Loading...
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.