CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

Similar documents
CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

Request for Proposal

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

PHASE 1 STAFF FACILITIES LOCKER ROOM

A. All Responses to Request for Statements shall be sent to:

CITY OF WALLA WALLA NOTICE: REQUEST FOR PROPOSALS (RFP) VEHICLE/EQUIPMENT REPLACEMENT MODEL

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

Okanogan County Department of Public Works Refrigerant Removal Services

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

REQUEST FOR PROPOSALS

Proposal No:

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR ADULT BASKETBALL REFEREES

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

REQUEST FOR QUALIFICATIONS by the CITY OF MERCER ISLAND, WA for FIRE STATION 92 DESIGN ARCHITECTURAL AND ENGINEERING SERVICES

NOTICE Request For Proposals (RFP) Sunrise Beach Monitoring Plan CRP# 45420

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

Request for Qualifications

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

KITSAP COUNTY PARKS DEPARTMENT

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018

REPORT TO THE CITY COUNCIL rd Avenue NE, Woodinville, WA WWVV.CI.WOODINVILLE.WA.US

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Contractor s Insurance Requirements

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

REQUEST FOR PROPOSALS

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE

Request For Proposal (RFP) for

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

KITSAP COUNTY REQUEST FOR QUALIFICATIONS (RFQ) NOTICE TO CONSULTANTS FOR KITSAP COUNTY FAIR AND FIARGROUNDS

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR PROPOSALS

COBB COUNTY DEPARTMENT OF TRANSPORTATION

1033 Fifth Street Clovis, CA (559)

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

THE SANFORD AIRPORT AUTHORITY ORLANDO SANFORD INTERNATIONAL AIRPORT (SFB)

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

AGREEMENT FOR SERVICES

Real Estate Acquisition Services For Neighborhood Stabilization Program

Mainelli Wagner & Associates, Inc.

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

REQUEST FOR PROPOSAL Compensation Consulting

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS TERMINAL 3 HEADLINE DOLPHIN DESIGN & MAINTENANCE PROGRAM

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

Westwood Village Farmers Market Request for Proposals May 14, 2012

INVITATION TO BID LANDSCAPE SERVICES

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA

METROPOLITAN AIRPORT AUTHORITY OF PEORIA REQUEST FOR PROPOSALS FOR TREE TRIMMING/CLEARING SERVICES. for the

Request For Qualifications Construction Management at Risk

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

ALAMEDA LOCAL AGENCY FORMATION COMMISSION 1221 OAK STREET, SUITE 555 * OAKLAND, CA (510) FAX (510)

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

LEGAL SERVICES RFP # AUGUST 13, 2018

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

CONTRACT NO. AGREEMENT BETWEEN THE CITY OF CHEYENNE AND THE CHEYENNE ANIMAL SHELTER/SERVICES

REQUEST FOR PROPOSALS

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Service Providers for Agency Marketing and Outreach Campaigns

ISSUE DATE: November 8, 2018 DUE DATE: November 28, 2018, 1:00 PM

City of Loveland, Ohio

CITY OF SPOKANE VALLEY Public Works Department

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER LINES

Transcription:

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2019 Pavement Repair Projects Ad Ready Design (PS&E) August 2018 INTRODUCTION In conformance with RCW 39.80, the City of Port Orchard Public Works Department, hereinafter referred to as the City, is requesting professional services qualification for the Civil Engineering, Geotechnical and Surveying Services needed for the preparation of the 2018-2019 Pavement Repair Projects Ad Ready Design (PS&E) for two (2) Project Areas as identified below; Pottery Avenue from Sunset Lane to Clay Lane (+/- 400 LF) to include; waterline replacement, storm drainage improvements, curb/gutter improvements, utility adjustments and pavement repair/taper grinding/hma overlay. Sidney Avenue SW from SW Sedgwick Road to City Limits (+/- 1,000 LF) to include; curb/gutter improvements, utility adjustments and pavement repair/taper grinding/hma overlay. The following subjects are discussed within this Request for Qualification (RFQ) to assist preparation. I. Background II. Required Insurance III. Proposal Format and Content IV. Evaluation Criteria and Selection Process V. Submittal Estimated Schedule: Notice of Award: September 25, 2018 Ad Ready Documents Complete: December 2018 I. Background: The City will be programming the construction of two (2) roadway repair/paving projects within the 2019-2020 Biennial Budget. In order to do so, the City needs to commence with the preparation of the needed Ad Ready PS&E in 2018. The major elements being considered within this RFQ includes the following: Ability to efficiently map the topography, utilities and right-of-way limits on both projects for the Ad Ready PS&E preparation and future construction staking

Ability to efficiently explore sub-grade conditions for geotechnical causes of roadway failures Ability to determine efficient and effective roadway surface and/or roadway sub-grade repairs and document their respective work limits, including traffic control considerations Ability to provide utility improvement designs for water and storm drainage improvements, including storm drainage mitigation plans and report if needed Ability to efficiently prepare Ad-Ready Bid Documents (PS&E) II. Required Insurance: The selected Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or a substitute form providing equivalent liability coverage and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant s Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant s profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident.

2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions; The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The Consultant s insurance coverage shall be primary insurance as respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant s insurance and shall not contribute with it. 2. The Consultant s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers; Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage; Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. III. Proposal Format and Content: In submitting the RFQ, each Consultant acknowledges that the City shall not be liable to any person for any costs incurred therewith or in connection with costs incurred by any proposal in anticipation of Council action approving or disapproving any proposed agreement. The City may accept or reject any proposal or proposed agreement without limitation. Nothing in the Request for Proposals or in subsequent negotiations creates any vested rights in any person. Proposals which do not address the items in this section will be considered incomplete and will be deemed non-responsive by the City. A. Letter of Transmittal B. Narrative: (maximum 3 pages) Brief resumes of the Principal-in Charge and the key technical personnel to be assigned to this project. Discuss the experience of these persons and relate that experience to this project. Include what portion of this contract would be assigned to each person. Discuss your resources and ability to meet the time constraints of the proposed work.

C. References Provide names and telephone numbers of at least three references willing to attest to your firm s ability to complete this project on time and within budget. D. Confirmation of Business Organization On the last page of the RFQ, the Consultant shall identify the business organization under which it operates. Partnerships and joint ventures will list each member s name, address, and business license, tax ID, telephone and fax numbers on a separate sheet of paper attached to the proposal. IV. Evaluation Criteria and Selection Process The basis of award will be to the respondent receiving the most points based on the following criteria: V. Submittal A. Qualifications of the consultant and firm. (MAXIMUM 15 POINTS B. Previous project experience on similar types of work including federally funded projects. (MAXIMUM 20 POINTS C. Knowledge of area. (MAXIMUM 10 POINTS D. Previous municipal work experience. (MAXIMUM 15 POINTS E. Capability of meeting required timelines. (MAXIMUM 30 POINTS F. Response of references. (MAXIMUM 10 POINTS Four (4) copies of the RFQ are due to the City of Port Orchard Department of Public Works prior to 12:00 p.m. (Noon) on Friday, August 31, 2018. Proposals may be hand-delivered, mailed, delivered by courier or e-mail. Submittal Address: City of Port Orchard 216 Prospect Street Port Orchard, WA 98366 Attention: Mark R. Dorsey, P.E. (360) 876-4991 (360) 876-4980 fax Email: mdorsey@cityofportorchard.us

All RFQ s should be clearly marked on the outside of the envelope: 2018 2019 Pavement Repair Projects Ad Ready Design (PS&E) Submittals shall be limited to 10 sheets, double sided excluding resumes, cover sheet and cover letter, and not use plastic or non-recyclable covers or bindings. Inquiries regarding the RFQ can be directed to Mark R. Dorsey, P.E., Public Works Director/City Engineer, at the address and phone number noted above. Before receiving an award, the successful proposer will be required to provide the City of Port Orchard copies of their current State of Washington and City of Port Orchard business licenses and Certificates of Insurance. A committee of individuals to be selected by the City of Port Orchard, Public Works Department, will perform evaluation of the qualifications. The qualifications will be scored and ranked based on the selection committee s evaluation. In the event of close scoring, a shortlist interview may be performed. The firm with the highest cumulative score will be invited to enter into contract negotiations. If an agreement cannot be reached, the second highest consultant may be contacted for negotiations. The City reserves the right to award the contract to the highest ranked firm without further discussions. The City reserves the right to reject all qualifications received. To view the City s terms and conditions, please refer to the draft contract for this project on the City s website at https://www.cityofportorchard.us/bids-and-proposals/. Americans with Disabilities Act (ADA) Information The City of Port Orchard 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 the Public Works Department at publicworks@cityofportorchard.us or by calling (360) 876-4991. Title VI Statement The City of Port Orchard 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. Published: Port Orchard Independent August 17 th 2018 Daily Journal of Commerce August 17 th 2018 City of Port Orchard Website August 17 th 2018