You are here

Home » Fisher Creek Restoration at Cedardale (ES70550-5) & Starbird (ES82000-3) Projects, Federal Aid #TBD & RCO #21-1458R

Fisher Creek Restoration at Cedardale (ES70550-5) & Starbird (ES82000-3) Projects, Federal Aid #TBD & RCO #21-1458R

Legal Notice

Request for Qualifications  

Construction Management Services

Fisher Creek Restoration at Cedardale & Starbird Projects

NOTICE IS HEREBY GIVEN that the Skagit County Public Works Department invites the submittal of written statements of qualifications from firms interested in providing Construction Management Services during construction of the Fisher Creek Restoration at Cedardale (ES70550-5) & Starbird (ES82000-3) Projects, Federal Aid #TBD & RCO #21-1458R.

PROJECT DESCRIPTION

The project consists of two (2) separate project locations along Fisher Creek located 7 miles south of Mount Vernon, WA:· Cedardale Road (Fisher Creek) ES70550-5 Project – Work consists of removal of an existing culvert and fish ladder; installation of a new pre-cast concrete girder single span bridge with pile foundation; installation of channel improvements upstream and downstream of the road crossing.

  • Starbird Road (Fisher Creek) ES82000-3 Project – Work consists of removal of an existing culvert, installation of a new pre-cast concrete single span culvert with spread footing foundations, structural earth walls, and installation of channel improvements.

 The work to be performed by the selected consultant consists of Construction Administration for the project, implementing the work of the contract plans and specifications including administration of WSDOT Division 1-9 specification requirements, performance and oversight of on-site inspection activities, monitoring for compliance with local, state, and federal requirements, review of shop drawings, submittals, change orders, responses to Contractor requests for information (RFI), preparation of record drawings, review contract payments, documentation, material management, oversight of specialized testing, records retention, audit assistance, weekly meetings, and other construction related tasks. We are anticipating the construction timeline to begin May 2024 and completed during the fall of 2025.

DISAVANTAGED BUSINESS ENTERPRISE GOAL

Consultant are alerted that this is a federally funded project. All prospective consultants will be held to Federal EEO requirements. A Disadvantaged Business Enterprise (DBE) mandatory goal of sixteen (16%) percent has been assigned to this project. Certification is required for contract award.

CONSULTANT EVALUATION CRITERIA (100 Points Total)

Submittals will be evaluated and ranked based on the following criteria:

  1. In-house expertise and key personnel assigned to this project for its duration. (15 pts)
  2. Experience with WSDOT Division 1-9 Specifications, Federal Highway Administration (FHWA) Standards and Requirements, and Skagit County Standards, Specifications, and Requirements. (15 pts)
  3. Experience as an owner representative on road and bridge projects with construction value between $2 and $9 million. (20 pts)
  4. Approach to the project & experience with utility coordination. (10 pts)
  5. Ability to meet schedule. (10 pts)
  6. Past performance/references. (15 pts)
  7. Approach and commitment to meet the mandatory DBE goal. (15 pts)

Selection of candidates will be made on qualifications submitted for this request, with top candidates selected to be interviewed. The highest-ranking firm from the interview round will be invited into contract negotiations with the County. Skagit County anticipates having an executed contract with the selected Consultant by February 2024.

CONTRACT TYPE AND PAYMENT METHOD

Skagit County will use WSDOT’s Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement for the contract with the selected consultant.  The consultant and any subconsultants are required to provide a current approved Indirect Cost Rate letter or Safe Harbor Rate letter from WSDOT to be incorporated into the agreement.  Invoices from the Consultant shall be paid by check issued by Skagit County.

SUBMITTAL

Cover letter should include the following information:  Firm name, phone, and email addresses; Name of Principal-in-Charge, Project Manager, and Key Personnel.  The Submittal package shall be limited to a one-page cover letter and a maximum of six (6) pages of qualifications (single-sided, letter size, excluding the cover page) stating the firm’s qualifications. Skagit County is not requesting any cost proposal or element of cost to be submitted with the Statement of Qualifications (SOQ) at this time.  Cost information shall not be submitted with your SOQ.

ESTIMATED PROJECT SCHEDULE

Advertise RFQ                                                         January 4, 11, and 18, 2024.

Deadline for questions                                             January 12, 2024

Receive SOQs                                                         January 25, 2024

Review and rank SOQs                                           January 31, 2024

Consultant selection interviews                               February 5 - 9, 2024

Consultant selection / Begin negotiation                 February 14, 2024

WSDOT Approval / Execute Contract                     February 2024

Begin work with consultant                                      March 2024

Begin construction                                                   May 2024

Complete work / End contract                                 November 2026

Please email a PDF copy of your Statement of Qualification with the subject line ready “Fisher Creek Restoration at Cedardale & Starbird Project” to Jennifer Swanson at jennifers@co.skagit.wa.us by Thursday, January 25, 2024, no later than 4:00 PM PST.  No submittals will be accepted after that date and time. Any questions regarding this project should be directed to Jennifer Swanson, Project Manager by January 12, 2024 at (360) 416-1438, or email her at jennifers@co.skagit.wa.us.

AMERICANS WITH DISABILITIES ACT (ADA) INFORMATION

Skagit 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 Jennifer Swanson at jennifers@co.skagit.wa.us or calling (360) 416-1438.

TITLE VI STATEMENT

The Skagit 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.

For questions regarding Skagit County’s Title VI Program, you may contact the Public Works Department’s Title VI Coordinator, Michael See at (360) 416-1400.

Skagit County reserves the right to amend terms of this “Request for Qualifications” (RFQ) to circulate various addenda, or to withdraw the RFQ at any time.

_______________________________________

Clerk of the Board

Published:       Skagit Valley Herald – January 4, 11, & 18, 2024

                        Daily Journal of Commerce - January 4, 11, & 18, 2024

Posted:            Washington State Office of Minority & Women’s Business Enterprises (OMWBE) – Bids & Contracting Opportunities webpage on January 4, 2024

                        https://omwbe.wa.gov/small-business-assistance/bids-contracting-opportunities           

Skagit County Website on January 4, 2024

www.skagitcounty.net/rfp

Closing Date: 
Thursday, January 25, 2024
Organization: 
Skagit County Public Works
Point of Contact: 
Jennifer Swanson, jennifers@co.skagit.wa.us