You are here

Home » P23010: S 11th Street and S Timm Road

P23010: S 11th Street and S Timm Road

The City of Ridgefield is seeking qualifications from highly qualified firms specialized in traffic safety design and right-of-way acquisition. Work includes pre-design study, design, environmental documentation and bid documents for signing, pavement markings and street lighting at the intersection of S. 11th Street and S Timm Road. The contract may be supplemented for subsequent phases including right-of-way acquisition and construction support.

The 2022 Ridgefield City Safety Plan (LRSP; DKS for Regional Transportation Council, 2022) evaluated collision data at the S. 11th Street and S Timm Road intersection and identified Safety Needs. The intersection is located in an industrial area of Ridgefield, S 11th Street and S Timm Road has unsignalized traffic control. S 11th Street is a narrow road with trucks frequently entering the intersection. The crosswalk at this intersection is long and lacks illumination.

The 2022 LRSP scoped the S 11th Street Eastbound Approach at S Timm Rd Intersection Safety Project to address the identified needs at this intersection. The consultant will evaluate the proposed countermeasures and determine if they are sufficient or suggest alternatives to address the safety needs at the intersection.

The design phase (Tasks 1-3) will consist of the following:
• Review the collision data, the 2022 LRSP and the 2024 update and confirm or modify the countermeasures to be designed and implemented.
• Prepare a conceptual design and area of potential effect (APE).
• Write the NEPA including working through the approval process
• Prepare a preliminary and final design for review.
• Finalize design and bid documents.

The anticipated work schedule is as follows:
• Task 1 (Project management and coordination) is to be initiated immediately upon Notice to Proceed (NTP) and will last for the duration of the project.
• Task 2 (design and bid support) is to be completed within 4 months of NTP. The design task will include community outreach that will be led by City staff.
• Task 3 (environmental documentation and permitting) is to be completed within 6 months of NTP.

This contract may be supplemented for the following future tasks:
• Task 4 (right-of-way acquisition) is to be initiated per schedule determined during Task 2 and Task 3 work but must be initiated no later than 5 months after NTP.
• Task 5 (construction management) is to be initiated within one month of approval of design and environmental documents (if necessary) and securing right-of-way. Duration of task to be determined.

Design tasks are expected to be completed by the end of 2024. Project construction is expected to be completed by May 1, 2025.

The design phase will be funded by a 2022 City Safety Selections grant funded through FHWA and must meet FHWA requirements for design and approval. Contract Plans, Specifications and Estimates (PS&E) shall be prepared in accordance with the current State of Washington Standard Specifications for Road, Bridge and Municipal Construction, amendments thereto, and adopted design standards per the Local Agency Guidelines (LAG) chapter 44. The WSDOT Local Program Engineer will review the PS&E to ensure compliance with the LAG Manual and contracting will be done via the WSDOT Local Agency Guidelines manual.

All prospective consultants must be advised that federally funded projects will be held to Federal EEO requirements.

This project has a 0% DBE goal.

Evaluation Criteria
Submittals will be evaluated and ranked based on the following criteria:
1. Team and Project Manager Qualifications
2. Experience with Safety Improvements Studies and Design
3. Experience with construction management on federally funded projects
4. Project approach
5. Availability and ability to complete the work within schedule
6. References

Approximate Timeline
Solicitation Issued: Monday, June 24, 2024
Questions Due: Monday, July 8, 2024 at 4 p.m. PST
Addendum Due: Tuesday, July 9, 2024
Submittals Due: Tuesday, July 16, 2024 at 4 p.m. PST
Interviews (if needed): Tuesday, July 23, 2024
Council Approval (if needed): Thursday, August 8, 2024
Estimated Notice to Proceed: Monday, August 12, 2024

Award of Contract
The City will use the Washington State Local Agency Guidelines (LAG) Manual Chapter 31 to develop the Negotiated Hourly Rate consultant agreement for this federally funded project.

Submittal
Submittals should include the following information: Firm name and key personnel bios, Phone and fax numbers, Name of Principal-in-Charge, Name of Project Manager, Number of employees in each firm proposed to the project, Organizational chart/information
along with availability for key personnel in terms of average percent availability through remainder of 2024 and first 6 months of 2025, Experience with similar federally funded projects, Approach, References. Submittals shall have no more than four (4) double sided pages. Front and back covers of the statement of qualifications and resumes of key personnel are not included in the page limits. Up to four (4) two-page resumes of key personnel may be attached to SOQ and do not count toward page limit. If providing hard copy submittals, four (4) copies will need to be provided to the City.

Submittals are to include the technical/qualification proposal to follow the evaluation criteria requirements as defined in these contract provisions. Any cost proposal, or element of cost, shall be provided in a concealed format and separate from the technical/qualification proposal. The cost proposal will not be included in the evaluation, ranking or selection phase.
Request for Qualifications packets may be viewed and downloaded via the City’s e-Procurement Portal at https://procurement.opengov.com/portal/ridgefieldwa. Respondents are required to register for a free account via the City’s e-Procurement Portal hosted by OpenGov Procurement. Once respondent has completed registration, you will have access to download the Request for Qualifications and will receive addenda notifications to your email by clicking “Follow” on this project. Ultimately, it is sole responsibility of each respondent to periodically check the site for any addenda at https://procurement.opengov.com/portal/ridgefieldwa.

All project or contract language specific questions, requests for substitutions or changes, or requests for clarification must be submitted via the City’s e-Procurement Portal, located at https://procurement.opengov.com/portal/ridgefieldwa by 4:00 p.m. on Monday, July 8, 2024. Incomplete or late inquiries may not be considered.

Proposers will have the option of submitting their packets online via the City’s e-Procurement Portal hosted by OpenGov Procurement, by hand delivery, or United States Postal Service.

If choosing to submit online, electronic submittals must be received by the City through the City’s e-Procurement Portal located at https://procurement.opengov.com/portal/ridgefieldwa no later than 4:00 PM (Pacific Time) Tuesday, July 16, 2024. This is the preferred method. Submittals received after the specified time will not be accepted. The City’s e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submittal deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Submittals received by fax or E-mail will not be accepted.

If the electronic submittal process is not an option, the City will also accept hand delivered or mailed submittals that shall be placed in a sealed envelope which clearly states the name of the proposer, the date of the submittal opening, and the title “S 11th Street and S Timm Road”. Hand delivered submittals shall be delivered to Ridgefield City Hall, 230 Pioneer Street, Ridgefield, Washington 98642. Submittals that are not received by proposal closing of 4:00 p.m. local time, Tuesday, July 16, 2024, will not be considered complete and will be forfeited.

Submittals delivered via United States Postal Service shall be enclosed in another envelope that is addressed to the attention of the Procurement Coordinator, City of Ridgefield, P.O. Box 608, Ridgefield, Washington 98642. Mail to the City of Ridgefield is received by 10:00 a.m. each day. Proposers may call the Procurement Coordinator to verify receipt of their submittal. Submittals that are mailed and not received by proposal closing of 4:00 p.m. local time, Tuesday, July 16, 2024, will not be considered complete and will be forfeited.

The City of Ridgefield is committed to providing equal opportunities to State of Washington certified Minority, Disadvantaged and Women's Business Enterprises in contracting activities.

The City of Ridgefield 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 contacting Melissa Irwin, Bids@ridgefieldwa.us or 360-857-3557.

The City of Ridgefield 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 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.

The City reserves the right to cancel this request or reject any and all Submittals or to waive any minor formalities of this call if the best interest of the City would be served.

Closing Date: 
Tuesday, July 16, 2024
Organization: 
City of Ridgefield
Point of Contact: 
melissa.irwin@ridgefieldwa.us