Port Orchard Soil Remediation

03-22-30007-C

Request of Qualifications Due April 20, 2022

NOTICE OF REQUEST FOR QUALIFICATIONS

PORT ORCHARD SOIL REMEDIAITON

NOTICE IS HEREBY GIVEN that the Port of Bremerton is seeking statements of qualifications for Consultants or Engineering professional services for soil remediation activities for properties located in the City of Port Orchard, WA.

BACKGROUND: The Port of Bremerton (Port) is a junior taxing district in the state of Washington, organized in 1913 under provisions of the laws of the State, codified at RCW 53.04.010 et seq. It is governed by a three-person elected Board of Commissioners. The Board of Commissioners appoints the Chief Executive Officer who is responsible for the Port's day-to-day operations.

The Port owns two marina waterfront properties with existing commercial structures, located at 521 and 525 Bay Street, Port Orchard, Washinton. The Port is interested in receiving proposals for conducting hazardous substance and/or petroleum mitigation and soils remediation at these two properties. 

REQUEST FOR QUALIFICIATIONS (RFQ): A Request for Qualifications is the method of procurement used when elements such as experience, past performance, resources, method of approach, and other criteria are considered in addition to cost. The Port will review submitted proposals in accordance with the evaluation criteria set forth herein. After receiving proposals but prior to award of contract, the Port may engage in discussions with responsible submitters and allow or negotiate proposal revisions. Contents of proposals are not publicly disclosed until after contract award.

The Port hereby solicits interest from firms with expertise in conducting hazardous substance and/or petroleum mitigation and remediation including, but not limited to: Washington State Department of Ecology Voluntary Cleanup Program remediations and clean-ups pursuant to the Model Toxics Control Act (MTCA) guidelines. The Port reserves the right to amend terms of this Request for Qualifications (RFQ) to circulate various addenda, or to withdraw the RFQ at any time, regardless of how much time and effort consultants have spent on their responses.

PROJECT DISCRIPTON: The Work to be performed by the CONSULTANT shall include all necessary activities as identified in Attachment A: SCOPE OF SERVICES TO BE PROVIDED. 

RFQ REQUIREMENTS: Submittal information to include:

  1. Statement of Interest- limited to one page
  2. Organization chart and resumes for each team member outlined within the chart and their area of responsibility
  3. Subconsultants organization chart and resumes for each subconsultant project team member and their area of responsibility
  4. Team experience working with other public agencies performing soils remediation.
  5. Team experience working on soils remediation projects with Washington State Department of Ecology, State of Washington Ecology Voluntary Cleanup Program remediations and clean-ups pursuant to the Model Toxics Control Act (MTCA) experience on similar scaled projects.
  6. Specific experience of individuals relative to the proposed project
  7. A minimum of two references with specific interest in public and private referrals

RFQ SUBMISSION REQUIREMENTS: Submit proposals via email to the Port's Contract Coordinator, Taylor Korizon at taylork@portofbremerton.org. Place in the subject "Port of Bremerton- Port Orchard Soil Remediation." Proposals are due by end of day, April 20, 2022. 

Port Point of Contact for the RFQ project is: 

James Weaver, Director of Marine Facilities

jamesw@portofbremerton.org (primary) or 360-813-0829 (secondary)

Port Point of Contact for this RFQ submission is:

Taylor Korizon, Contract Coordinator

taylork@portofbremerton.org (primary) or 360-813-0816 (secondary)

CONTRACT ISSUES: The successful contractor will be required to execute an A&E Professional Services Contract Agreement with the Port. Among other requirements, professional services contracts are subject to the following:

  1. Errors and Omissions Indemnification
  2. Negotiation lump sum fixed price.
  3. Specific timetable leading to project completion.
  4. Equal Employment Opportunity compliance
  5. Non-Discrimination and Civil Rights Act compliance

Any contracts awarded under this request for qualifications are expected to be funded in part by United States Federal and Washington State agency or department funds. The proposed contract will be under and subject to Executive Order 11246 of 24, September 1965, as amended (Affirmative Action to Ensure Equal Opportunity).

SELECTION PROCESS AND TIMELINE: Professional services will be procured using the Qualification-Based-Selection (QBS) process as outlined in RCW 39.80. QBS is a competitive procurement process in which consulting firms submit qualifications and/or a non-cost proposals to the Port based on the criteria listed. Price is not used in the selection criteria. The Port assess the expertise of competing firms and selects the most highly qualified firm to negotiate the project scope and associated fee. 

Following this RFQ process, the Port will select two or three most highly qualified candidates for an interview. The Port will select the most highly qualified firm based on selection criteria and interviw. Once selected, a Professional Services contract scope, and fair and reasonable fee will be negotiated. 

If the Port is unable to negotiate a satisfactory contract with the selected firm within thirty days, negotations with that firm may terminate at the Port's discretion and the Port may select another firm.

SELECTION CRITERIA: Proposals will be evaluated by a Port evaluation committee, which shall have solve power and discretion to determine the qualifications, responsibiliy, and capabilities of the submitters in relation to the project. The Port will award a contract to the most highly qualified consultant using the following criteria:

  • The qualifications, ability, capacity, and expertise of the proposer or team and project manager to perform the contract and/or provide the service required.
  • The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
  • References to the quality of performance of previous contracts performing similar development and design services.
  • Past Performance/References The previous and existing experience as it relates to this project.
  • Familiarity with Agency (DOE, WDFW, USACE, NMF, USCG, Tribal and City) Requirements
  • Ability to meet proposed schedule.
  • The convenience and availability of service.
  • Such other information that the Port may secure which has a bearing on the decision to award the contract.
  • Personal interviews and/or telephone interviews may be held at the discretion of the Port of Bremerton.

TERMS AND CONDITIONS:

  1. The Port reserves the right to reject any and all RFQ’s, and to waive minor irregularities in any RFQ.
  2. The Port reserves the right to request clarification of information submitted, and to request additional information from any team.
  3. The Port reserves the right to award any contract to the next most qualified team if the originally awarded team and the Port do not reach an agreement within thirty days.
  4. The contract resulting from acceptance of an RFQ by the Port shall be in a form supplied or approved by the Port and shall reflect the specifications in this Request. The Port reserves the right to reject any proposed agreement or contract that does not conform to the specifications contained in this Request and which is not approved by the Port’s attorney.
  5. The Port shall not be responsible for any costs incurred by the firm in preparing, submitting or presenting its response to the Request.
  6. This RFQ represents the current status of the project; details may change as the conceptual planning continues; updates can be found on the Port’s website at www.portofbremerton.org.

Questions Received & Answers- Updated April 11, 2022+