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

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

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

Request for Proposal

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

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

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

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

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

PHASE 1 STAFF FACILITIES LOCKER ROOM

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

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

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

REQUEST FOR PROPOSALS

Okanogan County Department of Public Works Refrigerant Removal Services

KITSAP COUNTY PARKS DEPARTMENT

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

Contractor s Insurance Requirements

REQUEST FOR PROPOSAL Compensation Consulting

REQUEST FOR PROPOSALS

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

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

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

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

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

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

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

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

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

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

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

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

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

Request for Qualifications

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

Request For Proposal (RFP) for

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

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

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

Proposal No:

Service Providers for Agency Marketing and Outreach Campaigns

1033 Fifth Street Clovis, CA (559)

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

CITY OF SPOKANE VALLEY Public Works Department

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

Request for Proposal For Scrap Metal Removal

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

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

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Notice of Request for Proposals

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

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

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

MIDDLESEX COUNTY UTILITIES AUTHORITY

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

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

REQUEST FOR PROPOSALS

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

Real Estate Acquisition Services For Neighborhood Stabilization Program

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

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

Notice of Request for Proposals

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

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

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

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

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

Westwood Village Farmers Market Request for Proposals May 14, 2012

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

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

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

INVITATION TO BID LANDSCAPE SERVICES

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

COBB COUNTY DEPARTMENT OF TRANSPORTATION

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

RFP REQUEST FOR PROPOSAL. for AUDIT SERVICES. for BOULDER HOUSING PARTNERS. April 5, 2017 Requested Return: May 1, 2017

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

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

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

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

REQUEST FOR PROPOSALS

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

CITY OF CHELAN. REQUEST FOR PROPOSALS (RFP) Consultant for Solid Waste, Recycling, and Organics Collection Services

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

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

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

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

REQUEST FOR PROPOSALS

City of Bellevue Request for Proposal Legal Notice

Request For Qualifications Construction Management at Risk

Mobile and Stationary Security Patrol Services

REQUEST FOR PROPOSALS

Transcription:

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2020 Well No. 13 Final Ad Ready Design, Permitting, Bid Support and Construction Administration Services March 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 Engineering, Geotechnical and Surveying Services needed for the preparation of the 2018 Well No. 13 Final Ad Ready Design, Permitting, Bid Support and Construction Administration Services. The following subjects are discussed in this Request for Qualification (RFQ) to assist preparation. I. Background II. Scope of Services III. Required Insurance IV. Proposal Format and Content V. Evaluation Criteria and Selection Process VI. Submittal I. Background: The Well No. 13 Project (previously Well No. 10) has been nearly 14-years in development and is a major step in water supply independence for the City of Port Orchard. The primary elements to be considered when establishing professional qualifications include the following: Ability to efficiently map the Project Areas (Well #13 & Well #6 Sites, the connecting corridor between Well #13 and Well #6, and the transmission corridor to the Melcher Pump Station) for PS&E preparation and future construction staking. Ability to efficiently explore sub-grade conditions at the Well #13 and Well #6 Sites. Ability to efficiently and effectively design water treatment improvements for the Well #13 and the water transmission main improvements connecting Well #13 to Well #6. Ability to efficiently and effectively design water transmission main improvements between the Well #6 Site and the 260 and 390 zones and PRV Stations as needed. Ability to efficiently and effectively design roadway improvements along the water transmission main route(s)

Ability to efficiently prepare documentation and obtain permit approvals from State and Local permit issuing agencies Ability to provide Project Bid support construction staking and construction administrative services II. Required Insurance: The 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 a proposal, 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. (maximum 3 pages) A description of the work, including unit prices that your firm can provide. 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 proposal, the proposer shall identify the business organization under which it operates (form provided in RFP). 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 proposals are due to the City of Port Orchard, Washington, Department of Public Works Office prior to 12:00 p.m. (Noon) on Thursday, April 12, 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 proposals should be clearly marked on the outside of the envelope: 2018 Final Ad Ready Design for Well No. 13. All copies should be duplex printed, and not use plastic or non-recyclable covers or bindings. Inquiries regarding the RFP can be directed to Mark 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 proposals. The proposals 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 proposer 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 proposals received. Additionally, the City reserves the right to offer one-one year extension prior to contract expiration to retain the selected firms services for construction projects during 2019-2020. 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. Dates of publication in the Port Orchard Independent and Daily Journal of Commerce: March 23, 2018 and March 30, 2018.