Kitsap County Department of Public Works is soliciting proposals from qualified firms to provide load ratings for 39 County in-service bridges including the Notional Rating Load (NRL) model required by FHWA and as identified in the WSDOT Design and Inspection Manuals. After selection, a detailed scope of work and budget will be negotiated with the chosen firm to be followed by completion of a Local Agency Standard Consultant Agreement as identified in Chapter 31.1 of the WSDOT LAG Manual. It is expected that this agreement will be a lump sum per bridge for a total lump sum cost. 1. SCOPE OF WORK The County expects the Scope of Work to include at a minimum the following tasks. A. Site visit to each bridge location to evaluate condition of the bridge as well as review conditional codes in the Inspection Report necessary to complete the load rating. elements will need to be as-built in the field for bridges with no plans. Any non-destructive testing required to complete load ratings for bridges should be included in this task as well. B. load rating package for each structures (bridge/culvert). The load rating analysis needs to include: 1. The result of the load rating analysis summarized in a WSDOT Rating Summary Sheet including the following: a) Determination of the load rating factor and safe load capacity of the structures for HS20, the AASHTO legal loads (including three AASHTO trucks: Type 3, Type 3S2, and Type 3-3 and NRL), Legal Lane, two WSDOT overload vehicles (OL1 and OL2), and the two Emergency Vehicles (EV2 and EV3) for each bridge. In cases where the operating rating factor for the NRL load is below 1, then the single unit vehicles (SU4, SU5, SU6 and SU7) shall be evaluated for posting. b) The NBI rating for FHWA reporting, performed using the HS20 loading to calculate the inventory and operating ratings. 2. An electronic copy of load rating file. 3. Any references, assumptions and hand calculations required for developing input for BRIDG software or other rating method.
Number C. A Draft load rating package for each of the bridges/culverts, for County review, and a Final version of the load rating packages, incorporating County comments. 1. Load rating analysis/reports submitted to the County shall be signed and stamped with the seal of a Professional Engineer registered in the State of Washington. D. A load rating analysis for each of the structures (bridges/culverts) summarized in the table in Section E below and also provided in the Kitsap County 2015 Annual Report, located on the County website: https://spf.kitsapgov.com/pw/projects-construction/request-for-proposal The load rating analysis and calculations prepared shall be developed in accordance with the latest edition and amendment, at the time of contract execution, to the following documents: WSDOT Design Manual WSDOT Inspection Manual WSDOT Local Agency Guidelines AASHTO Manual for Evaluation FHWA Inspector s Reference Manual FHWA Memorandum regarding Load Rating of Specialized Hauling Vehicles, dated November 15, 2013 FHWA Memorandum regarding Load Rating for the FAST Act s Emergency Vehicles, dated November 3, 2016. E. The table below summarize the load rating analysis required for each County structure (bridge/culvert): Name TYPE HS-20 Type 3, Type 3S2, Type 3-3 Load Rating Analysis Required OL-1, OL-2 EV2, EV3 1 West Belfair 2 Brownsville Road 3 Chico Way NRL 2 of 8
4 5 6 Erland's Point E. Fenton Road Gold Creek Road 7 Golf Club Hill 8 9 10 Holly Road Long Lake Road DELETED - No longer a County owned Steel N/A 11 Miami Beach 12 Myhre 13 Northlake Way 14 E. Oak Street 15 16 17 Crescent Valley Road Ridgetop Boulevard Sam Christopherson Steel Steel 18 Big Beef 19 Little Beef 20 Under Construction 21 Southworth Drive 22 Spruce Road 23 24 Stavis Bay Road Trigger Avenue 25 Taylor Road Steel 26 Anderson Hill 3 of 8
27 Lake Symington 28 Clear Creek 29 Gluds Pond South 30 Gluds Pond North 31 Miller Bay Road 32 Barker Creek 33 Seabeck Hwy @ Foley 34 Lake Helena 35 South Kingston Road 36 Hunter Road 37 Wildcat Lake 38 Orseth Road 39 David Road 40 Bucklin Hill 41 Taylor Road 2. PROPOSAL SUBMITTAL CONTENT Submittals shall include the following: A. Cover Letter Labeled with Load Rating of In-Service s Firm name, address, phone number, and website address. Name and title of Principal-in-Charge Contact Person with name, title, phone number, and e-mail address Proposed Project Manager, if different than Contact Person, with name, title, phone number, and e-mail address Signed by a duly authorized officer, employee, or agent of the consulting firm. 4 of 8
B. Proposal The proposal shall be submitted with a maximum of two (2) double sided pages (excluding the cover letter) and shall include the following: Identify the team structure and general project responsibilities of each team member. Also provide the same for each sub-consultant, if any. Discuss the team s ability to actively perform the proposed work. Provide qualifications of the proposed team members focusing on their experience and expertise with similar work and working with public agencies (specifically Kitsap County). A detailed description of the team s proposed approach considering the Scope of Work outlined above. The team s project management approach, delivery, and quality control. Submit one (1) original, 3 copies, and an electronic copy. The electronic copy shall be in a.pdf format and may be provided on a CD with the submittal or via e-mail to the project manager following the date and time of the RFP submittal. 3. EVALUATION CRITERIA Proposals will be evaluated and ranked based on the criteria, and the weight of each criteria, listed below: Project team overall qualification/experience (10%) Project team member qualifications (30%) Project approach (50%) Project management approach, delivery, and quality control (10%) 4. TENTATIVE SCHEDULE The following schedule has been established for the submission and evaluation of the RFPs and selection of the Consultant. These are tentative dates only and the County reserves the right to adjust these dates at its sole discretion: RFPs due: September 6, 2017 Potential phone interviews, week of: September 11, 2017 Announce final selection: September 15, 2017 Scope and budget from selected firm received: September 22, 2017 Contract negotiations complete: September 29, 2017 Contract execution: October 23, 2017 Notice to Proceed: October 24, 2017 5 of 8
5. COUNTY PROJECT MANAGER Work performed under the resulting agreement shall be under the direction of the County s project manager. Please direct questions and inquiries regarding the RFP to the project manager: Theresa Smith, P.E. Assistant Construction Manager 614 Division Street MS-26 Port Orchard, WA 98366-4699 Ph: 360.337.4556 tsmith@co.kitsap.wa.us Any notices related to revisions or updates to this RFP will be provided on the County s website (https://spf.kitsapgov.com/pw/projects-construction/request-forproposal) and it is the Proposer s sole responsibility to assure that any notices are received/reviewed. 6. PROPOSAL SUBMITTAL INFORMATION By mail to: Kitsap County Public Works 614 Division Street, MS-26 Port Orchard, WA 98366 Please submit your proposal OR For hand delivery, express, or courier: Kitsap County Public Works Reception Third Floor 507 Austin Ave Port Orchard, WA 98366 Sealed proposals will be accepted no later than 3:00 pm on September 6, 2017 at which time they will be recorded and forwarded to the County s project manager. Proposals received after the deadline will not be considered. Persons with disabilities may request that this information be prepared and supplied in alternate forms by calling collect 360-337-5777 or TTY 360-337-5455. KITSAP COUNTY encourages disadvantaged, minority and women owned firms to respond. The recipient, 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 consultants that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 23 will be afforded full opportunity to submit 6 of 8
qualifications 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. 7 of 8
Appendix A: Available Reference Documents Documents available on County website: https://spf.kitsapgov.com/pw/projects-construction/request-for-proposal Request for Proposal Advertisement Kitsap County 2015 Annual Report All documents listed above are available for viewing at Kitsap County Department of Public Works, Reception on the 3 rd floor, 507 Austin Ave, Port Orchard, WA. Hard copies of reference documents will be available upon 24 hour notice and will be subject to reproduction costs. 8 of 8