HomeMy WebLinkAbout*RFQ Full - Panther Creek
1 of 8
City of Renton
REQUEST FOR QUALIFICATIONS
Engineering Services for Design and Construction Support
for
Panther Creek at Talbot Road S Culvert Replacement Project – Design Phase II
Submittal Deadline: 4:00 PM, Friday December 19, 2025
The City of Renton’s Surface Water Engineering section (the “City”) is soliciting statement of qualifications
(SOQs) from engineering consulting firms interested in providing engineering design and construction
support services for the Panther Creek at Talbot Road S. Culvert Replacement Project – Design Phase
II (the “Project”).
Interested Consultants should submit qualifications to the City in the manner described herein.
Qualifications are due by 4:00 PM PST on Friday, December 19, 2025, to be considered for selection. City
staff will evaluate and score Qualifications received by the submittal deadline. After all Qualifications
have been evaluated, the City may request interviews with the highest ranked Consultants. The Consultant
selection will be based on the combined score of the submitted Qualifications and interview, if necessary.
BACKGROUND
This project will replace a deteriorated 32-inch fiberglass lined corrugated metal stormwater pipe under
Talbot Road S with a fish passable bridge. In addition to restoring fish passage, removal of the failing
culvert will reduce flood risk resulting from possible pipe collapse and debris accumulation at the culvert
inlet.
Talbot Road S is a major road that serves as an access point to Valley Medical Center as well an access
route to SW 43rd St for residential areas that include the Winsper and Victoria Park neighborhoods. Panther
Creek is conveyed across Talbot Road S in a 32-inch fiberglass lined corrugated metal pipe (CMP). At the
roadway centerline, the depth of fill over the top of pipe is approximately 26 feet. The outfall of this pipe is
located approximately 7.5 feet above the creek creating an impassable fish barrier. Additionally, CCTV
inspection revealed that the bottom of the pipe has eroded and that there are holes in several locations.
The pipe had been previously lined by King County prior to the area being annexed and the lining has also
failed creating risk of undermining and collapse.
During Phase I of the Panther Creek at Talbot Road S Culvert Replacement Project, the City of Renton hired
GeoEngineers, Inc who teamed with KPFF Consulting Engineers, Inc. GeoEngineers and KPFF provided the
City of Renton with an ‘Alternatives Assessment’ (Attachment D) that compared three different solutions
Page 2 of 8
(Precast Concrete Box Culvert, Steel Plate Arch Culvert, and Bridge) in two different lane configurations.
From that assessment the recommended option that was selected was the bridge alternative with a
roadway section of two 11 -foot vehicular lanes, one 12-foot two-way left turn lane, two 5-foot bike lanes,
and two 5.5 foot sidewalks. GeoEngineers and KPFF then provided a 10 percent level of design
(Attachment C) to complete Phase I of the design.
SCOPE OF WORK
The Scope of Work for Phase II will be mutually agreed upon by the City and the selected Consultant and will
be included as part of a Consultant Agreement. The final Scope of Work could include, but is not limited to,
the following services:
1. Design Phase Services
o Coordinate with private utilities including request of facility records and coordination of
relocation of private utilities, if necessary.
o Coordinate with all stakeholders, including WDFW and Muckleshoot Indian Tribe
o Assist with any permit acquisitions that may be required
o Procure or self-perform services to provide ground survey and mapping.
o Develop design base mapping including utilities, right-of-way, easements, and lot lines.
o Develop 30%, 60%, 90%, and 100% construction drawings that adhere to all City standards.
o Develop 60%, 90%, and 100% technical specifications in accordance with City and
Washington State Department of Transportation (WSDOT) standards.
o Prepare an Engineer’s Opinion of Probable Construction Cost (OPCC) at major design
milestones.
o Attend recurring Project meetings and meetings at major design milestones with City staff
and prepare meeting minutes.
o Attend neighborhood meetings with City staff and prepare meeting minutes.
o Support City of Renton with local, state, and federal grant applications and/or grant
requirements.
o Provide Project management including:
Reporting Project progress on a monthly basis.
Adhering to Project budget.
Preparing Project invoices and budget status summaries on a monthly basis.
Monitoring Project schedule and providing updates as necessary or directed.
Page 3 of 8
Providing quality assurance and quality control (QA/QC) of all Project deliverables.
2. Bidding Phase Services – Contingent upon funding and advancing project to construction phase
o Assist in preparation of bid advertisement.
o Attend pre-bid walkthrough with prospective bidders.
o Assist City staff in answering technical questions from prospective bidders.
o Assist in preparation of bid addenda.
o Attend bid opening and prepare bid tabulation.
o Assist in review qualifications of bidders.
3. Construction Phase Services – Contingent upon funding and advancing project to construction
phase
o Attend pre-construction conference.
o Assist in answering contractor questions.
o Assist in review of shop drawings and catalog submittals.
o Assist in review and response to requests for information (RFI).
o Assist in review and response to proposed change orders.
o Prepare design revisions to address construction conflicts.
o Attend recurring Project meetings with contractor and City staff and prepare meeting
minutes.
o Attend construction site visits.
o Attend Project completion walkthrough and assist in development of punch list for
contractor.
o Prepare record drawings.
o Prepare invoices and budget status summaries on a monthly basis.
Services for the bidding and construction phase will be added through a contract amendment and will not be
part of the original contract.
CONSULTANT SELECTION PROCESS
City staff will evaluate all submitted Summary of Qualifications (SOQs) for completeness. Complete SOQs
shall consist of all elements outlined in the SUMMARY OF QUALIFICATIONS REQUIREMENTS section.
SOQs deemed to be incomplete may not be considered for selection. The City reserves the right at its
Page 4 of 8
complete discretion select the “most qualified” and reserves the right to reject any and all proposals
submitted.
City staff will evaluate and score SOQs in accordance with the EVALUATION CRITERIA below. After all
SOQs have been evaluated, the City may request interviews with the highest ranked Consultants.
The Consultant selection will be based on the combined score of the SOQ and interview, if necessary. If the
City requests an interview, interview information will be provided to selected Consultants a minimum of two
weeks prior to the scheduled interview date.
The City reserves the right to forego the interview and base the Consultant selection solely on the score of the
SOQs.
City staff will respond to all Consultants submitting a SOQ in email no later than four weeks after the
Submittal Deadline specified on the cover of this solicitation.
The anticipated Consultant selection schedule is provided below. The schedule is provided for reference
only. The City reserves the right to modify the schedule at any time for any reason.
• Consultant Selection Schedule
o RFQ Advertised: November 25, 2025
o Summary of Qualifications Due: December 19, 2025
o Evaluation Period: December 22, 2025 – January 9, 2026
o Interviews (If Requested by City): January 12, 2026 – January 16, 2026
o Consultant Selected: January 30, 2026
o Scope Development and Negotiation: by February 2026
o Council Approval: March 2026
o Notice to Proceed: April 2026
SUMMARY OF QUALIFICATIONS REQUIREMENTS
Summary of Qualifications shall consist of no more than 15 pages (PDF, 8 ½” x 11” pages). Please organize
your SOQ with the following sections:
A. Cover Letter (Max 1 page– not scored):
• Identify the project name.
• 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).
Page 5 of 8
• 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 (Max 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 in relation to the project.
• Demonstrated financial responsibility and stability of the firm.
• Identify any subconsultants and their specific roles/expertise. Provide their contact information and
UBI numbers.
C. Project Team and Personnel Qualifications (Max 4 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.
• Key Personnel: Provide resumes (maximum one page per person) for all key personnel who will be
assigned to this project. 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.
D. Project Understanding and Approach (Max 4 pages - 25 points):
• Demonstrate a clear understanding of the Panther Creek at Talbot Rd S Culvert Replacement
Project – Design Phase II, its unique challenges, and the City's goals.
• Describe your proposed approach and methodology for providing design and construction support
for this project, specifically addressing each phase outlined in the Scope of Work (Design, Bidding,
and Construction.
• Outline your proposed communication and conflict resolution plan for interacting with the City
residents, other stakeholders, and contractor.
• Describe your approach to cost control, schedule management, quality assurance, and safety on
similar projects.
• Describe your experience with public engagement strategies for sensitive projects with direct
impacts on private property owners.
E. Relevant Project Experience (Max 3 pages - 20 points):
Page 6 of 8
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:
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.
F. References (Max 1 page - 5 points):
Provide a minimum of three (3) professional references from clients for whom your firm has provided
similar engineering design and/or construction management support 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. 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.
EVALUATION CRITERIA AND SCORING
Summary of Qualifications will be evaluated based upon the following criteria.
Criterion Pages (max) Points
Cover Letter 1 Not scored
Firm Information and Qualifications 2 5
Project Team and Personnel Qualifications 4 35
Project Understanding and Approach 4 20
Relevant Project Experience 3 30
References 1 5
Complete SOQ in approved format n/a 5
TOTAL 100
Page 7 of 8
PROJECT SCHEDULE
A preliminary Project Schedule is provided in this section. The preliminary Project Schedule is subject to
change at the sole discretion of the City.
• Project Schedule
o RFP Advertisement, Consultant Selection, Contract Negotiation, and Award (4 Months)
November 2025 – March 2026
o Design/Permitting/Easements (36 Months)
March 2026 – March 2029
o Construction (1 Year)
Schedule to be determined
SUMMARY OF QUALIFICATIONS SUBMITTAL INSTRUCTIONS
SOQs shall be submitted as a single PDF to Jared McDonald, P.E, Surface Water Utility Project Manager at
jmcdonald@rentonwa.gov no later than the Submittal Deadline shown on the cover sheet of this solicitation.
Please reference the Project Title, Panther Creek at Talbot Road Culvert Replacement Project – Phase II, and
the Consultant’s name in the email subject. The City will confirm receipt of the SOQ within 48 hours of
receipt.
All questions regarding this RFQ must be submitted in writing via email to the project manager Jared
McDonald (jmcdonald@rentonwa.gov). Questions received after December 10th, 2025 may not be answered.
A necessary, responses to questions will be issued as an addendum to this RFQ and posted on the City of
Renton’s procurement website at http://rentonwa.gov/bids/ . It is the responsibility of the applicant to
check the website for any addendums prior to submitting their SOQ. Any and all addendums will be posted
by, end of day, December 15th, 2025.
DISCLAIMERS
• SOQs that do not include all of the submittal requirements outlined herein may not be considered, or
may be downgraded.
• At the City’s discretion and with notice being provided to the Consultant, the City may amend this RFQ,
Selection Process, and/or Schedule at any time.
• At the City’s discretion, the City may choose to republish this RFQ.
• Until such time a Consultant Agreement is executed, there are no express or implied obligations or
commitments on the part of either the City or the Consultant concerning either this RFQ or any work
associated with it.
Page 8 of 8
• The execution of a Consultant Agreement is subject to budgeted funds.
• By submitting materials to the City for consideration pursuant to this RFQ, the Consultant is waiving
any claim of confidentiality, trade secrets, or privilege with respect to materials submitted. All
submitted materials are subject to public records disclosure under the State of Washington Public
Records Act.
INFORMATIONAL ATTACHMENTS
The following attachments are included with this RFQ:
• Attachment A: Project Vicinity Map
• Attachment B: Project Site Map
• Attachment C: 10% Percent Design
o Attachment C.1: 10% Civil Design – Basis of Design
o Attachment C.2: 10% Hydraulic Design
o Attachment C.3: 10% Bridge Design – Basis of Design
o Attachment C.4: 10% Design Drawings
o Attachment C.5: 10% Comment Log
• Attachment D: Alternatives Assessment
• Attachment E: Cultural Resources Report
• Attachment F: Preliminary Geotechnical Design Report for 10% Design
• Attachment G: Insurance Guidelines for the City of Renton
• Attachment H: City of Renton Professional Service Agreement (Template)