Loading...
HomeMy WebLinkAboutRFQ Details - City Hall Lobby Remodel Request for Statement of Qualifications Architectural and Design Services for City Hall First Floor Remodel for Public Works Department SOQ No. CAG TBD January 2024 CAG No. TBD Page 1 31 January 2024 Section Table of Contents Page No. 1.0 SOQ Invitation ............................................................................................................... 1 2.0 SOQ Requirements ....................................................................................................... 1 3.0 Contract Overview ........................................................................................................ 3 4.0 SOQ Submittal Instructions ......................................................................................... 5 5.0 Selection Process ......................................................................................................... 5 6.0 Negotiation Process ..................................................................................................... 5 7.0 Socioeconomic ............................................................................................................. 5 8.0 System for Award and Management ........................................................................... 5 9.0 Certification Regarding Federal Debarment and Suspension Status ....................... 6 List of Exhibits A: Scope of Work B: City of Renton A&E Professional Services Agreement Template C: Project Approach Chart D: Statement of Qualifications Certification E: Forms F: SOQ Evaluation Criteria CAG No. TBD Page 2 31 January 2024 1.0 SOQ Invitation A. The City of Renton requests Statement of Qualifications from firms interested in providing services described in the Scope of Work, (see Exhibit A). SOQ Due Date: Time: 26 February 2024 4:00 PM (no later than) SOQ Submittal: Email to Project Representative Pre-SOQ Conference: 19 February 2024, 09:00, First Floor City Hall This conference is not mandatory. Interviews, if applicable: Week of 4th of March Primary Contact: Debbie Boodell, dboodell@rentonwa.gov, 206-556-5026 Backup Contact: Jeffrey Minisci, jMinisci@rentonwa.gov, 425-766-6159 First Ad Date: 1 February 2024 Contract Type: Project Specific Estimated Price: $150,000 Estimated Period of Performance: 9 months 2.0 SOQ Requirements A. SOQ Submittal. Proposers shall submit the SOQ to the City of Renton per the process, time, and date set forth above. Late SOQs will not be accepted or considered. 1. The City of Renton reserves the right to reject any and all SOQs at any time. The City may cancel this procurement at any time, even after the issuance of the Notice of Intent to Award. 2. All costs incurred in the preparation of a SOQ and participation in this SOQ and negotiation process shall be borne by the proposing firms. B. Clarifications and Addenda. The Project Representative is the City’s single point of contact regarding this solicitation. Submit all inquiries in writing via email to the Project Representative and the Backup Project Representative at least four business days before the SOQ Due Date. No verbal answers by any City personnel or its agents will be binding on the City. Clarifications by the City will be in the form of a written Clarification. Clarifications will be transmitted to responders. Changes to the SOQ will be in the form of written Addenda. Addenda will be posted. C. Notifications. Proposers must notify the Project Representative of any changes to their SOQ throughout the period it is under consideration, until the contract is executed. D. Direct all questions to the Primary and secondary contacts. E. Organizational Conflicts of Interest. An organizational conflict of interest is a situation where because of activities, relationships, or contracts, a consultant may possess an unfair competitive advantage. If an organizational conflict of interest exists, the City may prohibit consultants, subconsultants, and/or personnel from participating in this procurement/project. Firms that believe there may be a potential conflict of interest because of previous or concurrent work with The City of Renton (or any other related third- party work) may seek a written determination from The City of Renton regarding CAG No. TBD Page 3 31 January 2024 the firm’s eligibility to propose. City of Renton’s written response will be binding. 1. Submit written requests to the Project Representative identified in Section 1 .0 - SOQ Invitation). 2. Subconsultants to potential prime proposers may seek similar determinations, but the required information must be submitted to The City of Renton through a potential prime consultant. Written requests must include the following information: a. A detailed description of the specific scope of the previous or concurrent work and how it relates to the specific scope of work to be performed by the firm for upcoming work. b. The identification of any personnel that will be used on the current scope of work that also were involved in the previous or concurrent work and their respective roles on each. c. A detailed explanation regarding why the firm believes there is no conflict of interest that would preclude the firm from performing the scope of work; and d. Any internal measures that the firm proposes to implement to eliminate any potential or perceived conflict of interest that would preclude the firm from performing the work. F. Ex Parte Communications. Proposers are expected to conduct themselves with professional integrity and to refrain from lobbying activities. During the procurement process, commencing with the issuance of the SOQ and continuing until the award of a Contract for the project (or cancellation of the procurement) no employee, member, agent, vendor, advisor, or consultant of any Responder shall have ex parte communications, directly or indirectly, regarding this procurement with any representative or elected official of the City involved in this procurement, except for communications permitted by this SOQ. Any verified allegation that a Responder or team member has engaged in such prohibited communications or attempted to unduly influence the selection process may cause the City to disqualify a Responder or a member of a Proposer’s team from participating in this process, all at the sole discretion of the City. G. Commitment of Firms and Key Personnel. The City expects all firms and Key Personnel proposed will be available to provide services for this contract. When a member of the Proposer’s team is no longer participating in the SOQ, a Responder must notify the Project Representative in writing and provide a detailed explanation and proposed remedy for the lack of availability. The City shall thereafter make a determination as to whether that Responder may continue to compete in the selection process. Any substitution request considered by the City may require a rescoring and/or re-ranking of the SOQ. The City will only consider substitutions based on circumstances beyond the Proposer’s control. H. Public Disclosure of SOQs. All submittals/SOQs received will become the property of the City and are considered public records and subject to the Public Records Act, Chapter 42.56 RCW. 3.0 Contract A. Example contract. 1. Exhibit B contains the City of Renton A&E Professional Services Agreement template which will be utilized for this scope of work. CAG No. TBD Page 4 31 January 2024 4.0 SOQ Submittal Instructions A. SOQ Submittal. 1. The Responder shall email the SOQ to the Project Representative as a single document in PDF format. B. SOQ Format. 1. The SOQ shall comply with the following format requirements: a. SOQs should be concise, legible, and provide all the information requested. b. Page size of the SOQ shall be 8½” by 11”. A “page” is defined as one single-side of a document that has written text or graphics. The Project Approach Chart (PAC) shall be completed using the Microsoft Excel spreadsheet provided, and then inserted into the SOQ as a PDF, (see Exhibit C). The PAC and Project Schedule shall be separate 11” by 17” pages. For purposes of the page count, the 11” by 17” PAC shall count as one page; the 11” by 17” Project Schedule shall count as one page. No additional written text or graphics shall be included on the PAC or Project Schedule. 1) No written text or graphics shall be incorporated on dividers used to organize the SOQ. 2) Indexes or tables of content shall be included in the page limit. c. SOQ shall be limited to a maximum of 15 pages. All pages that exceed the specified page limit will be removed prior to evaluation. 1) The following parts of the SOQ are not included in the page limit: • Cover of the SOQ • Transmittal Letter • Resumes • Statement of Qualification Certification form (Exhibit D) • Exhibit E Forms d. Each resume shall not exceed two pages. All pages of a resume that exceed the specified page limit will be removed prior to evaluation. e. The City may waive minor informalities and irregularities in the format of a SOQ. C. SOQ Contents 1. SOQ Transmittal Letter. The SOQ Transmittal Letter is not included in the page limit. It should contain the following information: a. SOQ title and number. b. Proposer’s name, mailing address, contact person, email address, and telephone numbers. c. Proposer’s Washington State Department of Labor & Industries Unified Business Identifier (UBI) number and Unique Entity Identifier. d. Complete list of proposed subconsultants, if any, with each firm’s mailing address, contact person, email address, and telephone CAG No. TBD Page 5 31 January 2024 number; and e. Name and contact information of person who will be providing requested financial documents if awarded the contract. 2. Statement of Qualifications Certification. Submit Exhibit D, Statement of Qualifications Certification, signed by an authorized representative of the Proposer. The Certification is not included in the page limit. a. Failure to include a signed Statement of Qualifications Certification shall deem the SOQ non-responsive and will be rejected. 3. Response to Evaluation Criteria. Address the evaluation criteria and provide all information identified in Exhibit F, SOQ Evaluation Criteria. 4. Exhibit E, Forms. Complete and return the forms identified in Exhibit E with the SOQ, as applicable. 5.0 Selection Process A. All responsive SOQs will be evaluated by an Evaluation Panel in accordance with the criteria specified in Exhibit F, Evaluation Criteria. As part of the evaluation process, The City of Renton may contact references and consider responses provided. 1. At the City’s option, interviews may be held. a. The City may choose to use different criteria for the interview. b. Failure of a Responder or any proposed team member to participate in the interview process may result in the Proposer’s disqualification from further consideration. c. If interviews are conducted, combined SOQ and interview criteria will determine the final ranking. B. The final selection, if any, will be the firm which in the opinion of the City, best meets the requirements set forth in this SOQ and is determined to be the most highly qualified. 6.0 Negotiation Process A. After the selection of the most qualified firm, the City will enter into negotiations with that firm to finalize the Fixed Professional Fee, Scope of Work, Project Schedule, and Total Price. If the City is unsuccessful in negotiating these matters with the selected Consultant, the City reserves the option to terminate negotiations and proceed with another firm. B. All necessary information and forms for the negotiation process shall be provided to the Consultant by the Project Representative after the Notice of Intent to Award has been issued. Such information shall include but not be limited to: Consultant Disclosure Form (if applicable), IRS W-9 Request for Taxpayer Identification Number and Certification, financial documentation, Level of Effort template, and Scope of Work. 7.0 Socioeconomic A. Prime Consultant Requirements: If subconsultants are to be let, the prime consultant is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus area Consultants are used when possible. CAG No. TBD Page 6 31 January 2024 8.0 System For Award Management A. To become a prime consultant for this project, the Consultant shall be registered with the System for Award Management (SAM) prior to the award of this contract. The Consultant shall maintain an active and up-to-date SAM registration throughout the duration of this contract. B. The Consultant is responsible for ensuring the accuracy and completeness of their SAM registration. Any changes to the registration information must be promptly updated in SAM. Failure to maintain an active and accurate SAM registration may result in contract non-compliance and may impact the Consultant's eligibility for award, continuation, or payment under this contract. 9.0 Certification Regarding Federal Debarment and Suspension Status A. “Consultant affirms that neither it nor its principals nor its subconsultants and their principals: (1) are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from the award of contracts by any federal department or agency; (2) have within a 3-year period preceding any partially or wholly federally funded contract been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) contract or subcontract; been in violation of federal or state antitrust statutes, or been convicted of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in (2) above; and, (3) have within a 3-year period preceding an award of any partially or wholly federally funded contract, had one or more contracts terminated for cause or default by any federal or state agency. Consultant further promises that if it or its principals in the future are debarred or suspended from eligibility of award by the federal government that it shall within 3 days notify the City of such change in status.” CAG No. TBD 29 January 2024 Exhibit A - Scope of Work CAG No. TBD 4 December 2023 Introduction Project Overview The City of Renton – Public Works Department, (“City”), is soliciting Statement of Qualification for Architectural and Design Services for the remodel of the City’s, City Hall building first floor. The City Hall building is owned by the City and is located at 1055 S Grady Way, Renton, Washington 98057. The City’s requirements are outlined in the following Request for SOQ (SOQ). Customer Service Center The City desires to undertake development and evaluation of concepts for the redevelopment of the City Hall first floor as well as space programming services for the entire City Hall Building to be used for future remodel projects. The City would like to see a standardized specification for furniture, fixtures, and finishes for all future projects within City Hall. The City Hall Building houses the following Services and Programs: City Attorney Mayor City Council Municipal Court Community & Economic Development Parks and Recreation Equity, Housing, and Human Services Public Works Executive Services Police Finance Cafe Human Resources Gym Risk Management The City envisions the remodeled first floor to be a "one-stop shop" for many of the most-requested services offered by City as well as a reception area for other visitors doing business with the City. Some potential facilities could include: A. Xray/Screening. B. Reception counter. C. Common Use Service Counters for Finance and Community & Economic Development. D. Weapon Lockers. E. Space for Electronic Home Detention application. F. Workstations for Finance (1) and Community & Economic Development (2). G. Secure space for Finance safe. H. Two (2) conference rooms (sized for four to six (4-6) people). I. Two (2) courtrooms (seating for 80) with jury deliberation space and dedicated restroom. J. Council Chambers (seating for 70, space could be combined with courtroom and used for larger conference space). K. Police Department reception. L. Cafe retail space. M. Permitting N. Utility and licensing payments. O. File police reports and pay traffic fines and tickets. CAG No. TBD 4 December 2023 Request for Quotation Information Schedule The City proposes the following major milestone schedule: Milestone Date Issue RSOQ 1 February 2024 Pre-SOQ Conference and Site visit 19 February2024 10:00AMat Renton City Hall Questions due 12 February 2024 4:00 PM Responses posted 14 February 2024 4:00 PM Responses due no later than 26 February 2024 4:00 PM Conduct Consultant Interviews/Site visits Week of 4th of March Select Consultant 18 March 2024 Contract Finalization 1 April 2024 Kick Off Project 8 April 2024 Reference Documents • 2018 Renton City Hall Floor Plans • Renton City Hall Topographic & Boundary Survey Scope of Work Goals and Objectives The selected firm will provide all necessary professional design services. Initial services will include programming and development of 3 concepts for the first floor of City Hall including cost estimating. Dependent upon the City’s direction following concept evaluation, the selected firm may be engaged to undertake some or all of the necessary architectural and engineering design, permitting (including entitlements) and construction administration for City Hall. This work would be added to the contract with an amendment. Deliverables Task 100 – Project Management The Consultant shall organize, manage, and coordinate the disciplines required to accomplish the work. The Consultant will be expected to coordinate its work with efforts performed by City staff and other consultants or contractors. The Consultant shall provide project management and project coordination services to facilitate efficient progress of the work. The Consultant shall provide Project Management and Coordination Services including but not limited to: 1. Progress reporting, including a status update of the active work with comparison of planned versus actual schedules, planned versus actual expenditures, and earned value. 2. Project management and coordination. A. Perform general administration tasks. 3. Meeting organization, facilitation, and documentation. A. Facilitate four monthly project meetings, one meeting monthly with three (3) Consultant team members in attendance per meeting. 4. Develop overall project schedules, budgets, and work breakdown structures (WBS). A. Perform scheduling functions, including preparing and maintaining critical path method CAG No. TBD 4 December 2023 (CPM) schedules, schedule reviews, schedule variance reporting, cost and resource loading of schedules, and regular schedule updates. B. Schedule is to be created and maintained in Microsoft Project software. C. Perform earned value (EV) management planning and reporting, including determining an efficient way to track EV. Assumptions: 1. City will provide a level one schedule as a starting basis. Deliverables: 1. Four monthly progress reports, including description of work accomplished and percentage completed. Budget revision recommendations. Earned value reports. 2. Team organization charts and phone contact lists. 3. Meeting agendas and notes, with revisions as required. 4. Schedule updates, Schedule analysis/variance reports, prepared using MS Project software. Task 200 – Programming Study Conduct a space needs programming study for all departments and entire building, in order to define the future overall space requirements. This task shall include: 1. Meeting: Core Team: Conduct one (1) project kickoff meeting at City’s office to initiate the Programming Study. 2. The Consultant will attend and facilitate the meeting. This meeting will serve as: A. A project initiation meeting to introduce the team with point of contact, communication flow, project tasks, and process. B. Review of the developed preliminary project schedule. Major milestone dates, meeting target dates, and next steps to be reviewed and identified. C. Baseline budget establishment. Review of the existing project scope understanding, phasing, and initial budget baseline for the project will be discussed, which will outline early anticipated Hard and Soft Costs for the project. At the conclusion of the meeting, the baseline costs for the entire project will be established and utilized in subsequent discussions to guide project scope, programming, and overall budget alignment. D. Presentation, Meeting Minutes and Action Items for this meeting will be prepared by the Consultant. 3. Discovery: Provide up to one (1) discovery session with City and the key City stakeholder groups (at City’s office) to establish a thorough understanding of the project vision, goals, and objectives, and allow for initial staff engagement. We will facilitate dialogue with staff to identify opportunities, challenges, and big picture goals for the project. This meeting is anticipated to lead into programming and can occur as a standalone meeting or just prior to programming workshops. The Consultant will attend and facilitate the meeting. 4. Meeting: Core Team and Key Stakeholders: Provide up to twelve (12) – one-hour workshops (one per department at City’s office) with City-identified key staff for program interviews. We will issue a program questionnaire in advance of the programming workshop and facilitate review of the building components in detail including confirmation and refinement of program elements and their relative size and space needs, support and shared space requirements, preliminary adjacencies, and orientation on the site. The Consultant will attend and facilitate the meeting. Presentation, Meeting Minutes and Action Items for these meetings will be prepared by the Consultant. 5. Programming: Based on the programming workshops, the Consultant will develop a program CAG No. TBD 4 December 2023 document and visioning summary to capture information from the initial discovery session and staff interviews. The programming document will encompass staffing and program needs for existing, immediate, near-term, and growth for a 20-year projection. Space allocations will include space sizes, quantities, and unique requirements specific to individual and department needs. A draft program will be released for City review. Include one (1) review meeting with the City. The Consultant will attend and facilitate the meeting. Presentation, Meeting Minutes and Action Items for this meeting will be prepared by the Consultant. 6. Existing Building As-Builts: The Consultant will verify the existing building as-builts and field verify measurements for preparation of electronic Building Information Modeling (BIM) and Revit model. An electronic BIM and Revit model will be required for planning, further design development, and construction documents for the project. Site measurements and documentation to include observable and accessible locations. All unobservable or inaccessible locations will utilize existing available as-built or permit drawings to infer built conditions. The final BIM Revit model will be provided to the City in native format as part of the closeout of this contract. 7. Stacking Plans: Content developed during programming and discovery will be utilized to perform initial stacking plans to inform program feasibility (i.e., block diagrams of department assignments to each floor) and to inform the pre-design cost estimate. A revised program and stacking analysis will be issued to the cost estimator for pre-design estimating. Concurrently, content will be issued to City for review and comment at the subsequent meeting. The Consultant will attend and facilitate the meeting. Presentation, Meeting Minutes and Action Items for these meetings will be prepared by the Consultant. 8. Meeting – Core Team: Meet once (1) with the Core Team with City (at City’s office) to review the final draft program and Stacking Plans. Provide one (1) revision for final City approval. The Consultant will attend and facilitate the meeting. The Consultant will attend and facilitate the meeting. Presentation, Meeting Minutes and Action Items for these meetings will be prepared by the Consultant. Assumptions: 1. Existing floor plans will be provided by the City. 2. As-built drawings will be provided by the City. Deliverables: 1. Draft and final Program and Stacking Plans. Task 300-Concept Design Development shall include: 1. The Consultant will facilitate one (1) kickoff meeting at City’s office to initiate the Concept Design Development. The Consultant will attend and facilitate the meeting. The Consultant will attend and facilitate the meeting. Presentation, Meeting Minutes and Action Items for these meetings will be prepared by the Consultant. 2. Develop up to three (3) conceptual floor plans, interior and exterior (including signage) renderings. The Consultant will include a report for all three concepts that explains the different configurations as well as identifying building code, fire code, mechanical, electrical, plumbing and soundproofing modifications that will be required as a result of the remodel. The report will also include an evaluation of each concept including estimated costs, evaluation and final selected concept. Include one revision for two (2) of the interior renderings and one (1) exterior rendering to assist in communication of ideas to the stakeholders. A. Options to include: I. Temporary solution to provide space for Finance and Community & Economic CAG No. TBD 4 December 2023 Development on the first floor. II. Minimal floor plan adjustments which will keep entrance in current location but provide space for five (5) common use customer service counters. III. Concept plan to move entry to south side of building, move court, City council to first floor, relocation of server room, police to north side of first floor, relocate Equity, Housing & Human Services to third floor, and IT space to third floor. 3. The Consultant will facilitate one (1) meeting at City’s office to review concept designs. Provide one (1) revision for final City approval. The Consultant will attend and facilitate the meeting. Presentation, Meeting Minutes and Action Items for these meetings will be prepared by the Consultant. A. Host a meeting via MS Teams teleconference to review and approve the final concept design and cost estimate. Assumptions: 1. None. Deliverables: 1. Draft and Conceptual Design 2. Draft and Conceptual Design Report. TASK 400 – Cost Estimating Services The Consultant shall provide concept cost estimating services including: 1. Provide cost estimating services as follows: A. Cost Estimating will be performed for each concept design. To include the full cost of the concept including consultant costs, material cost, permitting and construction costs. B. Cost Estimates shall be in accordance with the Construction Specifications Institute (CSI) format. 2. Prepare basis of estimate document which documents the assumptions made, basis of contingency and unit costs. Deliverables: 1. Order of magnitude cost estimates. 2. Basis of Estimate document. Consultant Deliverable Standards 1. The Consultant shall deliver the following products, unless otherwise specified in a particular task, and shall provide these deliverables in accordance with the following standards and requirements: A. Draft and final of any design plans; technical reports; specifications; cost estimates and technical memos. B. Electronic copies of all reports, specifications, and technical memos will be in Microsoft (MS) Office Suite software, Portable Document Format (PDF), and in Construction Specifications Institute (CSI) format. C. Electronic copies shall be submitted in both PDF and native formats such as MS Word, MS Excel, MS Project, and current AutoCAD. PDF files shall be prepared in 600 dpi resolution. D. Final Reports: Three (3) bound printed copies (hereinafter “Reports” include feasibility studies, technical memoranda, design documents, study reports, and technical specifications). Reports shall be stamped and signed by a Professional Engineer registered in the State of Washington. E. Electronic copy (for monthly reports/invoices and for bound documents). F. Computer-aided-design (CAD) files shall be prepared with AutoCAD Civil 3D, Architectural 3D, MEP, Revit, or current AutoCAD version. It is NOT acceptable to prepare CAD files CAG No. TBD 4 December 2023 with other software such as MicroStation and export to AutoCAD format. Civil 3D will be used for utility profiles. Clash detection will only be provided for building design (not anticipated). G. CAD files, except the final versions, may be submitted on media via SharePoint, USB drive or other electronic media, as approved by the Project Representative (PR). H. Final CAD files shall be submitted via USB or other media approved by the PR. I. Electronic copies of plans will be in both 3D AutoCAD and PDF. CAD files shall be prepared for full-size printing in “D-size” or 22” x 34” format. J. Drawings will be stamped and signed by a Washington State licensed Engineer. Drawings will be stamped “NOT FOR CONSTRUCTION” or PRELIMINARY. K. Technical Specifications and Cost Estimates shall be in accordance with the (Construction Specifications Institute) CSI format. L. Meeting agendas two (2) business days prior to scheduled meetings or workshops. M. Meeting/workshop notes within two (2) business days following the event. N. Updated Action/Decision Logs two (2) business days after each team meeting. O. Permit applications two (2) weeks prior to scheduled submittal for review. P. All survey elevation data shall be in North American Vertical Datum of 1988 (NAVD88) Datum. Q. Project submittals shall be defined under each task. 2. The Consultant shall host cloud-based Bluebeam sessions for City’s staff to review and comment on the design documents. The Consultant will provide documentation that all comments have been addressed within fourteen (14) days from receipt of the comments. Each comment response shall describe how the comment will be incorporated into the final document and the reason why if a comment is rejected. Each comment response will be reviewed with City’s Project Representative (PR) to reach consensus on resolution. 3. Consultant shall comply with City’s and other standards, guidelines, and requirements including but not limited to the following: A. Means Cost Estimating Guidelines in CSI Format. 4. Quality Assurance and Quality Control A. The Consultant shall provide peer review at all levels. For each deliverable, the Consultant shall maintain documentation of their internal review and mark-up of that deliverable as preparation for submittal. A milestone submittal is not considered complete unless the required milestone documents and associated internal red-line mark-ups are submitted. City’s Project Representative will require the Consultant to submit the Consultant’s internal mark-up (red-lines) or comments developed as part the Consultant’s quality control step. When internal mark-ups are requested by City in advance, City, at its sole discretion, may reject the actual deliverable should the Consultant fail to provide the evidence of quality control. The Consultant shall clearly label each document submitted for quality assurance as an internal mark-up document. The Consultant shall perform Quality Control/Quality Assurance on all survey procedures, field surveys, data, and products prior to delivery to City. If, at any time, during the course of reviewing a survey submittal it becomes apparent to the State that the submittal contains errors, omissions, or inconsistencies, City may cease its review and immediately return the submittal to the Consultant for appropriate action by the Consultant. A submittal returned to the Consultant for this reason is not a submittal for purposes of the submission schedule. CAG No. TBD 4 December 2023 Schedule of Values The final agreement shall include all project costs, fee schedules and sub-consultant fee schedules. Task No. Task Description Cost 100 Project Management 200 Programing Study 300 Concept Development 400 Cost Estimating Total Cost CAG No. TBD 4 December 2023 Exhibit B – City of Renton A&E Professional Services Agreement CAG No. TBD 4 December 2023 Exhibit C – Project Approach CAG No. TBD 4 December 2023 Exhibit D – Statement of Qualifications Renton City Hall First Floor Remodel SOQ Request for Architectural and Design Services CAG No. TBD 4 December 2023 Statement of Qualifications The undersigned is authorized to execute this certification on behalf of the Responder and certifies on the Proposer’s behalf that the information presented in this Statement of Qualifications is a complete and accurate statement of facts and that the Responder has the financial capability, including obtaining the required insurance coverages to perform the work which is the subject of this solicitation. The Responder further certifies that it knows of no personal and/or organizational conflicts of interest prohibited under federal, state, and local law. The Responder certifies that they have read the terms and conditions, and this Proposal is submitted in accordance with this solicitation and all issued addenda, and that the Responder agrees to be bound by the same. Firm Name Signature Printed Name Title Date Renton City Hall First Floor Remodel SOQ Request for Architectural and Design Services CAG No. TBD 4 December 2023 Exhibit E – Forms Renton City Hall First Floor Remodel SOQ Request for Architectural and Design Services Exhibit F – SOQ Evaluation Criteria