RFQ Napa County 2023 Road Infrastructure Repair Projects, Engineering & Related Services

Agency: Napa County
State: California
Type of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Sep 27, 2023
Due: Oct 25, 2023
Solicitation No: RFQ 2023
Publication URL: To access bid details, please log in.
Bid Number: RFQ 2023
Bid Title: RFQ Napa County 2023 Road Infrastructure Repair Projects, Engineering & Related Services
Category: Construction, Roads and Public Works
Status: Open

Description:

Napa County is seeking statements of qualifications (“SOQs”) from teams who can provide civil engineering, structural engineering, hydrologic engineering, geotechnical engineering, surveying, and environmental services needed to produce designs and provide support for completing repairs to damaged roadways that may be locally, FEMA and/or State funded.


Publication Date/Time:
9/27/2023 1:30 PM
Closing Date/Time:
10/25/2023 5:00 PM
Contact Person:
frank.lucido@countyofnapa.org
Related Documents:

Attachment Preview

Department of Public Works
1195 Third Street, Suite 101
Napa, CA 94559-3092
www.countyofnapa.org
Main: (707) 253-4351
Fax: (707) 253-4627
Steven E. Lederer
Director of Public Works
September 27, 2023
REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ)
Napa County 2023 Road Infrastructure Repair Projects,
Engineering and Related Services
Napa County is seeking statements of qualifications (“SOQs”) from teams who can provide civil
engineering, structural engineering, hydrologic engineering, geotechnical engineering, surveying, and
environmental services needed to produce designs and provide support for completing repairs to
damaged roadways that may be locally, FEMA and/or State funded. This Request for SOQs, the
referenced attachments, and any future updates can be found electronically at:
https://www.countyofnapa.org/Bids.aspx
For any inquiries please contact Frank Lucido by e-mail at frank.lucido@countyofnapa.org and
use “2023 Road Infrastructure Repair Projects RFQ” in the e-mail subject.
1.1 General Scope of Services:
This RFQ is for design service assistance needed in the event of roadway damage from earthquakes,
fires, severe storm events or other reasons. The team should be able to provide the development of final
design plans, specifications, bid and technical construction support such as answering RFI’s, site review,
etc.… for the following types of repairs:
New concrete retaining walls and mechanically stabilized earth slopes for landslides.
Repair or replacement of damaged concrete or steel structural members.
Replacement of burnt or washed-out culverts and burnt wood lagging.
This effort may require, but is not limited to the following professional work:
Geotechnical exploration and recommendations
Topographic surveys
Environmental surveys
Review for CEQA/NEPA, required permitting and producing biological and archaeological
reports
Hydrology and hydraulic studies
Pavement design
Page 1 of 4
Cost estimating
Producing design memorandums
Producing biddable plans and specifications
Construction Inspection
1.2 SOQ Evaluation Criteria:
Consultants will be evaluated based on the experience and qualifications provided in the SOQ of the
Lead Firm, sub-consultants, and staff, in the following areas:
1. Ability to respond quickly to jobsites within Napa County and provide testing services and
geotechnical recommendations (20 Points);
2. Demonstrated ability to quickly provide biddable plans and specifications for the type of repairs
listed in this RFQ (50 Points);
3. Range of services provided by the team (10 Points);
4. Experience and ability related to completing FEMA/CalOES funded projects (10 Points);
5. Cost estimating and scoping experience for FEMA and/or CalOES funded projects (10 Points).
Once SOQs are received and evaluated, per the criteria, at least three (3) and up to five (5) firms will be
selected to participate in a virtual interview process. Lead firms shall attend; however, sub-consultants
will not be required to attend the interview.
Napa County has a local vendor preference, which covers the acquisition of the requested services.
Local vendors will be awarded contracts for services, where qualifications are determined by the
reviewing panel to be otherwise equal; unless such preference is not allowable by law. For this matter, a
local vendor is a vendor who has a billing address located within Napa County. Where appropriate,
vendors located outside of Napa County are encouraged to subcontract with qualified local vendors.
The responding firm understands and agrees that Napa County shall have no financial responsibility for
any costs incurred by the responder in responding to this request for SOQ. The responding firm also
understands and agrees that Napa County shall not be liable to any responder for costs attributed to its
own study and investigation, or for the preparation of any required item, or information described in the
request, unless the responder has executed an agreement with Napa County and has been authorized, in
writing, to provide professional services. Napa County reserves the right to terminate this request upon a
three (3) day notice to all prospective responders and reserves the right to reject all responses.
These selection procedures specifically prohibit practices which might result in unlawful activity,
including but not limited to rebates, kickbacks, or other unlawful consideration, and shall specifically
prohibit government agency employees from participating in the selection process when those
employees have a relationship with a person or business entity seeking a professional services contract,
which would subject those employees to the prohibition of Government Code Section 87100.
Napa County is not requesting quotes or detailed costs in the proposal and doing so may disqualify you
in the review process.
Page 2 of 4
1.3 Statement of Qualifications Minimal Submittal Requirements:
Please submit a pdf file (not by e-mail) of your firm’s response to this request for SOQs to Frank
Lucido, Engineering Manager with the Napa County Department of Public Works to 1195 Third Street,
Room 101, Napa, CA 94559. Acceptable pdf storage formats include USB flash drives, CD’s, and
DVD’s. For a firm’s response to this request to be considered, SOQs must be submitted no later than the
deadline and shall address the criteria listed in this SOQ. Submittals received after the deadline or
addressed to the wrong location, will be considered as non-responsive. Resumes shall be separately
included in an Appendix. SOQs shall include all information the responder deems necessary to address
the evaluation criteria. SOQ shall include, at a minimum, the following information:
1. Proposed team organizational chart including all sub-consultants. Include a detailed description
of the proposed role of the lead firm and all sub-consultants for the Projects. The consultant is
responsible for performing the work required under the contract in an acceptable manner. The
consultant’s organization and all associated consultants and sub-consultants, must be identified at
the time of the proposal. If the consultant wishes to use a sub-consultant not specified in the
proposal, prior written approval must be obtained. If a subcontract for work or services is
performed, the subcontract must contain all required provisions of the prime contract;
2. Information for proposed lead firm and sub-consultant staff; including resumes, anticipated
percentage of time (in full time equivalents) that each will be available to work on the projects,
duration of employment with the responding firm and other firms for each person listed, relevant
experience and education, professional licenses, and demonstrated accomplishments of these key
staff members. State their knowledge of applicable codes, required approval processes, and
software applications. Clarify which personnel from the responding firm have worked directly
with the proposed sub-contractors/sub-consultants (if sub-contractors and/or sub-consultants are
proposed) and describe the nature and quality of past working relationships;
3. At least three (3) disaster related example projects that have been completed by the lead along with
a schedule that shows when the project was initiated, designed and completed along with a listing
of three (3) public agencies that may be contacted regarding the firm’s experience including a
description of the project, name of owner, address, telephone number, and person to contact, if we
so choose;
4. A statement as to whether the responding firm or any of the responding firm’s employees,
agents, independent contractors, or subcontractors have been convicted of, plead guilty to, or
pled nolo contendere to any felony; and if so, an explanation providing relevant details;
5. A statement as to whether there is any pending litigation against the responding firm; and if such
litigation exists, attach an opinion of counsel as to whether the pending litigation will impair the
responding firm’s performance in a contract under this request for SOQ;
6. A statement as to whether, in the last ten (10) years, the responding firm has filed (or had filed
against it) any bankruptcy or insolvency proceeding, whether voluntary or involuntary, or
undergone the appointment of a receiver, trustee, or assignee for the benefit of creditors; and if
so, an explanation providing relevant details;
7. A good faith effort (GFE) in trying to obtain MBE/WBE/DBE subcontractors and completion of
the attached GFE form ADM-0312F is required if subcontractors are proposed.
Page 3 of 4
1.4
RFQ Schedule
The interviews and notice to proceed in the following schedule is presented for general information
purposes only and is subject to change at the County’s discretion:
Event
Release of Request for Statement of Qualifications
Last Day for Questions
Statements of Qualifications Due
Expected Interviews of Top Ranked Firms
Contract Award
Date
September 27, 2023
October 18, 2023
October 25, 2023, 5:00 pm
November 8, 2023
January 8, 2024
1.5 Award of Contract
One or more firms will ultimately be selected in order of ranking and contracted for up to five (5) years.
It is also possible that the County will engage the next ranked consultant if specific tasks orders can’t be
negotiated with the highest ranked consultant. Future contracts may be project specific or task orders
based and may have additional contract language requirements added to satisfy the requirements of
specific funding agencies.
The response to this request for SOQs should be specifically targeted to services described in this RFQ,
however the County reserves the ability to use the selected consultants to provide other related
supporting services if, in the opinion of the County, they require similar qualifications.
Thank you very much for your interest in these projects and we look forward to receiving your
Statements of Qualifications.
Sincerely Yours,
Steve E. Lederer
Director of Public Works
By:
___________________________
Frank Lucido, P.E.
Supervising Engineer
Attachments:
Exhibit A to E Combined - County PSA Sample
Exhibit F – MBE/WBE Good Faith Effort Documentation Forms
Page 4 of 4
EXHIBIT A SAMPLE COUNTY PSA
NAPA COUNTY AGREEMENT NO. ________
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT is made and entered into as of this __________ day of ________,
_______________________, by and between NAPA COUNTY, a political subdivision of the
State of California, hereinafter referred to as COUNTY, and _______________________, a
_______________________ corporation, whose mailing address is _______________________,
hereinafter referred to as CONTRACTOR;
RECITALS
WHEREAS, COUNTY wishes to obtain specialized services, as authorized by
Government Code section 31000, in order to provide COUNTY with various on-call engineering
services, including design, testing, inspection, cost estimating, and other related services; and
WHEREAS, CONTRACTOR is willing to provide such specialized services to
COUNTY under the terms and conditions set forth herein; and
TERMS
NOW, THEREFORE, COUNTY hereby engages the services of CONTRACTOR, and
CONTRACTOR agrees to serve COUNTY in accordance with the terms and conditions set forth
herein:
1. Term of the Agreement. The term of this Agreement shall commence on the date first
above written and shall expire on June 30, 2020, unless terminated earlier in accordance with
Paragraphs 9 (Termination for Cause), 10 (Other Termination) or 23(a) (Covenant of No
Undisclosed Conflict); except that the obligations of the parties under Paragraphs 7 (Insurance)
and 8 (Indemnification) shall continue in full force and effect after said expiration date or early
termination in relation to acts or omissions occurring prior to such dates during the term of the
Agreement, and the obligations of CONTRACTOR to COUNTY shall also continue after said
expiration date or early termination in relation to the obligations prescribed by Paragraphs 15
(Confidentiality), 20 (Taxes) and 21 (Access to Records/Retention). The term of this Agreement
shall be automatically renewed for an additional year at the end of each fiscal year, under the
terms and conditions then in effect, not to exceed four additional years, unless either party gives
the other party written notice of intention not to renew no less than thirty (30) days prior to the
expiration of the then current term. For purposes of this Agreement, fiscal yearshall mean the
period commencing on July 1 and ending on June 30.
2. Scope of Services. CONTRACTOR shall provide COUNTY those services set forth in
Exhibit A, attached hereto, incorporated by reference herein.
H:\cc\D\PUBWORKS\
1
Design Professional PSA 4/19
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]

Association of Bay Area Governments

Bid Due: 12/31/2024

Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related

Federal Agency

Bid Due: 12/06/2024

Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002

Federal Agency

Bid Due: 12/28/2024

Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time

Alameda County

Bid Due: 11/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.