Loading...
HomeMy WebLinkAboutComplete RFQ Document PUBLIC WORKS DEPARTMENT TRANSPORTATION SYSTEMS DIVISION REQUEST FOR QUALIFICATIONS DESIGN ENGINEERING SERVICES SOUTH 2"d STREET CONVERSION PROJECT AND RENTON CONNECTOR PROJECT The City of Renton (City), in accordance with Policy & Procedure No. 250-02, is soliciting statements of qualifications for A&E Professional Services for the projects listed below. The City is seeking consultants with expertise in civil design, structural design, and multi-modal transportation design, with offices located in the State of Washington and licensed to do business in the State of Washington. Interested consultants must submit Statements of Qualifications (SOQ) as outlined below. The City of Renton may retain the services of the successful firm(s) for any subsequent phases (R/W, CN) associated with these projects. Project Descriptions The work to be performed by the CONSULTANT consists of performing engineering design for the following projects: 1. South 2"d Street Conversion Project.This project will convert South 2nd Street from a four lane one-way roadway to a roadway with one through-lane in each direction. The proposed improvements include pedestrian and bicycle facilities, traffic operations improvements, and transit upgrades. This project has a 9% UDBE goal. The major features of the project are as follows: • Three new traffic signals, including one raised intersection. • A westbound bypass transit lane from just west of Logan Avenue S to just east of Lake Avenue S. • New Metro RapidRide stops and a traffic queue jump at the new traffic signal at S 2nd Street and Shattuck Avenue S. • A two-way cycle track between Shattuck Avenue S and Logan Avenue S, bike lanes between Logan Avenue S and Burnett Avenue S, and bike sharrows from Burnett Avenue S to Main Avenue S. • Frontage improvements between Burnett Avenue S and Main Avenue S. Required design services include: 1. Surveying 2. Traffic analysis 3. Preliminary design 4. Permit support 5. Pavement design Page 1 of 6 6. Signal and lighting design including geotechnical and structural analysis 7. Surface water design 8. Preparation of plans, specifications, and estimates for construction bid documents 9. Accessibility design and analysis 10. Constructability analysis 11. Risk assessment 12. Bid support 13. Bid analysis 2. Renton Connector, S 2nd Street to S 5th Street.This project will install a continuous non- motorized facility along Burnett Avenue S. between S 2nd Street and S 5th Street via separated walkways, protected bicycle lanes (cycle track), and a multi-use path. This project will also include reduced travel lanes, landscaped medians, and reconfigured public parking areas in order to provide opportunities to incorporate art, play spaces, and resting areas along the connector. This project has a 10% UDBE goal. Intersection improvements will include traffic signalization improvements and curb ramp upgrades to ADA standards. Required design services include: 1. Surveying 2. Traffic analysis 3. Preliminary design 4. Permit support 5. Pavement design 6. Signal and lighting design including geotechnical and structural analysis 7. Surface water design 8. Preparation of plans, specifications, and estimates for construction bid documents 9. Accessibility design and analysis 10. Constructability analysis 11. Risk assessment 12. Bid support 13. Bid analysis Information to be provided in State of Qualifications (SOQ) In addition to the items listed below, submittals from consulting firms must include the firm name and main phone number; name and e-mail address for Principal-in-Charge and Project Manager; disciplines provided by the firm and total number of employees within Washington State. Similar information shall be provided for any sub-consultants. A Submittal Information Form must be completed and attached to the SOQ for the prime consultant and each sub-consultant (if any). Refer to WSDOT Local Agency Guidelines, Chapter 31, Appendix 31.92(a) and (b) for the forms. Consultants may submit for one or both of the projects listed above. Consultants shall list the project(s) they want to be considered for in their SOQ. Page 2 of 6 Evaluation Criteria Project Team: (10 points, max.) The purpose of this category is to evaluate the qualifications of the proposed Project Manager and key team members. The following information must be provided for each team member proposed for these projects. 1. Name, current title with firm and current home office location 2. Total years of experience in industry, total years of experience withfirm 3. Credentials, training certificates 4. Position proposed for these projects and availability in 2020, 2021, 2022 and 2023 Project Experience: (30 points total, max.) The purpose of this category is to evaluate the experience of the proposed Project Manager and key team members. The proposed Project Manager and/or key team members must have demonstrated experience in each of the following categories for projects that have been completed in the State of Washington, within the past five (5)years: 1. Roadway Design projects (10 points, max.) 2. Traffic Signal Design projects (10 points, max.) 3. Non-Motorized Design projects (10 points, max.) List at least one project (but no more than three projects) that demonstrate the proposed Project Manager and key team members' capabilities for each area listed above. Provide a brief description for each project, along with a brief summary of the role(s) each team member had in the project(s). Projects should only be included if one or more team members contributed to the project. Project Management: (15 points, max.) The purpose of this category is to evaluate the ability of the proposed Project Manager to manage design contract budgets, scopes and schedules. Please provide the following information: 1. Describe the tools that you utilize to track monitor contract budgets, scopes and schedules. 2. Describe the end products produced during this contract management process that are delivered to agencies, if any. 3. Describe the tools that you utilize to track and monitor design issues encountered during design and/or review comments from an agency, to ensure resolution. 4. Describe the end products produced during this design process that are delivered to agencies, if any. Project Approach: (15 points, max.) The purpose of this category is to evaluate the ability of the proposed Project Manager and key Page 3 of 6 team members to complete the design of these projects to meet the schedules listed above. 1. Assuming the selection process is completed and an A&E consultant contract negotiated and executed by December 31, 2019, describe your plan to complete the bid package (and complete ROW acquisition, if necessary) for each project. 2. Describe any challenges you are anticipating to meet the project schedule and your plan to mitigate them, if any. UDBE Participation Plan: (5 points, max.) The purpose of this category is to evaluate the ability of the firm to meet the UDBE goal established by WSDOT for the A&E consultant contract to design this project. 1. Provide a table listing thefollowing: a. Name of each firm proposed for the project. b. List the UDBE registration status with WSDOT. c. List the percentage of the A&E consultant contract work anticipated for the firm. d. List the type of services the firm is anticipated to provide for the project. Quality Control: (10 points, max.) The purpose of this category is to evaluate the procedures employed by the firm to ensure submittals are checked for completeness and accuracy prior to delivery to agencies. 1. Describe the quality control procedures typically utilized by the firm during the development of design documents, including engineering plans, specifications, estimates and reports. 2. Describe the end products produced during the quality control process that are delivered to agencies, if any. 3. Describe the quality assurance procedures typically utilized by the firm to ensure the quality control procedures are beingfollowed. Past Performance: (10 points, max.) The purpose of this category is to evaluate the performance of the proposed Project Manager and key team members on projects previously completed for this agency and/or other agencies. For each project listed in the "Project Experience" section above, provide the following information: 1. Contact information for the local agency that administered each project listed. Include the name, phone number and e-mail address for the agency project manager assigned to the project. 2. List the design contract number(s) and the number of supplemental agreement(s), if any, executed between the firm and agency for the design phase of the project. Do not include any contract amounts. 3. The final engineer's construction cost estimate, successful bid amount and final cost of construction (if known) for the project. Page 4 of 6 Completeness, clarity and brevity of SOQ: (5 points, max.) The purpose of this category is to evaluate the ability of the firm to follow directions. The SOQ must contain all of the required information, organized in a clear manner on a maximum of ten (10) single-sided pages, excluding covers, section dividers, cover letter (single page) and "Submittal Information Form(s)". The font shall be no smaller than 11-point. In addition, a brochure describing the firm may accompany the SOQ and will not be counted as part of the ten (10) pages. However, any brochure submitted may not be used in the SOQ evaluation process. Consultant Evaluation and Selection Process After the SOQs have been evaluated, the highest ranked firm(s) will be asked to submit a list of references and will be interviewed. All firms submitting SOQs will be notified in writing as to their status in the selection process. For each project, final selection of the most qualified firm will be made primarily upon the written SOQs and interview(s). For each project, the City will notify the selected firm in writing, meet with the consultant to reach a complete and mutual understanding of the scope of services, and begin contract negotiations based on the level of effort deemed appropriate for each project. A separate contract is anticipated for each project. If a satisfactory contract cannot be negotiated, the City will terminate the negotiations with that firm and attempt to negotiate a contract with the next most qualified firm. The process will continue until an agreement is reached or the search is terminated. Submittal Please submit one (1) original and four (4) individually bound copies of the SOQ, along with one (1) compact disc (CD) with an electronic version in PDF format. The submittals are to be delivered to the address below. Submittals are due 5:00 p.m. on Friday, November 1, 2019, no later than 5:00 p.m. (PST). No submittals will be accepted after that date and time. The City will not be liable for delays in delivery of submittals due to handling by the US Postal Service or any other type of delivery service. Faxed or e-mailed submittals will not be accepted. Address submittals to: Renton City Clerk's Office Renton City Hall—71"Floor 1055 S Grady Way Renton,WA 98057-3232 ATTN: Keith Woolley RE: Engineering Services—South 2nd Street Conversion Project and Renton Connector Project Any questions regarding the submittal process and/or the technical aspects of the project should be e- mailed to Keith Woolley at kwoolley@rentonwa.gov. Please write the RFQ title in the subject line. Any questions submitted within three (3) business days of the submittal deadline may not be addressed. Americans with Disabilities Act(ADA) Information The City of Renton in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act(ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be made available in an alternate format by emailing Joey Hamden at Iharnden@rentonwa.gov or by calling collect 425-430-7225. Page 5 of 6 Title VI Statement The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252,42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. Terms and Conditions The City may, at its sole discretion, cancel this Request for Qualifications (RFQ), issue a new RFQ, reject any or all Statements of Qualifications (SOQs), seek or obtain data from any source that has the potential to improve the understanding and evaluation of the responses to this RFQ,seek and receive clarifications to an SOQ and waive any deficiencies, irregularities or technicalities in considering and evaluating the SOQs. This RFQ does not commit the City to enter into a contract. The City assumes no obligations, responsibilities and liabilities, fiscal or otherwise, to reimburse all or part of the costs incurred by the parties responding to this RFQ. All such costs shall be borne solely by each Submitter. Materials submitted in response to this competitive process shall become the property of the City and will not be returned. All submittals received will remain confidential until the City and the selected Consultant sign any contracts resulting from this advertisement. All submittals are deemed public records as defined in RCW 42.56. Page 6 of 6