DESIGN SERVICES for PRESERVATION ADA IMPROVEMENTS

expired opportunity(Expired)
From: Clark(County)
888

Basic Details

started - 13 Mar, 2024 (1 month ago)

Start Date

13 Mar, 2024 (1 month ago)
due - 03 Apr, 2024 (24 days ago)

Due Date

03 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
888

Identifier

888
Clark County

Customer / Agency

Clark County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST for PROPOSAL #888 PROFESSIONAL, TECHNICAL AND EXPERT SERVICES Clark County Washington RELEASE DATE: WEDNESDAY, MARCH 13, 2024 DUE DATE: WEDNESDAY, APRIL 3, 2024 by 1:30 pm Request for Proposal for: DESIGN SERVICES for PRESERVATION ADA IMPROVEMENTS SUBMIT: One (1) Original Four (4) Complete Copies ONE (1) Complete Electronic Copy (USB Flash Drive w/ PDF Files) of the Proposal to: Shipping Method of your Choice or Hand Delivery Clark County ATTN: Office of Purchasing 1300 Franklin Street, 6th Floor, Suite 650 Vancouver WA 98660 564-397-2323 United States Postal Service Clark County ATTN: Office of Purchasing PO Box 5000 Vancouver WA 98666-5000 564-397-2323 Office Hours: 8:00 am – 3:00 pm, Monday – Friday, except Legal Holidays. No electronic submissions. **Proposals must be delivered to the Purchasing office – No Exceptions **Proposals must be date and time stamped by Purchasing staff by 1:30 pm on due date. **Proposal shall be sealed and clearly marked on the package cover with
RFP #, Title & Company Name Refer Questions to Project Manager: Paul Morin Project Manager / Public Works Paul.Morin@clark.wa.gov 564-397-4394 mailto:Paul.Morin@clark.wa.gov General Terms and Conditions ADMINISTRATIVE REQUIREMENTS - Contractors shall comply with all management and administrative requirements established by Washington Administrative Code (WAC), the Revised Code of the State of Washington (RCW), and any subsequent amendments or modifications, as applicable to providers licensed in the State of Washington. ALL proposals submitted become the property of Clark County. It is understood and agreed that the prospective Proposer claims no proprietary rights to the ideas and written materials contained in or attached to the proposal submitted. Clark County has the right to reject or accept proprietary information. AUTHORSHIP - Applicants must identify any assistance provided by agencies or indivi- duals outside the proposers own organization in preparing the proposal. No contingent fees for such assistance will be allowed to be paid under any contract resulting from this RFP. CANCELLATION OF AWARD - Clark County reserves the right to immediately cancel an award if the contractual agreement has not been entered into by both parties or if new state regulations or policy make it necessary to change the program purpose or content, discontinue such programs, or impose funding reductions. In those cases where negotiation of contract activities are necessary, Clark County reserves the right to limit the period of negotiation to sixty (60) days after which time funds may be unencumbered. CONFIDENTIALLY - Proposer shall comply with all applicable state and federal laws governing the confidentiality of information. CONFLICT OF INTEREST - All proposals submitted must contain a statement disclosing or denying any interest, financial or otherwise, that any employee or official of Clark County or the appropriate Advisory Board may have in the proposing agency or proposed project. CONSORTIUM OF AGENCIES - Any consortium of companies or agencies submitting a proposal must certify that each company or agency of the consortium can meet the requirements set forth in the RFP. COST OF PROPOSAL & AWARD - The contract award will not be final until Clark County and the prospective contractor have executed a contractual agreement. The contractual agreement consists of the following parts: (a) the basic provisions and general terms and conditions, (b) the special terms and conditions, (c) the project description and goals (Statement of Work), and (d) the budget and payment terms. Clark County is not responsible for any costs incurred prior to the effective date of the contract. Clark County reserves the right to make an award without further negotiation of the proposal submitted. Therefore, the proposal should be submitted in final form from a budgetary, technical, and programmatic standpoint. DISPUTES - Clark County encourages the use of informal resolution to address complaints or disputes arising over any actions in implementing the provisions of this RFP. Written complaints should be addressed to Clark County – Purchasing, P.O. Box 5000, Vancouver, Washington 98666-5000. DIVERSITY IN EMPLOYMENT AND CONTRACTING REQUIREMENTS - It is the policy of Clark County to require equal opportunity in employment and services subject to eligibility standards that may be required for a specific program. Clark County is an equal opportunity employer and is committed to providing equal opportunity in employment and in access to the provision of all county services. Clark County's Equal Employment Opportunity Plan is available at http://www.clark.wa.gov/hr/documents.html. This commitment applies regardless of race, color, religion, creed, sex, marital status, national origin, disability, age, veteran status, on-the-job injury, or sexual orientation. Employment decisions are made without consideration of these or any other factors that are prohibited by law. In compliance with department of Labor Regulations implementing Section 504 of the rehabilitation Act of 1973, as amended, no qualified handicapped individual shall be discriminated against in admission or access to any program or activity. The prospective contractor must agree to provide equal opportunity in the administration of the contract, and its subcontracts or other agreements. MUNICIPAL RESEARCH and SERVICE CENTER - Clark County (WA) contracts with the Municipal Research and Service Center (MRSC) to maintain our Consultant, Small Works and Vendor rosters. To be eligible to participate in this Clark County public solicitation and the resulting contract, your business must be registered with the MRSC Rosters. Failure to register may result in your proposal being marked nonresponsive. Be sure to select Clark County in your application. If you have questions about the registration process, contact the MRSC Rosters at 206-436-3798 or https://mrscrosters.org/businesses/business-membership/ INDEPENDENT PRICE DETERMINATION - The prospective contractor guarantees that, in connection with this proposal, the prices and/or cost data have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition. This does not preclude or impede the formation of a consortium of companies and/or agencies for purposes of engaging in jointly sponsored proposals. INTERLOCAL AGREEMENT - Clark County has made this RFP subject to Washington State statute RCW 39.34. Therefore, the proposer may, at the proposers option, extend identical prices and services to other public agencies wishing to participate in this RFP. Each public agency wishing to utilize this RFP will issue a purchase order (or contract) binding only their agency. Each contract is between the proposer and the individual agency with no liability to Clark County. LIMITATION - This RFP does not commit Clark County to award a contract, to pay any costs incurred in the preparation of a response to this RFP, or to procure or contract for services or supplies. LATE PROPOSALS - A proposal received after the date and time indicated above will not be accepted. No exceptions will be made. ORAL PRESENTATIONS - An oral presentation may be required of those prospective contractors whose proposals are under consideration. Prospective contractors may be informed that an oral presentation is desired and will be notified of the date, time and location the oral presentation is to be conducted. OTHER AUDIT/MONITORING REQUIREMENTS - In addition, auditing or monitoring for the following purposes will be conducted at the discretion of Clark County: Fund accountability; Contract compliance; and Program performance. PRICE WARRANT - The proposer shall warrant that the costs quoted for services in response to the RFP are not in excess of those which would be charged any other individual or entity for the same services performed by the prospective contractor, in a similar socioeconomic, geographical region. PROTESTS - Must be submitted to the Purchasing Department. PUBLIC SAFETY - May require limiting access to public work sites, public facilities, and public offices, sometimes without advance notice. The successful Proposer’s employees and agents shall carry sufficient identification to show by whom they are employed and display it upon request to security personnel. County project managers have discretion to require the successful Proposer’s employees and agents to be escorted to and from any public office, facility or work site if national or local security appears to require it. ACCEPTANCE or REJECTION OF PROPOSALS - Clark County reserves the right to accept or reject any or all proposals received as a result of this RFP, to negotiate with any or all prospective contractors on modifications to proposals, to waive formalities, to postpone award, or to cancel in part or in its entirety this RFP if it is in the best interest of Clark County to do so. SUBCONTRACTING - No activities or services included as a part of this proposal may be subcontracted to another organization, firm, or individual without the approval of Clark County. Such intent to subcontract shall be clearly identified in the proposal. It is understood that the contractor is held responsible for the satisfactory accomplishment of the service or activities included in a subcontract. VERBAL PROPOSALS - Verbal proposals will not be considered in making the award of any contract as a result of this RFP. WORKERS COMPENSATION INSURANCE – The contractor shall comply with R.C.W. Title 51- with minimum coverage limits of $500,000 for each accident, or provide evidence that State law does not require such coverage. FOR ALTERNATIVE FORMATS Clark County ADA Office: V: 564-397-2322 ADA@clark.wa.gov http://www.clark.wa.gov/hr/documents.html https://gcc02.safelinks.protection.outlook.com/?url=https%3A%2F%2Fmrscrosters.org%2Fbusinesses%2Fbusiness-membership%2F&data=05%7C02%7CKoni.Odell%40clark.wa.gov%7C545f54648f6649c1c7f008dc0bedb2de%7C389c6904b0734843a92d4a72a350cf02%7C1%7C0%7C638398363684410633%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=cOrK4OaoG7QxDKCkuRh5QUL0GLYkJo0jMX4M6Gacknw%3D&reserved=0 mailto:ADA@clark.wa.gov Request for Proposals Table of Contents PART I PROPOSAL REQUIREMENTS Section IA: General Information 1. Introduction 2. Background 3. Scope of Project 4. Project Funding 5. Title VI Statement 6. Timeline for Selection 7. Employment Verification Section IB: Work Requirements 1. Required Services 2. County Performed Work 3. Deliverables and Schedule 4. Place of Performance 5. Period of Performance 6. Prevailing Wage 7. Debarred / Suspended 8. Americans with Disabilities Act (ADA) Information 9. Public Disclosure 10. Insurance/Bond 11. Plan Holders List PART II PROPOSAL PREPARATION AND SUBMITTAL Section IIA: Pre-Submittal Meeting/Clarification 1. Pre-Submittal Meeting 2. Proposal Clarification Section IIB: Proposal Submission 1. Proposals Due 2. Proposal Section IIC: Proposal Content 1. Cover Sheet 2. Project Team 3. Management Approach 4. Respondent’s Capabilities 5. Project Approach and Understanding 6. Proposed Cost 7. Employment Verification PART III PROPOSAL EVALUATION & CONTRACT AWARD Section IIIA: Proposal Review and Selection 1. Evaluation and Selection 2. Evaluation Criteria Scoring Section IIIB: Contract Award 1. Consultant Selection 2. Contract Development 3. Award Review 4. Orientation/Kick-off Meeting ATTACHMENTS A: Proposal Cover Sheet B: Letter of Interest C: Certification Regarding Debarment, Suspension and Other Responsibility Matters Form D. Project Location Maps Request for Proposal #888 Design Services for Preservation ADA Improvements Part I Proposal Requirements Section IA General Information 1. Introduction The purpose of this Request for Proposal (RFP) is to obtain, in full and open competition, proposals for required design services, including surveying, civil engineering, right-of-way document preparation (if necessary), design support during construction, and potentially other services as needed, to support the improvement project described herein. The required services are generally described below in Section 1B. Clark County (WA) contracts with the Municipal Research and Service Center (MRSC) to maintain our Consultant, Small Works and Vendor Rosters. To be eligible to participate in this Clark County public solicitation and the resulting contract your business must be registered with the MRSC Rosters. Failure to register may result in your proposal being marked nonresponsive. Be sure to select Clark County in your application. If you have questions about the registration process, contact the MRSC Rosters at 206-436-3798 or https://mrscrosters.org/businesses/business-membership/ If your company contact details are not on the Plan Holder List at https://clark.wa.gov/internal-services/request-proposal-1 Attachment B, Letter of Interest must be submitted to participate in this RFP. Proposers shall respond to all sections to be considered. Clark County has made this Request for Proposal subject to Washington State statute RCW 39.34 Interlocal Cooperation Act. The proposer may opt to extend identical services and prices to qualified public agencies. Each contract is between the proposer and individual agency binding only their agency, with no liability to Clark County. 2. Background This project is part of the county’s ongoing sidewalk and ADA program. The project will provide ADA compliance in association with the county’s pavement preservation program. ADA improvements are required for hot mix asphalt (HMA) and cape seal treatments. 3. Scope of Project The Consultant will provide the surveying and civil engineering services for the subject projects. The services shall consist of survey, civil design, and preparation of biddable and constructible sets of plans, specifications and estimate (PS&E), in accordance with applicable Federal, State and County standards. These efforts shall include project site survey, ramp design, push button modifications, plan preparation as needed (including traffic control, landscape restoration, erosion control, stormwater management, and right of way plans), specifications, bid packages and construction support for curb ramp retrofits with the County’s Americans with Disabilities Act (ADA) program. Two biddable projects are anticipated with approximately 100 ramps included on each project. Construction is anticipated to begin in October 2025, but must be completed by May 2026. 4. Project Funding The project is included in the adopted 2024-2029 Transportation Improvement Plan. The project will be funded with local funding (Road Fund). https://mrscrosters.org/businesses/business-membership/ https://clark.wa.gov/internal-services/request-proposal-1 Request for Proposal #888 Design Services for Preservation ADA Improvements 5. Title VI Statement Title VI Statement Clark County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d‐4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. El Condado de Clark, de acuerdo con las disposiciones del Título VI de la Ley de Derechos Civiles de 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d a 2000d‐4) y el Reglamento, por la presente notifica a todos los postores que se asegurará afirmativamente de que cualquier contrato celebrado de conformidad con este anuncio, las empresas comerciales desfavorecidas tendrán la oportunidad plena y justa de presentar ofertas en respuesta a esta invitación y no serán discriminadas por motivos de raza, color u origen nacional en consideración a un laudo. La políza del condado de Clark es garantizar que ninguna persona por motivos de raza, color, origen nacional o sexo según lo dispuesto en el Title VI of the Civil Rights Act de 1964, según enmendada, sea excluida por participar en, ser negado los beneficios de, o ser discriminado por cualquier programa o actividad patrocinada por el condado. Para preguntas relacionadas con el programa de Title VI de Obras Públicas del condado de Clark, o para servicios de interpretación o traducción para personas que no hablan inglés. O para que los materiales estén disponibles en un formato alternativo, comuníquese con el coordinador del Title VI de Obras Públicas del condado de Clark por correo electrónico a CCPW-TitleVI@clark.wa.gov o por teléfono a 564-397-4944. Las personas con problemas de audición / habla pueden llamar a Washington Relay Center al 711. For questions regarding Clark County Public Works’ Title VI Program, or for interpretation or translation services for non-English speakers, or otherwise making materials available in an alternate format, contact Clark County Public Works’ Title VI Coordinator via email at CCPW- TitleVI@clark.wa.gov or phone at 564-397-4944. Hearing/speech impaired may call the Washington Relay Center at 711. 6. Timeline for Selection The following dates are the intended timeline: Deadline for Questions and Answers March 27, 2024 Final date for Addendum, if needed March 28, 2024 Proposals Dues April 3, 2024 Proposal Review/Evaluation Period April 17, 2024 Interviews May 1 – 8, 2024 Selection Committee Recommendation May 9, 2024 Contract Negotiation/Execution May 10 – July 15, 2024 Contract Intended to Begin August 2024 mailto:CCPW-TitleVI@clark.wa.gov mailto:CCPW-TitleVI@clark.wa.gov%20or%20phone%20at%20564-397-4944. mailto:CCPW-TitleVI@clark.wa.gov%20or%20phone%20at%20564-397-4944. Request for Proposal #888 Design Services for Preservation ADA Improvements 7. Employment Verification The Contractor, if awarded the Contract, shall register and enter into a Memorandum of Understanding (MOU) with the Department of Homeland Security E-Verify program before execution of the Contract. The Contractor shall ensure all Contractor employees and any sub- contractor(s) assigned to perform work under this Agreement are eligible to work in the United States. The Contractor shall provide verification of compliance upon County request. Failure by Contractor to comply with this subsection shall be considered a material breach. (Sole Proprietors must submit a letter stating such.) Request for Proposal #888 Design Services for Preservation ADA Improvements Section IB Work Requirements 1. Required Services The consultant team will work closely with designated county personnel on the project. Subcontracting by consultants is acceptable; however, a single firm must be identified as the “prime” and subcontracts must include the necessary clauses from the Clark County contracts. The required services (anticipated but not necessarily limited to) are described below. Submittal milestones will be confirmed prior to contracting. INITIATION, COORDINATION and MEETINGS Provide on-going consultant project management, coordination, and communication with the project design team and county staff throughout the project. Includes all coordination and communication necessary to successfully accomplish the project work. • Initial kick-off meeting with Clark County • Up to 24 project team / progress meetings through end of project term • Up to 10 coordination meetings with county staff for project review • Design review meetings at 60%, 90%, and 99% preliminary plan submittals PUBLIC OUTREACH and ACCESS HEARINGS • Participate in public involvement activities managed by Clark County, throughout the project design phase, including; • Provide up to 4 exhibits or Heads-Up notices ENGINEERING SERVICES Submittals: • Compilation of plans, specifications, and estimates (PS&E) and preparation of bidding documents. Documents shall be biddable and constructible, taken through a QA/QC process by the consultant and prepared and stamped by a professional engineer licensed in the State of Washington. o 60%: Provide plan sheets and a cost estimate. Specifications are not required. o 90%: Provide plan sheets, cost estimate, and draft technical special provisions. o 99% Provide plan sheets, cost estimate, and draft technical special provisions. o 100%: Provide Final plan sheets, cost estimate and technical special provisions. • At 60%, discuss all encroachments. Coordinate with County project manager, surveyor, real property services, the need for additional right-of-way or easements. CIVIL ENGINEERING • All work necessary to determine geometric parameters for a final layout and produce supporting documentation in accordance with WSDOT guidelines and County Road Standards. • Design and plans to be prepared using AutoCAD Civil 3D 2018 or higher format. • Visit the project locations to review site conditions. • Based on County review comments, revise 90% and 99% PS&E documents and prepare and submit final plans for bidding. If needed, County may require a pre submittal meeting to review comment resolution. • Provide plans for subsurface and overhead utility conflicts. • Prepare Stormwater Technical Information Report/ memo for County review, if required. • Support county staff in responding to bid inquiries and preparing addendums. Request for Proposal #888 Design Services for Preservation ADA Improvements • Provide design clarifications, submittal reviews, change order drawings, and other support during construction. • Have design lead team members available, either in person, by phone or email, during construction and attended weekly construction meetings, if needed. • Support Environmental permitting process with necessary documentation. Service Assumptions • There are no federal funds on this project. • Provide necessary environmental documentation and permitting support for County project manager and permit coordinator. • Adhere to project schedule. • Advise project manager and coordinator of permits required for the project. • Attend team meetings on an as needed basis. • Meet with agency personnel, property owners, and other consultants as requested by the County. Consultants to prepare specifications based on specific project requirements for Div. 2 – Div. 9 and for submittal with the 90%, 99% and Final Documents. Construction Cost Estimate shall be based on current bid tabs provided by the County and researched information from other local agencies. Note that the list of services described in this Request for Proposal is for informational purposes and is subject to change following final selection of a consultant. 2. County Performed Work The work to be performed and/ or provided by County staff is listed below: • Management of the overall project, including the internal and consultant project teams. • Coordinate public involvement. • Conduct property owner notifications and if applicable, acquire access permissions. • County will acquire title reports if needed. • County will be responsible for obtaining appraisals. • Acquire all property rights necessary for the project. • Administer grants and project funding. • Coordinate all environmental permitting submittals and correspondence with federal, state, and local agencies. • County will coordinate with utilities and other agencies, with assistance from consultant. • County will provide a base set of Special Provisions for Consultants review. • Assist with the development and review of specifications and other bid documents. • Provide current bid tabs from other county projects. • Manage bidding and construction of the project and provide inspection. Request for Proposal #888 Design Services for Preservation ADA Improvements 3. Deliverables & Schedule The following schedule is preliminary and subject to change, but provides a rough framework of timelines and expectations for the first biddable project. The second biddable project is expected to begin simultaneously or shortly after with construction completion by May 2026. 50% Design November 2024 90% Design Submittal February 2025 99% Design Complete April 2025 PS&E Complete June 2025 Probable Start of Construction October 2025 4. Place of Performance Contract performance may take place in the County’s facility, virtually or any agreed upon combination thereof. 5. Period of Performance A contract awarded as a result of this RFP will be for two (2) years and four (4) months and is intended to begin August 2024 and end December 31, 2026. Clark County reserves the right to extend the contract resulting from this RFP for a period of three (3) additional years, in one (1) year increments, with the same terms and conditions, by service of a written notice of its intention to do so prior to the contract termination date. Cost for additional option year(s) shall be reviewed prior to extension of the contract. The county also reserves the right to terminate the contract, with thirty (30) days written notice, at any time if the requirements of the contract are not being met satisfactorily, solely in the county’s judgment. 6. Prevailing Wage Applicable to all public work as defined in RCW 39.04.010(4) Public Works Definition Pursuant to Washington State RCW 39.12 PREVAILING WAGES ON PUBLIC WORKS all work identified in this project as a public work requires the contractor to pay Washington State prevailing wages and file all affidavits of intent to pay with the WA State Dept of Labor & Industries. Contractors shall meet the requirements for Prevailing Wage and public works requirements, per RCW 39.04.350 BIDDER RESPONSIBILITY CRITERIA – SWORN STATMENT – SUPPLEMENTAL CRITERIA. For this project select the Clark County rates that apply on the proposal closing date from either of these sites: http://www.wsdot.wa.gov/Design/ProjectDev/WageRates/default.htm http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates Before payment is made by the Local Agency of any sums due under this contract, the Local Agency must receive from the Contractor and each Subcontractor a copy of "Statement of Intent to Pay Prevailing Wages" (Form L & I Number 700-29) approved by the Washington State Department of Labor and Industries. A fee of $45.00 per each "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" is required to accompany each form submitted to this Department of Labor and Industries. The Contractor is responsible for payment of these fees and shall make all applications directly to the Department of Labor and Industries. These fees shall be incidental to all the proposed items of this contract. http://www.wsdot.wa.gov/Design/ProjectDev/WageRates/default.htm http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates Request for Proposal #888 Design Services for Preservation ADA Improvements 7. Debarred/Suspended Federally or Washington State debarred or suspended suppliers may not participate in this Request for Proposal. All proposer’s must fill out, sign and submit the “Certification Regarding Debarment, Suspension, and Other Responsibility Matters” form with their proposal to be eligible to participate. 8. Americans with Disabilities Act (ADA) Information Clark County 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 ADA@clark.wa.gov or by calling 564-397-2322. 9. Public Disclosure This procurement is subject to the Washington Public Records Act (the “Act”), chapter 42.56 RCW. Once in the County’s possession, all of the RFP Submittals shall be considered public records and available for public records inspection and copying, unless exempt under the Act. If a Respondent or Proposer considers any portion of an RFP Submittal to be protected under the law, whether in electronic or hard copy form, the Respondent or Proposer shall clearly identify each such portion with the word “PROPRIETARY”. The County will notify the Respondent or Proposer in writing of the request and allow the Respondent or Proposer ten (10) days to obtain a court order enjoining release of the record(s). If the Respondent or Proposer does not take such action within the ten (10) day period, the County will release the portions of the RFP Submittal deemed subject to disclosure. All Respondents and Proposers who provide RFP Submittals for this procurement accept the procedures described above and agree that the County shall not be responsible or liable in any way for any losses that the party may incur from the disclosure of records to a third party who requests them. 10. Insurance/Bond The firm award the contract will be required to have insurance in effect as specified in the contract under Section XII Legal Relations. See: https://wsdot.wa.gov/sites/default/files/2021-10/LP_AEPS-NegotiatedHourlyRate.pdf 11. Plan Holders List All proposers are required to be listed on the plan holders list.  Prior to submission of proposal, confirm your organization is on the Plan Holders List below: To view the Plan Holders List, click on the link below or copy and paste into your browser. Clark County RFP site: https://clark.wa.gov/internal-services/purchasing-overview • If your organization is NOT listed, submit Attachment B - Letter of Interest to ensure your inclusion. • Proposals received by Clark County by proposers not included on the Plan Holders List may be considered non-responsive. mailto:ADA@clark.wa.gov https://wsdot.wa.gov/sites/default/files/2021-10/LP_AEPS-NegotiatedHourlyRate.pdf https://clark.wa.gov/internal-services/purchasing-overview Request for Proposal #888 Design Services for Preservation ADA Improvements Part II Proposal Preparation and Submittal Section IIA Pre-Submittal Meeting / Clarification 1. Pre-Submittal Meeting There are no plans to hold a pre-submittal meeting. 2. Proposal Clarification Questions and Requests for Clarification regarding this Request for Proposal must be directed in writing, via email, to the person listed on the cover page. The deadline for submitting such questions/clarifications is March 27, 2024 by 1:30 pm. An addendum will be issued no later than March 28, 2024 to all recorded holders of the RFP if a substantive clarification is in order. The Questions & Answers/Clarifications are available for review at the link below. Each proposer is strongly encouraged to review this document prior to submitting their proposal. Clark County RFP site: https://clark.wa.gov/internal-services/request-proposal-1 Section IIB Proposal Submission 1. Proposals Due Sealed proposals must be received no later than the date, time and location specified on the cover of this document. The outside of the envelope/package shall clearly identify: 1. RFP Number and; 2. TITLE and; 3. Name and Address of the Proposer. Responses received after submittal time will not be considered and will be returned to the Proposer - unopened. Proposals received with insufficient copies (as noted on the cover of this document) cannot be properly disseminated to the Review Committee and other reviewers for necessary action, therefore, may not be accepted. 2. Proposal Proposals must be clear, succinct and not exceed ten (10) pages, excluding resumes, E-Verify, coversheet and debarment form. Proposer’s who submit more than the pages indicated may not have the additional pages of the proposal read or considered. For purposes of review and in the interest of the County, the County encourages the use of submittal materials (i.e. paper, dividers, binders, brochures, etc.) that contain post-consumer recycled content and are readily recyclable. The County discourages the use of materials that cannot be readily recycled such as PVC (vinyl) binders, spiral bindings, and plastic or glossy covers or dividers. Alternative bindings such as reusable/recyclable binding posts, reusable binder clips or binder rings, and recyclable cardboard/paperboard binders are examples of preferable submittal materials. https://clark.wa.gov/internal-services/request-proposal-1 Request for Proposal #888 Design Services for Preservation ADA Improvements Proposers are encouraged to print/copy on both sides of a single sheet of paper wherever applicable; if sheets are printed on both sides, it is considered to be two pages. Color is acceptable, but content should not be lost by black-and-white printing or copying. All submittals will be evaluated on the completeness and quality of the content. Only those Proposers providing complete information as required will be considered for evaluation. The ability to follow these instructions demonstrates attention to detail. Additional support documents, such as sales brochures, should not be included with each copy unless otherwise specified. Section IIC Proposal Content 1. Cover Sheet This form is to be used as your proposal Cover Sheet. See Cover Sheet - Attachment A 2. Project Team Provide a summary describing the joint team organization, including the prime consultant and any sub-contractors. The summary should contain an organization chart showing areas of responsibilities, professional titles of pertinent positions and which team member will be the “lead” in each area (design, environmental permitting, etc.). If the team includes members from different firms, please include any experience working together. Provide a resume for all key team members. 3. Management Approach • Describe how your teams are to be managed internally as well as within the overall County/ Consultant project team. • Describe how your firm evaluates projects and presents information for project teams to make decisions. Include information about QA/QC processes. • How does your process ensure deliverables are complete, containing minimal errors? • How are County review comments addressed and the responses communicated back to the project team? 4. Respondent’s Capabilities Provide up to three (3) reference projects that demonstrate experience and competence in performing the type of work requested. Include name of project owner, address, telephone number, project title and contact person. Projects demonstrating efforts with joint consultant/ local agency teams are preferred. 5. Project Approach and Understanding Provide a description of the work to be performed based on preliminary required services described in Section 1B and the project schedule provided. Include a description of key issues and challenges anticipated to be addressed during the execution of these specific projects. Identify project deliverables/ milestones that determine the critical path. Request for Proposal #888 Design Services for Preservation ADA Improvements 6. Proposed Cost Cost cannot be considered when RFP is for Architect or Engineering Services 7. Employment Verification Refer to section 1A.6. – E-Verify IMPORTANT NOTE: Include this portion of the response immediately AFTER the cover page, if not already on file with Clark County. Current vendors on file can be viewed at: https://clark.wa.gov/internal-services/purchasing-overview https://clark.wa.gov/internal-services/purchasing-overview Request for Proposal #888 Design Services for Preservation ADA Improvements Part III Proposal Evaluation & Contract Award Section IIIA Proposal Review and Selection 1. Evaluation and Selection: Proposals received in response to this RFP will be evaluated by a Review Committee. 2. Evaluation Criteria Scoring Each proposal received in response to the RFP will be objectively evaluated and rated according to a specified point system. A one hundred (100) point system will be used, weighted against the following criteria: Proposal Approach / Quality 10 Project Team 15 Management Approach 20 Respondent’s Capabilities 30 Project Understanding and Approach 25 Total Points 100 Section IIIB Contract Award 1. Consultant Selection The County will determine the most qualified proposer based on the evaluation criteria listed using predetermined weights, the attributes of the Proposers and the overall responsiveness of the Proposal. If the County does not reach a favorable agreement with the top Proposer, the County shall terminate negotiations and begin negotiations with the next qualified Proposer. If the County is unable to reach agreeable terms with either Proposer, they may opt to void the RFP and determine next steps. Clark County reserves the right to accept or reject any or all proposals received, to negotiate with any or all prospective contractors on modifications to proposals, to waive formalities, to postpone award, or to cancel in part or in its entirety this RFP. Clark County reserves the right to award the contract based on the best interests of the County. 2. Contract Development The County intends to award a contract to the highest scoring consultant team based on the proposals and interviews. Generally, the contract will follow the Washington Department of Transportation Local Agency Guidelines contract with some minor edits by County Council. A copy of the agreement should be ready carefully before submitting a proposal can be found at: https://wsdot.wa.gov/sites/default/files/2021-10/LP_AEPS-NegotiatedHourlyRate.pdf 3. Award Review The public may view Request for Proposal documents by submitting a public records request at www.clark.wa.gov . 4. Orientation/Kick-off Meeting Following Clark County Council authorization and signature of the contract, a project kick-off meeting will be scheduled. https://wsdot.wa.gov/sites/default/files/2021-10/LP_AEPS-NegotiatedHourlyRate.pdf http://www.clark.wa.gov/ Request for Proposal #888 Design Services for Preservation ADA Improvements Attachment A: COVER SHEET General Information: Legal Name of Proposing Firm Street Address City | State | Zip Code Contact Person | Title Phone Program Location (if different than above) Email Address Tax Identification Number I certify that to the best of my knowledge the information contained in this proposal is accurate and complete and that I have the legal authority to commit this agency to a contractual agreement. I realize the final funding for any service is based upon funding levels, and the approval of the Clark County Council and required approvals. ___________ _ Authorized Signature of Proposing Firm Date ______________________________________________________ ________________________________ Printed Name Title ADDENDUM: Proposer shall acknowledge receipt of Addenda by checking the appropriate box(es). None  1  2  3  4  5  6  NOTE: Failure to do so, shall render the proposer non-responsive and therefore be rejected. Request for Proposal #888 Design Services for Preservation ADA Improvements Attachment B: LETTER OF INTEREST Legal Name of Proposing Firm Street Address City | State | Zip Code Contact Person | Title Phone Program Location (if different than above) Email Address  All proposers are required to be included on the plan holders list.  If your organization is NOT listed, submit the ‘Letter of Interest” to ensure your inclusion. Email Letter of Interest to: Koni.Odell@clark.wa.gov and Priscilla.Mason@clark.wa.gov Clark County web link: https://clark.wa.gov/internal-services/request-proposal-1 This document will only be used to add a proposer to the plan holders list. Submitting this document does not commit proposer to provide services to Clark County, nor is it required to be submitted with proposal. Proposals may be considered non-responsive if the Proposer is not listed on the plan holders list. mailto:Koni.Odell@clark.wa.gov mailto:Priscilla.Ricci@clark.wa.gov https://clark.wa.gov/internal-services/request-proposal-1 Request for Proposal #888 Design Services for Preservation ADA Improvements Attachment C Clark County, Washington Certification Regarding Debarment, Suspension and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal, State or local department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. _______________________________________________________ Company Name Typed Name & Title of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached. This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information. Taxlot (i.e., parcel) boundaries cannot be used to determine the location of property lines on the ground.Clark County, WA. GIS - http://gis.clark.wa.gov 583.3 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet583.30 291.67 Legend 3,5001: 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-1 City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal SUBDIVISIONS: J485 - STEIN ESTATES PHASE 1 J510 - STEIN ESTATES PHASE 2 310651 - STEIN ESTATES PHASE 5 wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line 594.5 3,567 594.5 This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information. Taxlot (i.e., parcel) boundaries cannot be used to determine the location of property lines on the ground.Clark County, WA. GIS - http://gis.clark.wa.gov 416.7 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet416.70 208.33 Legend 2,5001: 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-2 City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal SUBDIVISIONS: 310671 - MOUNTIAN VIEW TERRACE 310687 - BARNES CROSSING wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line 713.4 4,280 713.4 This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information. Taxlot (i.e., parcel) boundaries cannot be used to determine the location of property lines on the ground.Clark County, WA. GIS - http://gis.clark.wa.gov 500.0 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet500.00 250.00 Legend 3,0001: 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-3 City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal SUBDIVISIONS: 310645 - ROSEWOOD GARDENS 310970 - SPRINGER ESTATES wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line 1,212.7 7,276 1,212.7 This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information. Taxlot (i.e., parcel) boundaries cannot be used to determine the location of property lines on the ground.Clark County, WA. GIS - http://gis.clark.wa.gov 850.0 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet850.00 425.00 Legend 5,1001: 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-4 City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal SUBDIVISIONS: 311240 - SNYDERS COUNTRY PLACE PH 3 310567 - SNYDERS COUNTRY PLACE PH 2 J521 - SNYDERS COUNTRY PH 1 wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line 951.1 5,707 951.1 This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information. Taxlot (i.e., parcel) boundaries cannot be used to determine the location of property lines on the ground.Clark County, WA. GIS - http://gis.clark.wa.gov 666.7 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet666.70 333.33 Legend 4,0001: 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-5 City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal SUBDIVISIONS: J322 - MONETS GARDEN wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line 1,073.4 6,440 1,073.4 This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information. Taxlot (i.e., parcel) boundaries cannot be used to determine the location of property lines on the ground.Clark County, WA. GIS - http://gis.clark.wa.gov 752.3 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet752.30 376.17 Legend 4,5141: 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-6 City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal SUBDIVISIONS: H36 -ALMEGA G774 - TIMBERLANE G352 - ROCKMOUNT G852 - THOMPSON PLACE wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line 1,073.4 6,440 1,073.4 This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information. Taxlot (i.e., parcel) boundaries cannot be used to determine the location of property lines on the ground.Clark County, WA. GIS - http://gis.clark.wa.gov 752.3 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet752.30 376.17 Legend 4,5141: 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-7 City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal SUBDIVISIONS: J400 - PEBBLE CREEK FARMS 4-3 J366 - PEBBLE CREEK FARMS IV-2 J258 - CEDAR VIEW J270 - GREENLAND ESTATES wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line 1,426.7 8,560 1,426.7 This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information.Clark County, WA. GIS - http://gis.clark.wa.gov 1,000.0 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet1,000.00 500.00 Legend 6,0001: 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-8/25-Q SUBDIVISIONS: 22997 - NE 83RD CIR 311011 - LORIS MEADOW J340 - SILVER STAR ESTATES 3 -PH I J82 - SILVER STAR ESTATES City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line 832.3 4,994 832.3 This map was generated by Clark County's "MapsOnline" website. Clark County does not warrant the accuracy, reliability or timeliness of any information on this map, and shall not be held liable for losses caused by using this information. Taxlot (i.e., parcel) boundaries cannot be used to determine the location of property lines on the ground.Clark County, WA. GIS - http://gis.clark.wa.gov 583.3 WGS_1984_Web_Mercator_Auxiliary_Sphere Feet583.30 291.67 Legend 3,5001: SUBDIVISIONS: 310785 - HIGHLAND VILLA ESTATES NORTH 3 310672 - HIGHLAND VILLA ESTATES NORTH I 310673 - HIGHLAND VILLAGE NORTH PH 2 310872 - CLARMONT CREST H730 - HIGHLAND VILLAGE City Boundary Urban Growth Area Boundary Taxlots Rubberized Asphalt Cape Seal Slurry Seal 2025 JOINT AGENCY ROAD PRESERVATION PROJECT - MAP 25-10 wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line wanzekr Polygonal Line

1300 Franklin St, Vancouver, WA 98660, United StatesLocation

Address: 1300 Franklin St, Vancouver, WA 98660, United States

Country : United StatesState : Washington

You may also like

KENNEDY - ADA ACCESSIBILITY TO HARBORWALK DESIGN SERVICES PROJECT

Due: 29 Apr, 2025 (in 12 months)Agency: NATIONAL ARCHIVES AND RECORDS ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.