You are here

Home » RFPs for Professional Services - Right of Way Aquisition - Transportation Projects 2018, Renton WA

RFPs for Professional Services - Right of Way Aquisition - Transportation Projects 2018, Renton WA

REQUEST FOR PROPOSALS

PROFESSIONAL SERVICES – RIGHT-OF-WAY (ROW) ACQUISITION

TRANSPORTATION PROJECTS 2018

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 Right-of-Way (ROW) acquisition 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 both projects.

Project Descriptions

1)  S. WELLS AND S. WILLIAMS AVENUES CONVERSION (TIP #8, 2018-2023). This FHWA-funded project will convert Williams Ave S and Wells Ave S between S Grady Way and N 1st Street from one-way to two-way operation. The proposed improvements include new and/or modified traffic signals, raised intersections with curb bulb-outs at S 2nd St and S 3rd St, new segments of sidewalk, landscaping, street furniture, lighting, a bicycle boulevard/green street along Wells Ave S (from Houser Way S to the Cedar River Trail), signage,  markings, and bicycle racks. The project will include modification of two existing at-grade railroad crossings. The estimated construction cost is $8,500,000.

The work to be performed by the consultant includes all Right-of-Way services required for the project and other associated work at the City’s discretion.

Any questions regarding the technical aspects of this project should be e-mailed to Joey Harnden at jharnden@rentonwa.gov.  Please write the RFP title and project name in the subject line. Any questions submitted within three (3) business days of the submittal deadline may not be addressed.

2)  PARK AVENUE NORTH EXTENSION (TIP #12, 2018-2023). This project will extend Park Avenue North from Logan Avenue North, northerly approximately 750 feet. Included within the proposed new right of way will be a four-lane roadway with turn lanes, sidewalks, and landscaping. The project will include a signalized at-grade railroad crossing. The estimated construction cost is $3,000,000. The estimated ROW cost is $3,500,000. The estimated project total cost is $7,500,000.

The work to be performed by the consultant includes all Right-of-Way services required for the project and other associated work at the City’s discretion.

Any questions regarding the technical aspects of this project should be e-mailed to Joey Harnden at jharnden@rentonwa.gov.  Please write the RFP title and project name in the subject line. Any questions submitted within three (3) business days of the submittal deadline may not be addressed.

(3)  STREET OVERLAY PROGRAM (TIP #1, 2018-2023). This is an annual program for repairing and resurfacing existing roadways. Installation of ADA compliant curb ramps has been incorporated into the Street Overlay Program in accordance with federal requirements. This program funds overlays on neighborhood streets and collector streets. The Arterial Rehabilitation Program funds principal and minor arterials. This program allocates $100,000 per year for the overlay of alleyways.

The work to be performed by the consultant includes all Right-of-Way services required for the project and other associated work at the City’s discretion.

Any questions regarding the technical aspects of this project should be e-mailed to Joey Harnden at jharnden@rentonwa.gov.  Please write the RFP title and project name in the subject line. Any questions submitted within three (3) business days of the submittal deadline may not be addressed.

(4)  WALKWAY PROGRAM (TIP #23, 2018-2023). This program provides for the design and construction of non‐motorized transportation facilities for pedestrians. Projects are identified and prioritized using criteria from the Comprehensive Citywide Walkway Study, Council direction, and through coordination with the City's Neighborhood Program.

The work to be performed by the consultant includes all Right-of-Way services required for the project and other associated work at the City’s discretion.

Any questions regarding the technical aspects of this project should be e-mailed to Joey Harnden at jharnden@rentonwa.gov.  Please write the RFP title and project name in the subject line. Any questions submitted within three (3) business days of the submittal deadline may not be addressed.

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 31.92(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. Approved by WSDOT to perform ROW services for Local Programs on federally-funded projects
  4. Position proposed for these projects and availability in 2018, 2019 and 2020
  5. Assuming a negotiated hourly rate contract, list the 2018 hourly rate proposed for each team member

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 property appraisal, ROW acquisition and relocation in the State of Washington, within the past 5 years.

Provide a list of no more than three projects that demonstrate the proposed Project Manager and key team members’ capabilities in property appraisal, ROW acquisition and relocation. 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 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 Right-of-Way process for these projects with the schedules listed above.

  1. Describe your plan to complete the Right-of-Way processes given the schedules provided in the 2018-2023 TIP for each project above.
  2. Describe any challenges you are anticipating to meet these schedules and your plan to mitigate them, if any.
  3. Estimated time to complete the Right-of-Way services for each of the projects.
  4. Estimated cost to complete the Right-of-Way services for each of the projects.

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. For each project, 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 highest ranked firm or firms will be made based upon the responses to this RFP, 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 highest ranked firm.  The process will continue until an agreement is reached or the search is terminated.

Proposal

Please submit one (1) original and four (4) individually bound copies of the proposal, along with an electronic version in PDF format. The submittals are to be delivered to the address below. Proposals are due July 9, 2018, no later than 4:00 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 – 7th Floor

1055 S Grady Way

Renton, WA 98057-3232

ATTN: Joey Harnden

RE: Right-of-Way Services - Transportation Projects 2018

Any questions regarding the submittal process should be e-mailed to Joey Harnden at jharnden@rentonwa.gov.  Please write “Professional Services – Right-of-Way (ROW) Acquisition

Transportation Projects 2018” in the subject line. Any questions submitted within three (3) business days of the submittal deadline may not be addressed.

City of Renton (Agency) Title VI Notice to the Public

Agency hereby gives public notice that it is the Agency’s policy to assure full compliance with Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987, and related statutes and regulations in all programs and activities. Title VI requires that no person shall, on the grounds of race, color, sex, or national origin be excluded from the participation in, be denied the benefits of, or be otherwise subjected to discrimination under any Federal Aid Highway program or other activity for which the Agency receives federal financial assistance. Any person who believes they have been aggrieved by an unlawful discriminatory practice under Title VI has a right to file a formal complaint with

Agency. Any such complaint must be in writing and filed with the Agency Title VI Coordinator within one hundred, eighty (180) days following the date of the alleged discriminatory occurrence. Title VI Discrimination Complaint Forms may be obtained from the Human Resources office at no cost to the complainant by calling 425-430-7380.

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 RFP.  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

Dates of publication in the Renton Reporter and Daily Journal of Commerce:

June 15, 2018 and June 22, 2018

Closing Date: 
Monday, July 9, 2018