Loading...
HomeMy WebLinkAboutComplete RFQ Document PUBLIC WORKS DEPARTMENT �uiu��irk , TRANSPORTATION SYSTEMS DIVISION u»»�u�»,,»�Y„� ,,, I11111 ���G REQUEST FOR PROPOSALS PROFESSIONAL SERVICES— ENVIRONMENTAL AND PERMITTING TRANSPORTATION PROJECTS 2019 The City of Renton (City), in accordance with Chapter 39.26 RCW, is soliciting proposals from Professional Services Consultants for the projects listed below.The City is seeking consultants with offices located in the State of Washington and licensed to do business in the State of Washington and with expertise in Environmental Services and Permitting for FHWA-funded Transportation projects. Interested consultants must submit proposals as outlined below. Disadvantaged, minority and women- owned firms are encouraged to respond. A separate contract will be issued for each project listed below. A separate consultant may be chosen for each project or one consultant for two or more projects. Project Descriptions South 2nd Street Conversion Project (TIP#24, 2019-2024). This project will convert South 211 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 voluntary 10% SBE 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. The work to be performed by the consultant includes all environmental services and permitting required for the project and other associated work at the City's discretion, including SWPP preparation and environmental observation services during construction, for the 2019 through 2024 program years. NEPA/SEPA documents will be required for this project. Page 1 of 6 Renton Connector, S 2nd Street to S 5th Street (TIP #22, 2019-2024). 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 voluntary 10% SBE goal. Intersection improvements will include traffic signalization improvements and curb ramp upgrades to ADA standards. The work to be performed by the consultant includes all environmental services and permitting required for the project and other associated work at the City's discretion, including SWPP preparation and environmental observation services during construction, for the 2019 through 2024 program years. NEPA/SEPA documents will be required for this project. Renton Elementary and Middle School Crossings (TIP#24, 2020-2025).This project will upgrade crosswalk markings, upgrade to ADA accessible curb ramps, install a pedestrian refuge island and rectangular rapid flashing beacon (RRFB) systems with push buttons, and install bulb- outs/widen sidewalks. Project funding is from the Highway Safety Improvement Program (HSIP), Federal Funding. The non-A&E consultant contract for this project will not include an Underutilized Disadvantaged Business Enterprise (UDBE) agreement goal and will include a voluntary Small Business Enterprise (SBE) goal of 10%. The project schedule is design in 2019- 2020, with anticipated construction in 2020. The work to be performed by the consultant all environmental services and permitting for the project and other associated work at the City's discretion. NEPA/SEPA documents will be required for this project. SW 43rd Street Resurfacing Project (TIP#2.1, 2020-2025). This project will resurface the roadway from the western city limits to the SR 167 ramps, except where there are existing concrete panels. The proposed improvements also include upgrading all intersection ramps to current PROWAG standards and replace all delineation to City of Renton standards. Also included in this project are the adjustment or evaluation for replacement of existing features affected by resurfacing such as monuments, catch basins, or drainage grates. The work to be performed by the consultant includes all environmental services and permitting required for the project and other associated work at the City's discretion, including SWPP preparation and environmental observation services during construction, for the 2019 through 2024 program years. Any questions regarding the technical aspects of these projects should be e-mailed to Joey Hamden at jharnden@rentonwa.gov. Please write the RFP title and project name in the subject Page 2 of 6 line. Any questions submitted within three (3) business days of the submittal deadline may not be addressed. The consultant may submit on any or all of the listed projects. Information to be provided in the proposal In addition to the items listed below, proposals from consulting firms must include the firm name; phone and fax numbers; 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 proposal for the prime consultant and each sub-consultant (if any). Refer to WSDOT Local Agency Guidelines, Chapter 31, Appendix 31.72(a) and (b) for the forms. Evaluation Criteria Project Team: (25 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 with firm 3. Credentials, training certificates 4. Position proposed for these projects and availability in 2019, 2020 and 2021 Project Experience: (20 points, 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. FHWA/WSDOT NEPA Process 2. Local Agency SEPA Process (in particular City of Renton) 3. WDFW HPA 4. USACE Corp permit(s) 5. Cultural Resources 6. Project sites with contaminated materials 7. Native American Tribes Page 3 of 6 Provide a list of no more than three projects that demonstrate the proposed Project Manager and key team members' capabilities for the areas 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. Include a list of all permits and approvals obtained for each project. Project Approach: (70 points, max.) The purpose of this category is to evaluate the ability of the Firm(s), proposed Project Manager and key team members to complete the environmental process for these projects with the schedules listed above. 1. Describe your plan to complete the environmental and permitting processes given the schedules provided in the 2019-2024 TIP above for each project. 2. Include a list of permits you would procure for each project. 3. Describe any challenges you are anticipating to meet these schedules and your plan to mitigate them, if any. 4. Estimated time to complete the services and permitting for each of the projects. 5. Estimated cost to complete the services and/or permitting for each of the categories listed under"Project Experience" for each of the projects submitted for. Completeness, clarity and brevity of proposal: (5 points, max.) The purpose of this category is to evaluate the ability of the Firm(s) to follow directions. The proposal must contain all of the required information, organized in a clear manner on a maximum of four (4) 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 proposal. Consultant Evaluation and Selection Process After the proposals have been evaluated, the highest ranked firms may be asked to submit a list of references and will be interviewed. All firms submitting proposals will be notified in writing as to their status in the selection process. Final selection of the most qualified firm or firms will be made based upon the reference responses and interviews. 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. There will be a separate contract for each project. If satisfactory contracts cannot be negotiated, the City will terminate the negotiations with that firm and attempt to negotiate contracts with the next most qualified firm. The process will continue until an agreement is reached or the search is terminated. Page 4 of 6 Proposal Please submit one (1) original and four (4) individually bound copies of the proposal, along with one (1) USB Flash Drive with an electronic version in PDF format. The submittals are to be delivered to the address below. Proposals are due Friday, November 15, 2019, no later than 5:00 p.m. (PST). No Proposals will be accepted after that date and time. The City will not be liable for delays in delivery of proposals due to handling by the US Postal Service or any other type of delivery service. Faxed or e-mailed proposals will not be accepted. Address proposals to: Renton City Clerk's Office Renton City Hall —7t" Floor 1055 S Grady Way Renton, WA 98057-3232 ATTN: Joey Harnden RE: Environmental Services and Permitting-Transportation Projects 2019 Any questions regarding the submittal process should be e-mailed to Joey Harnden at jharnden@rentonwa.gov. Please write "Environmental Services and Permitting - Transportation Projects 2019" 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 Harnden at jharnden@rentonwa.gov or by calling collect 425- 430-7225. 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 applicants that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises, as defined at 49 CFR Part 23, 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. Page 5 of 6 Terms and Conditions The City may, at its sole discretion, cancel this Request for Proposals (RFP), issue a new RFP, reject any or all proposals, seek or obtain data from any source that has the potential to improve the understanding and evaluation of the responses to this RFP, seek and receive clarifications to a proposal and waive any deficiencies, irregularities or technicalities in considering and evaluating the proposals. This selection process 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 invitation. All such costs shall be borne solely by each respondent. Materials submitted in response to this competitive process shall become the property of the City and will not be returned. All submitted materials are deemed public records. Jason A. Seth, City Clerk Page 6 of 6