ClassifiedsMarketplace
Logo
  • Classifieds
  • Contact Us
  • Sign In
  • Register
  • Place Ad
    • Obituary
    • Legal
    • Recruitment
    • Classified
    • Retail

  1. Home
  2. Legals
  3. Legal Display

View original file
Whatcom County RFQ #25-51 Architectural and Engineering Consultant Services for: Design of Martin Rd/Anderson Creek Bridge No 250 Replacement Project: CRP No. 925004 Notice is hereby given that sealed statements of qualification will be received by Whatcom County Purchasing at its Office in the Administrative Services Finance Department located on the fifth floor of the Whatcom County Courthouse, 311 Grand Avenue, Suite 503, Bellingham WA 98225 for the following: Architectural and Engineering Consultant Services for: Design of Martin Rd/Anderson Creek Bridge No 250 Replacement Project; CRP No. 925004 UNTIL: 2:30 PM on Tuesday, August 12, 2025 At which time and place the responses will be publicly opened (virtual via Zoom), and the names of the submitters identified. All interested people are invited to watch the virtual opening. Late submittals will not be considered. Whatcom County re- serves the right to reject any or all proposals and to waive any irregularities. Whatcom County encourages disadvantaged, minority, and women-owned consultant firms to respond. Whatcom County soliciting statements of qualifications for the Martin Rd/Anderson Creek Bridge Replacement Project, as fur- ther described in the RFQ document. The complete RFQ document can be downloaded at no charge from the Whatcom County Purchasing website at https://www.whatcomcounty.us/Bids.aspx, see “Related Documents” at the bottom of the RFQ posting page. If you are unable to download the pdf documents from this website, contact Purchasing at FN_Purchasing@co.whatcom. wa.us (preferred), or phone (360) 778-5330. There is a Disadvantaged Business Enterprise (DBE) mandatory goal of 16% assigned to this consultant contract. Please be advised that prospective consultants will be held to ADA requirements and civil rights language for Whatcom County. Whatcom County in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondis- crimination 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. No otherwise qualified handicapped individual, by reason of their handicap will be excluded from participation, denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Persons with disabilities may request this information be prepared and supplied in alternate forms by contacting Purchasing at (360) 778-5330. As required by law, the E-Verify System may be required on contracts that have Federal funding. Publication Date(s): July 16 and 23, 2025. Project Background Whatcom County has been awarded federal bridge replacement funds for the design and replacement of Martin Rd/Anderson Creek Bridge No 250. The County has budgeted approximately $387,000 for the portion of the design to be performed by the consultant. The project site is located north of Goshen Road and east of Roberts Road, in unincorporated Whatcom County. Bridge No. 250 is structurally deficient and has a reinforced concrete channel beam superstructure with a timber substructure. Martin Road is considered a Rural Local Access with an approximate ADT of 71. Disadvantaged Business Enterprise (DBE) Mandatory Goal There is a sixteen percent (16%) mandatory DBE goal assigned to this consultant contract. Selected firms shall have at least one certified DBE firm on their team. If selected, the consultant must submit a DBE Participation Plan and Good Faith Effort, if applicable, showing in their budget how this goal will be met. A directory of certified DBE firms can be accessed via the Washington State Office of Minority and Women’s Business Enterprise’s (OMWBE) website at omwbe.diversitycompli- ance.com. Firms not listed in the OMWBE’s database will not count towards DBE participation. Project Phases & Timeline The project is broken out into the following phases and anticipated timeline: • Phase 1 – Preliminary Engineering Analysis and Type, Size & Location Report (2026) • Phase 2 – Detailed Design, Permitting, and Right-of-Way (2027) • Phase 3 – Construction (2028) The initial contract will encompass Phase 1 of the project involving preliminary engineering analysis and alternative analysis. It is anticipated that the selection process will be completed by August 2025 with contract scoping and negotiations to follow immediately thereafter. A Phase 1 deliverable of a Final Type, Size and Location (TS&L) Report with recommended alterna- tive is anticipated for delivery by June 2026. However, the time for completion will be negotiated after contract award based on a negotiated scope specific to each project task. Expertise and Qualifications The consultant performing the work for the Martin Rd/Anderson Creek Bridge No 250 Replacement Project shall have excep- tional knowledge and demonstrated experience with the following: • WSDOT Local Programs requirements for Federally Funded projects • Washington State Department of Transportation (WSDOT) and Federal Highway Administration (FHWA) stan- dards and grant requirements • WSDOT Local Agency Guidelines (LAG) Manual • DBE approach and commitment • Whatcom County Development Standards • DOE Stormwater management requirements • Construction scheduling and phasing for road corridor and bridge construction • Environmental permitting requirements and thresholds General Scope of Work Phase 1 – The Consultant’s scope of work will include an alternatives analysis to aid the County in selecting a preferred alterna- tive for the project. The alternatives analysis should consider applicable roadway and/or bridge design standards, Right-of-Way, stormwater, environmental, and fish passage requirements. The new structure is anticipated to be constructed generally along similar basic lines and grades as the existing roadway. The following is a general list of likely key items of work: 1) Pre-design work including field investigations/research 2) Geotechnical investigation 3) Hydrologic and hydraulic analysis and design 4) Stormwater/drainage analysis 5) Environmental permitting analysis 6) Identification and analysis of approximately three replacement crossing design options and preparation of support- ing documentation including life cycle costs 7) Coordination of design with utility relocation 8) Right-of-Way analysis 9) Preparation of a Type, Size and Location (TS&L) Report with preferred alternative recommendation The County anticipates self-performing the following work for Phase 1: • Procuring title reports • Site topographic survey and base map preparation • Wetland and ordinary high-water delineations The County reserves the right to retain the services of the successful firm(s) for any subsequent phases associated with the project including but not limited to detailed design including bid-ready plans, design reports, specifications, estimates, envi- ronmental/cultural permitting, and Right-of-Way as well as construction engineering services. The County reserves the right to include a portion of the items listed above, self-perform tasks depending on resource availability, or retain other additional services as necessary to complete this project. Phase 2 – At the discretion of the County, the following Phase 2 work may be negotiated and the contract amended after the TS&L has been completed: 1) Detailed design of the County preferred crossing alternative 2) Right-of-Way services 3) Cultural Resource/Archaeological services 4) Preparation of plans, specifications, and estimates (PS&E) in a bid-ready format 5) Permitting assistance and utility coordination 6) Advertisement, bid and award support Phase 3 – At the discretion of the County, the following work may be negotiated and amended to the contract: 1) Construction support services 2) Cultural Resource/Archaeological services 3) Preparation of post-construction record drawings 4) Bridge load rating 5) Bridge scour report All plans, specifications, estimates, calculations, and reports developed by the consultant will require the stamp and signature by the respective engineer, surveyor, landscape architect, or other qualified professional licensed in the State of Washington, in accordance with the WAC and RCW. Request for Qualifications Submittal Requirements Consultants that submit RFQs must have the capability of providing the products and services described in the Scope of Work Section above. There should be no mention of the cost or hours required to perform the work in the submittals, as the selection is based on qualifications. The total length of the RFQ shall not exceed seven (7) pages, not including resumes attached as an appendix or cover sheets. Responses must be received no later than 2:30 PM, August 12, 2025. Submit one (1) unbound original (no bindings or staples) of the completed Statement of Qualifications in a sealed package plainly marked on the outside as follows: • Name of Submitter • RFQ #25-51, A&E Cons Svcs for: Design of Martin Rd/Anderson Crk Bridge No. 250 Replc Proj Deliver responses to: Attn: Sara Winger, Senior Purchasing Coordinator Whatcom County AS Finance/Purchasing Whatcom County Courthouse 311 Grand Avenue, Suite 503 Bellingham, Washington 98225 The proposal must be received no later than 2:30 PM, Tuesday, August 12, 2025. Late submittals will not be considered. Responses transmitted directly to Whatcom County electronically or by fax will not be considered. It is the submitter’s responsibility to deliver the document to the proper address by the assigned time. Whatcom County accepts no responsibility for lost or misdirected submittals. All proposals, received on time, will be opened in a public format via Zoom, immediately following collection of all submittals received by the above stated deadline time, or as amended by addendum. All interested people are invited to attend the virtual bid opening via Zoom as shown on the following page. Join Zoom Meeting https://us06web.zoom.us/j/84126397248 Meeting ID: 841 2639 7248 One tap mobile +12532050468,,84126397248# US Questions All questions regarding this matter shall be written and directed via email to: aohanlel@co.whatcom.wa.us Evaluation and Selection The selection of a consultant(s) for this work will be made from the list of qualified consultants responding to this Request for Qualifications. All firms responding will be evaluated, scored, and ranked. If deemed necessary the top three (3) evaluated firms will be invited for an interview (either telephone or in-person) to allow the County to select the most qualified firm. The County will aware one (1) agreement that will be in the negotiated hourly rate format. A current WSDOT audited Indirect Cost Rate or Safe Harbor approval will be required for the prime and all subs at the time of contract execution. Consultants will be evaluated and ranked based on the following criteria areas: 1. Qualifications of Proposed Project Manager and key personnel (25 Points); 2. Qualifications/Expertise of Firm (20 Points); 3. Experience performing structural, hydraulic, geotechnical, and civil design on projects of similar size and scope (25 Points); 4. Ability to meet schedule (15 Points); 5. Past Performance/References (5 Points); 6. Approach to meet the DBE goal (DBE Participation Plan or SBE Plan) (10 Points). Total number of points possible = 100 The RFQ shall include information for each of the six (6) evaluation criteria listed above and a brief list of clients who may be contacted and for whom similar work has been completed in the past five years. If the RFQ does not include these items, is not submitted on time, or exceeds the specified page length limit, it may be deemed as non-responsive and may not be eligible for further consideration. All submittals become the property of the County and will not be returned. The County assumes no obligation of any kind for expenses incurred by any respondent to this solicitation. Federal Requirements Please be advised that prospective consultants will be held to ADA requirements and civil rights language for Whatcom County. Whatcom County in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 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 enter- prises 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. No otherwise qualified handicapped individual, by reason of their handicap will be excluded from participation, denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Persons with disabilities may request this information be prepared and supplied in alternate forms by contacting Purchasing at (360) 778-5330. As required by law, the E-Verify System may be required on contracts that have Federal funding.
Post Date: 07/16 12:00 AM
Refcode: #IPL0254183 
Print
  • COPYRIGHT
  • PRIVACY POLICY
  • TERMS OF SERVICE
iPublish® Marketplace powered by iPublish® Media Solutions © Copyright 2025