraft, with
approximately 130,000 operations.
III. SCOPE OF WORK
These ATCT Siting Services are Phase 1 of 4 in the process of constructing a new Air Traffic Control Tower. Once a viable site
is determined, under a separate contract, Phase 2 will address the Environmental Documentation needed to meet NEPA/CEQA
requirements. Phase 3 will be the Airport Layout Plan update, Airspace coordination, and Facility Design. Phase 4 will address
the actual construction of the new ATCT.
Basic engineering services are utilized in four distinct and sequential tasks. Proposers are required to set out their qualifications
CAG-25-112
Page 2 of 4
and to propose on the following scope of work.
A. Task 1 - Project Management and Coordination: CONSULTANT will provide general administration during the
document preparation as applicable. CONSULTANT will assign a Project Manager (PM) to this Project to
monitor continuity through the tasks of work and coordination between the civil engineering efforts and the
FAA efforts, as described in this scope. The PM will be responsible for work performed by the
CONSULTANT’s team, and their tasks will include, but not be limited to, the following:
1. Define tasks, schedules, and costs.
2. Monitor work progress and address issues or problems that may arise during the study.
3. Coordinate with the City to receive their input, address their concerns, keep them informed regarding
status, obtain their concurrence on scope, cost, and schedule; and obtain their input and approval of
concepts and final costs.
4. Coordinate the efforts of the CONSULTANT Team to facilitate ongoing communication throughout
the project duration addressing the needs of the City.
5. Maintain quality control on all work of the CONSULTANT. Implement and monitor an internal
program of Quality Control (QC) and Quality Assurance (QA).
6. Prepare invoices to submit to the City in accordance with the City’s standard invoice requirements.
B. Task 2 - Data Collection and Review: The CONSULTANT will coordinate site visits, access, collect
available data, and provide the following information:
1. Topographic Data.
2. Utility and Communication Locations.
3. Environmental Data.
C. Task 3 - Evaluate Potential Tower Sites: The CONSULTANT Team will evaluate 3 sites for a proposed ATCT.
Each site will be evaluated based on the following criteria:
1. The presence of potential conflicts with existing or future Airport facilities including navigation
equipment.
2. The presence of existing leaseholds or other tenants that would be affected or require relocation to
accommodate tower location construction and operation.
3. The presence of environmental resources and potential constraints.
4. The presence of industrial/municipal discharges within 10,000 feet of the Airport has the potential to
pose hazards to ATCT operations.
5. The proximity and cost to extend existing utility connections to of each site.
6. Road access to public right-of-way to considerations.
7. Impact to security considerations.
8. The CONSULTANT will prepare estimated civil quantities and a preliminary cost estimate.
D. Task 4 - Prepare Technical Memorandum: Based on the results of the analysis described in Task 2 and 3,
the CONSULTANT will prepare a technical memorandum to summarize the three sites considered, the
analysis performed, associated preliminary site development costs, and identify two recommended sites
for further evaluation. The analysis will be documented in a technical memorandum that does not exceed
15 pages in length. In addition, ALP-based illustrations will be provided to identify the location of each
site evaluated and its relationship to potential facilities and constraints. A specific figure will be developed
for each of the three (3) sites evaluated by the FAA. The technical memorandum will include a matrix will
be developed for a comparative analysis of each site and its costs, potential strengths, and weaknesses.
E. Proposers may be required to provide other technical services, or subcontract with third party individuals or
companies for such services. Technical services include, but are not limited to, the following:
1. Soils investigation, including core sampling, laboratory testing, related analyses, and reports.
IV. SELECTION PROCESS
The selection process will be in strict accordance with Federal Aviation Advisory Circular 150/5100-14E, Architectural,
Engineering and Planning Consultant Services for Airport Grant Projects, and 49 CFR Part 18. Fees will be negotiated
for projects on a task-order basis as grants are obtained. Cost or fee information is not to be submitted with this
proposal.
The contract issued to the successful consultant is subject to the provisions of Executive Order 11246 (Affirmative Action to
Ensure Equal Employment Opportunity) and to the provisions of the Department of Transportation Regulation 49 CFR Part
26 (Disadvantaged Business Participation). DBE firms are encouraged to participate.
CAG-25-112
Page 3 of 4
V. CONTENTS OF STATEMENT OF QUALIFICATIONS
A. Statements of Qualifications must be no more than 15 pages, exclusive of cover letters or letters of
transmittal containing introductory language only. The Statement of Qualifications should include:
1. A cover letter.
2. A narrative statement detailing the firm’s understanding of the requirements of the Sponsor and the
capability to perform all or most aspects of the engineering projects proposed.
3. A general description of the firm, including company organizational structure, size of company, recent
experience in comparable airport/aviation projects, and experience with projects funded by FAA AIP
grants.
4. Identification of those key individuals who will be involved in the proposed project(s), setting forth
their qualifications, backgrounds, experience, and specific responsibilities.
5. A representative list of previous clients and representative projects comparable to the proposed
engineering projects listed above. Include contact person, airport, projects(s), and phone numbers.
6. Demonstrated capability to meet schedules/deadlines without delays, cost escalations, overruns, or
contractor claims.
7. Evidence of general liability and professional liability insurance.
B. The Sponsor invites firms to submit Statements of Qualifications to perform the above-described services.
Interested firms should submit electronic copies no later than Tuesday 13th of May 2025 by 4:00 PST.
Renton Municipal Airport
William Adams, PE
243 W Perimeter Rd
Renton, WA 98057
wadams@rentonwa.gov
C. Any submittal received after the identified date and time will be not be accepted.
D. All submittals must be submitted via email to William Adams at wadams@rentonwa.gov. The subject
line must read: “STATEMENT of QUALIFICATIONS FOR AIRPORT ENGINEERING SERVICES”.
E. Proposals must contain the name, address, email address, and daytime telephone number for contact person(s) to
whom additional selection process requests should be communicated.
F. Materials submitted in response to this competitive process shall become the property of the City and will not be returned. All
submittals are deemed public records as defined in RCW 42.56.
VI. REQUESTS FOR CLARIFICATION
Any requests for clarification of additional information deemed necessary by any respondent to present a proposal shall be
submitted in writing, via postal service, or email to William Adams (wadams@rentonwa.org) referencing this request. Written
requests must be received a minimum of five (5) calendar days prior to the submission deadline. Any requests received after
this deadline will not be considered. All requests received prior to the deadline will be responded to, by Mr. Adams, in the form
of an addendum addressed to all prospective respondents.
Direct contact with City elected officials, or City staff (with the exception of Airport Director) during the selection process,
except when and in the manner expressly authorized by the Request for Statement of Qualification documents, is strictly
prohibited and may render the submittal as non-compliant. Violation of this requirement is grounds for disqualification from
the process.
VII. SELECTION CRITERIA
Selection criteria contained in FAA Advisory Circular 150/5100-14E Chapter 2, will be applied in the
following order of importance:
1. Capability to perform all or most aspects for the project and provide consultant services as may become
necessary to the Renton Airport. (10)
2. Recent experience in Airport projects comparable to the proposed projects and experience with the FAA
(Northwest Mountain Region and the Seattle ADO) and WSDOT. (10)
3. Evidence that the consultant has established and implemented an Affirmative Action Program, and the consultant
has experience in DBE requirements associated with Federal Grants. (5)
4. Key personnel’s professional background/reputation and successful relevant experience. (15)
5. Demonstrated ability to meet schedules or deadlines, and to complete projects without having major cost
escalations, overruns, or disputed claims. (15)
6. Quality of projects previously undertaken. (10)
CAG-25-112
Page 4 of 4
7. Familiarity with the project(s) and the Renton Airport and an understanding of the project(s) potential problems
and Sponsor’s special concerns. (20)
8. Capability to furnish qualified inspectors with FAA project experience for construction inspection. (5)
9. Demonstrated capability to properly administer projects funded by the FAA (references and examples).
(10) TOTAL 100 Points
In the event the Sponsor is unable to reach a decision based on proposers’ submittals, a short list may be developed from
submittals received. Consultants on the short list may be asked to attend an interview prior to final selection. A schedule of
fees will be negotiated with the selected consultant for the services to be performed under the initial FAA or other grant(s).
Subsequent fees will be negotiated on a task-order basis as additional grants are obtained.
This RFQ does not commit the City to enter into a contract. The City assumes no obligations, responsibilities and liabilities,
fiscal or otherwise, to reimburse all or part of the costs incurred by the parties responding to this RFQ. All such costs shall be
borne solely by each Submitter.
The Sponsor hopes to enter into a professional services contract with the most qualified firm by July 31, 2025. The consulting
firm most qualified to perform engineering services for the contemplated projects will be selected, and consulting fees for each
project will be negotiated in accordance with guidance from the FAA and per state law.
Exhibit A is a sample of the City’s Standard Professional Services Agreement to be used on all individual project contracts.
Exhibit B is a copy of all Federal Contract Provision Guidelines that are required for this project where applicable.
Materials submitted in response to this competitive process shall become the property of the City and will not be returned. All
submittals are deemed public records as defined in RCW 42.56.
____________________
Jason Seth, MMC
City Clerk
Publication in the Seattle Daily Journal of Commerce – Date: April 16, 2025 & April 23, 2025