HomeMy WebLinkAboutFull Details RFQ - KennydaleRFQ - KLSSIP 1
REQUEST FOR QUALIFICATIONS (RFQ)
Construction Management Services
Kennydale Lakeline Sewer System Improvement Project
City of Renton
RFQ No.: [xxxxxxxxx]
Issue Date: August 11, 2025
Statements of Qualifications Due: September 15, 2025, 4:00 PM PST
Electronic Submissions: SOQs are to be submitted electronically to Anawaz@rentonWA.gov by
the above stated deadline
1. INTRODUCTION
The City of Renton (the "City") is soliciting Statements of Qualifications (SOQs) from qualified and
experienced Construction Management (CM) firms to provide comprehensive construction
management services for the Kennydale Lakeline Sewer System Improvement Project (KLSSIP).
This project involves the replacement and upgrade of an aging, in-lake sewer line with a new land-
based grinder pump station system to provide long-term, dependable sewer service to 57 homes
and Kennydale Beach Park, while protecting Lake Washington and has an estimated construction
cost of 11 million dollars.
The existing Kennydale Lakeline Sewer System, constructed in 1972, is nearing the end of its
service life. The City has evaluated various alternatives, and a land-based grinder pump system has
been selected as the preferred, cost-effective, and sustainable solution. The project is currently in
the final design phase, with construction planned to begin in spring of 2026 and last 18-24 months.
The selected CM firm will act as an independent contractor, augmenting City staff and assisting in
the coordination and oversight of the project from the final design phase through construction
administration and project closeout.
2. PROJECT OVERVIEW
Project Name: Kennydale Lakeline Sewer System improvement Project
Location: Kennydale area along Lake Washington, Renton, Washington.
Estimated Construction Cost: $10.7 million
Funding: City of Renton Capital Improvement Funds with a potential for $1 million in Federal grant
funding.
Duration: 1½ to 2 years
Project Description: The project entails installation of a new, land-based, individual grinder pump
system and decommissioning of the existing sewer main located under water in Lake Washington.
Key components of the project are anticipated to include:
• Approximately 3,000 feet of 2 to 3-inch low pressure wastewater force mains.
• City owned electrical distribution system to serve individual grinder pump stations
including distribution conduit, transformer stations, backup generator, and single point of
connection to PSE.
RFQ - KLSSIP 2
• Installation of 56 (55 homes and 1 park) grinder pump stations.
• Installation of 120 LF of 8-inch gravity sewer main with two side sewer connections.
• Connection of individual properties to the grinder pump system.
• Decommissioning of the existing flush station and in-lake sewer main by flushing the main,
removing 3 lake bottom manholes, and plugging the decommissioned ends of the sewer
main and laterals.
• Associated civil work, including excavation, trenching, paving, landscaping, and restoration.
• Complex stakeholder coordination and traffic control given the residential nature of the
project area and limited access.
• The City is anticipating a federal Community Project Funding grant. If received, the
construction management company would be responsible for ensuring the project adheres
to federal, state and local requirements. This includes but is not limited to assisting with
environmental reviews, ensuring compliance with the Davis-Bacon Act, safety regulations,
and federal procurement regulations.
Project Goals:
• Complete the project on schedule and within budget.
• Track , inspect, and document all facets of construction.
• Maintain documentation and records needed to pass a financial audit
• Ensure long-term, reliable & sustainable sanitary sewer service for the Kennydale
community.
• Protect the environmental health of Lake Washington.
• Minimize disruption to residents and the natural environment during construction.
• Implement the project using the Institute for Sustainable Infrastructure (ISI) Envision
framework.
• Minimize disruption to other stakeholders, including King County and all users of the
Eastrail.
• Contribute to the City’s reputation as a collaborative and responsible steward public funds
and rates.
Current Project Status: The project team is preparing 90% design construction documents.
Permitting is in progress, easements are being recorded, and community involvement updates on
design progress and construction planning are ongoing.
3. PROJECT TEAM & SCOPE OF CONSTRUCTION MANAGEMENT SERVICES
The City has provided Exhibit D as an example of potential roles and responsibilities for reference.
The selected Construction Management (CM) team will have the discretion to assign qualified
project personnel as appropriate to meet the needs of the project. As part of this process, the CM
firm will be required to submit an organizational chart that clearly outlines each team member’s
role and responsibilities. The project team will consist of representatives from the City, the design
consultant, the construction management consultant, and the contractor.
The selected CM firm will be responsible for delivering comprehensive construction management
services, including but not limited to the following:
A. Pre-Construction Phase (during final design):
RFQ - KLSSIP 3
• Constructability Reviews: Review 90% and final design documents for clarity,
completeness, coordination, and constructability, identifying potential issues and
recommending solutions.
• Value Engineering: Identify opportunities for cost savings and schedule optimization
without compromising project quality or functionality.
• Cost Estimating & Budget Management: Assist the City in evaluating cost estimates and
provide cost control recommendations.
• Scheduling: Evaluate the project schedule, including critical path analysis, and identify
potential risks and mitigation strategies.
• Permitting Assistance: Identify potential project risks associated with permitting and
suggest mitigation measures.
• Procurement Support: Assist the City in reviewing bid documents, evaluating bids, and
recommending contractor selection.
• Public Outreach & Communication: Coordinate with the City on public outreach efforts,
attending public meetings, and addressing community concerns as needed.
• Risk Management: Identify potential project risks (financial, schedule, environmental,
public relations) and assist in developing mitigation plans.
B. Construction Phase:
• Construction Oversight: Oversee the General Contractor's work to ensure compliance with
plans, specifications, safety requirements, Federal funding requirements and
environmental/permit regulations.
• Schedule Management: Monitor construction progress against the approved schedule,
identify potential delays, and recommend corrective actions.
• Quality Assurance/Quality Control (QA/QC): Implement and monitor a robust QA/QC
program, including field inspections, material testing oversight, and documentation.
• Cost Control & Financial Management: Review and approve pay estimates, manage change
orders, track project expenditures, and provide regular financial reports to the City.
• Contract Administration: Administer construction contracts, including review of submittals,
RFIs, change orders, and progress payments.
• Meeting Facilitation: Chair and document regular project meetings (e.g., progress meetings,
coordination meetings).
• Envision Framework integration including but not limited to enforcement of safety, wellness,
& various mitigation plans.
• Dispute Resolution: Assist the City in resolving any disputes or claims that may arise during
construction.
• Public & Stakeholder Coordination: Serve as a resource for the General Contractor, City
staff, property owners, and other stakeholders, fostering clear communication and issue
resolution.
C. Post -Construction Phase (Project Closeout):
• Punch List Management: Develop and track punch lists to ensure all deficiencies are
corrected.
• Project Closeout Documentation: Ensure all required closeout documentation is complete,
including as-builts, operation and maintenance manuals, warranties, and final lien waivers.
RFQ - KLSSIP 4
• Final Acceptance: Coordinate final inspections and assist the City in achieving final project
acceptance.
• Warranty Management: Assist in resolving warranty issues during the warranty period.
Additional tasks may include:
• Envision checklist maintenance and document compiling
• Coordination with City Public Works and utility agencies
• Monitoring Federal grant requirements, subcontractor tracking, and labor interviews
• Oversight of field testing, documentation, photo logs, and inspection records
All activities must comply with WSDOT standards, the WSDOT LAG Manual, and Renton’s
procedures.
D. Envision Framework
The KLSSIP is pursuing Envision Framework verification through the Institute for Sustainable
Infrastructure (ISI). The selected CM team will be required to support the city in implementing,
documenting, and tracking Envision-related sustainability goals throughout all project phases.
Key Envision-related responsibilities include, but are not limited to:
• Familiarity with Envision: Demonstrate knowledge of the Envision Framework, including
experience supporting projects seeking verification or using Envision for sustainability
performance measurement.
• Documentation Support: Maintain and organize Envision documentation during
construction, including providing field data and logs that contribute to credit evidence.
• Coordination with City staff: Work closely with the City’s sustainability team or Envision
lead to track Envision credit progress, maintain the Envision checklist, and respond to
verification documentation needs.
4. STATEMENT OF QUALIFICATIONS (SOQ) CONTENT REQUIREMENTS
• Page Limit: The SOQ (excluding the cover letter and appendices) shall be limited to a
maximum of 14 pages, 8.5" x 11" format. Resumes (in the appendix) are limited to two
pages each. Exceeding the page limit may result in rejection of the submittal.
• Font Size: Minimum 11-point font.
• Copies: Submit electronic copy in PDF format via e-mail to ANawaz@RentonWA.gov.
• Completeness: Incomplete SOQs may be rejected.
5. EVALUATION CRITERIA
SOQ submittals will be evaluated and ranked based on the following criteria and weighting:
Criterion Pages (max) Points
Cover Letter 1 Not scored
Firm Information and Qualifications 2 5
Project Team and Personnel Qualifications 3 30
Project Understanding and Approach 3 25
RFQ - KLSSIP 5
Relevant Project Experience 3 20
References 1 5
Envision 1 5
Appendix - Resumes / Relevant Project Detail / Other unlimited 5
Complete SOQ in approved format n/a 5
TOTAL 100
Note: The City may, at its sole discretion, request additional information, conduct interviews with
short-listed firms, and/or request presentations. The City reserves the right to determine the
number of firms to be interviewed, if any. Final selection will be based on the written SOQs and, if
applicable, the interviews.
Firms interested in providing construction management services must submit a Statement of
Qualifications (SOQ) that addresses the following criteria. SOQs should be concise, legible, and
provide all requested information. The City of Renton reserves the right to reject any and all SOQs,
to waive any irregularities, and to accept the SOQ deemed most qualified to the City. The
Professional Services Agreement Template for the City is attached as Exhibit H.
Please organize your SOQ with the following sections:
A. Cover Letter (1 page– not scored):
• Identify the project name and RFQ number.
• State the legal name of the proposing firm and any alternate names (D.B.A.).
• Provide mailing and physical address(es).
• Provide contact person's name, title, email address, and phone number for this RFQ
process.
• A brief introduction of the Consultant team's Statement of Qualifications, noting at least:
the Firms on the Consultant team (identifying lead/prime firm and subcontracting firms).
• A statement of your firm's understanding of the project and commitment to meet the City's
needs.
• Confirmation of authorization to enter into a contract with the City.
• Signature of an authorized representative.
B. Firm Information and Qualifications (2 pages - 5 points):
• Legal name, address, and type of entity (corporation, LLC, partnership, etc.).
• Washington State Department of Labor & Industries Unified Business Identifier (UBI)
number and Unique Entity Identifier.
• Brief history and organizational structure of the firm.
• Description of the firm's core competencies and relevant experience in public works
construction management, particularly for sewer, utility, or similar infrastructure projects.
• Demonstrated financial responsibility and stability of the firm.
• Identify any subconsultants and their specific roles/expertise. Provide their contact
information and UBI numbers.
RFQ - KLSSIP 6
• Description of your firm’s experience with apprentice utilization & prevailing wage reporting
and Washington State public works contracting laws (RCW 39.04).
• Provide references or contact information for project examples demonstrating experience
with public engagement and implementation of similar projects.
C. Project Team and Personnel Qualifications (3 pages - 30 points):
Please note: Deviation from the staff identified in the SOQ without prior approval by the city may
result in termination of the contract.
• Resident Engineer: Provide a detailed resume (maximum two pages) for the proposed
Resident Engineer, highlighting relevant experience, qualifications, and project
responsibilities on similar projects. The Resident Engineer must be experienced in
managing complex public works projects, particularly those involving sensitive
environments, federal funding requirements, and residential impacts.
• Construction Inspector: Provide a detailed resume (maximum two pages) for the proposed
Inspector, highlighting relevant experience, qualifications, and project responsibilities on
similar projects.
• Key Personnel: Provide resumes (maximum two pages per person) for all other key
personnel who will be assigned to this project (e.g., Schedulers, Cost Estimators, Financial
Analysts, Public Outreach Coordinators). Clearly define their roles and responsibilities.
• Organizational Chart: Provide an organizational chart showing the reporting structure for
your project team, including subconsultants, and how they will interface with City staff.
• Availability: Confirm the availability of the proposed project team members for the duration
of the project.
• Experience of Team: Highlight the collective experience of the proposed team in managing
projects of similar scope, size, and complexity, especially those involving grinder pump
systems, in-water infrastructure, or work in active residential areas.
D. Project Understanding and Approach (3 pages - 25 points):
• Demonstrate a clear understanding of the Kennydale Lakeline Sewer System Replacement
Project, its unique challenges (e.g., in-lake abandonment, residential impacts, public
outreach), and the City's goals.
• Describe your proposed approach and methodology for providing construction
management services for this project, specifically addressing each phase outlined in
Section 3 (Pre-Construction, Construction, Post-Construction).
• Outline your proposed communication and conflict resolution plan for interacting with the
City, the General Contractor, residents, and other stakeholders.
• Describe your approach to cost control, schedule management, quality assurance, and
safety on similar projects.
• Discuss your approach to managing potential disputes and claims.
• Describe your experience with public engagement strategies for sensitive projects with
direct impacts on private property owners.
E. Relevant Project Experience (3 pages - 20 points):
RFQ - KLSSIP 7
Provide detailed descriptions of at least three (3) and no more than five (5) recent projects
(completed within the last 10 years) that best illustrate your firm's and proposed team's experience
with:
• Sewer system replacement or rehabilitation projects.
• Projects involving grinder pump systems.
• Projects with significant community or residential impacts requiring extensive public
outreach.
• Projects involving in-water work or sensitive environmental considerations.
• Public works projects for municipal clients in Washington State.
• Any relevant Horizontal directional drilling (HDD) experience.
• Managing construction projects that had Federal funding.
For each project, include:
• Project name and location.
• Client name and a current contact person with phone number and email address.
• Brief description of the project scope and challenges.
• Your firm's and key personnel's specific roles and responsibilities.
• Original budget and final project cost.
• Original schedule and actual completion date.
• Specific examples of successful outcomes or challenges overcome.
• Organizational plan
• Example final deliverables
F. References (1 page - 5 points):
Provide a minimum of three (3) professional references from clients for whom your firm has
provided similar construction management services within the last five (5) years.
References should be knowledgeable about your firm's performance, quality of work, adherence to
budget and schedule, and communication skills. For each reference, provide:
• Client Name
• Contact Person Name
• Contact Person Title
• Phone Number
• Email Address
• Project(s) worked on with this client.
G. Envision (1 page – 5 points)
Indicate the project teams understanding of Envision certification and how they will contribute to
the City’s goals of remaining environmentally conscious.
• Describe relevant experience with Envision or other sustainable infrastructure projects.
• Identify any team members with ENV SP credentials or other relevant credentials.
• Provide example of past sustainability-related documentation or best practices.
RFQ - KLSSIP 8
H. Appendix (Unlimited – 5 points)
The appendix is reserved for the applicant to expand on project team resumes, relevant project
experience, and other items the applicant deems important in the City’s selection of a construction
management team. While the page limit is unlimited, please be concise and considerate of the
City’s review time.
I. Complete SOQ in approved format (5 points)
Statement of Qualifications will be reviewed for the applicant’s ability to provide clear and concise
responses, organization, and ability to follow instruction stated within this document.
6. SELECTION PROCESS AND TENTATIVE SCHEDULE
Activity Tentative Date
Issue Request for Qualifications (RFQ) August 11, 2025
Questions Due (in writing, via email) September 5, 2025
Responses to Questions (Addendum Issued if
needed)
September 9, 2025
Statements of Qualifications Due September 15, 2025
Evaluation of SOQs & Shortlist Development September 29, 2025
Interviews (if conducted) October 27-31, 2025
Consultant Selection & Notification November 3, 2025
Contract Negotiations & Award est. December 22, 2025
Note: The City reserves the right to amend this RFQ, circulate various addenda, or withdraw the
RFQ at any time, regardless of how much time and effort consultants have spent on their
responses. All costs incurred in the preparation of an SOQ and participation in this RFQ and
negotiation process shall be borne by the proposing firms.
7. QUESTIONS AND CLARIFICATIONS
All questions regarding this RFQ must be submitted in writing via email to the project manager
Anousheh Nawaz Anawaz@rentonwa.gov by the "Questions Due" date indicated in Section 6.
Questions received after this deadline may not be answered. Responses to all questions will be
issued as an addendum to this RFQ and posted on the City of Renton's procurement website at
https://www.rentonwa.gov/Projects-Development/Bids-Proposals-Qualifications-and-Other-
Procurement-Solicitations. Proposers are responsible for checking the website for any addenda
prior to submitting their SOQ.
8. PUBLIC DISCLOSURE
All SOQs submitted in response to this RFQ become the property of the City of Renton. Once the
selection process is complete, the SOQs may be subject to public disclosure under the Washington
RFQ - KLSSIP 9
Public Records Act (RCW 42.56). Any information deemed proprietary or confidential by the
Proposer must be clearly marked as such. However, the City cannot guarantee that such
information will be withheld from public disclosure.
9. EQUAL OPPORTUNITY AND DIVERSE BUSINESS PARTICIPATION
The City of Renton encourages the participation of Minority-Owned Business Enterprises (MBE),
Women-Owned Business Enterprises (WBE), and other diverse business enterprises in all its
procurement activities. Firms are encouraged to identify their certification status within their SOQ.
10. EXHIBITS
- Exhibit A – Vicinity Map
- Exhibit B – Site Map
- Exhibit C – Schedule Overview
- Exhibit D – Design Schedule
- Exhibit E – Perceived Roles Description
- Exhibit F – 60% Design Drawings
- Exhibit G – 60% Opinion of Probable Construction Cost
- Exhibit H – Draft City Professional Services Agreement.