COMMERCIAL STRUCTURAL PLAN REVIEW

Agency: County of Clark
State: Washington
Type of Government: State & Local
NAICS Category:
  • 541330 - Engineering Services
Posted Date: Dec 13, 2023
Due Date: Jan 10, 2024
Solicitation No: RFP Number: 878
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
COMMERCIAL STRUCTURAL PLAN REVIEW
RFP Number: 878
It is the responsibility of the proposer to monitor this site prior to proposal submission, in case additional information, which may be pertinent to the proposal is provided.
General Information:

The Clark County Building Department is seeking a qualified team(s) to provide Commercial Structural Plan Review Services.

Release Date: Wednesday, December 13, 2023
Closing Date: Wednesday, January 10, 2024
Pre-Bid Conference: N/A
Attachments:

Attachment Preview

REQUEST for PROPOSAL #878
PROFESSIONAL, TECHNICAL AND EXPERT SERVICES
Clark County Washington
RELEASE DATE: WEDNESDAY, DECEMBER 13, 2023
DUE DATE: WEDNESDAY, JANUARY 10, 2024 by 1:30 pm
Request for Proposal for:
COMMERCIAL STRUCTURAL PLAN REVIEW
SUBMIT:
One (1) Original
Four (4) Complete Copies
of the Proposal to:
Shipping Method of your Choice or Hand Delivery
Clark County
ATTN: Office of Purchasing
1300 Franklin Street, 6th Floor, Suite 650
Vancouver WA 98660
564-397-2323
United States Postal Service
Clark County
ATTN: Office of Purchasing
PO Box 5000
Vancouver WA 98666-5000
564-397-2323
Office Hours: 8:00 am – 3:00 pm, Monday – Friday, except Legal Holidays.
No electronic submissions.
**Proposals must be delivered to the Purchasing office – No Exceptions
**Proposals must be date and time stamped by Purchasing staff by 1:30 pm on due date.
**Proposal shall be sealed and clearly marked on the package cover with RFP #, Title & Company Name
Refer Questions to Project Manager:
Megan Fletcher
Program Coordinator II | Community Development | Building Safety
Megan.Fletcher@clark.wa.gov
564-397-5198
General Terms and Conditions
ADMINISTRATIVE REQUIREMENTS - Contractors shall comply with all management and
administrative requirements established by Washington Administrative Code (WAC), the
Revised Code of the State of Washington (RCW), and any subsequent amendments or
modifications, as applicable to providers licensed in the State of Washington.
ALL proposals submitted become the property of Clark County. It is understood and agreed
that the prospective Proposer claims no proprietary rights to the ideas and written materials
contained in or attached to the proposal submitted. Clark County has the right to reject or
accept proprietary information.
AUTHORSHIP - Applicants must identify any assistance provided by agencies or indivi-
duals outside the proposers own organization in preparing the proposal. No contingent
fees for such assistance will be allowed to be paid under any contract resulting from this
RFP.
CANCELLATION OF AWARD - Clark County reserves the right to immediately cancel an
award if the contractual agreement has not been entered into by both parties or if new state
regulations or policy make it necessary to change the program purpose or content,
discontinue such programs, or impose funding reductions. In those cases where
negotiation of contract activities are necessary, Clark County reserves the right to limit the
period of negotiation to sixty (60) days after which time funds may be unencumbered.
CONFIDENTIALLY - Proposer shall comply with all applicable state and federal laws
governing the confidentiality of information.
INDEPENDENT PRICE DETERMINATION - The prospective contractor guarantees that,
in connection with this proposal, the prices and/or cost data have been arrived at
independently, without consultation, communication, or agreement for the purpose of
restricting competition. This does not preclude or impede the formation of a consortium
of companies and/or agencies for purposes of engaging in jointly sponsored proposals.
INTERLOCAL AGREEMENT - Clark County has made this RFP subject to Washington
State statute RCW 39.34. Therefore, the proposer may, at the proposers option, extend
identical prices and services to other public agencies wishing to participate in this RFP.
Each public agency wishing to utilize this RFP will issue a purchase order (or contract)
binding only their agency. Each contract is between the proposer and the individual agency
with no liability to Clark County.
LIMITATION - This RFP does not commit Clark County to award a contract, to pay any
costs incurred in the preparation of a response to this RFP, or to procure or contract for
services or supplies.
LATE PROPOSALS - A proposal received after the date and time indicated above will not
be accepted. No exceptions will be made.
ORAL PRESENTATIONS - An oral presentation may be required of those prospective
contractors whose proposals are under consideration. Prospective contractors may be
informed that an oral presentation is desired and will be notified of the date, time and
location the oral presentation is to be conducted.
CONFLICT OF INTEREST - All proposals submitted must contain a statement disclosing
or denying any interest, financial or otherwise, that any employee or official of Clark County
or the appropriate Advisory Board may have in the proposing agency or proposed project.
OTHER AUDIT/MONITORING REQUIREMENTS - In addition, auditing or monitoring for
the following purposes will be conducted at the discretion of Clark County: Fund
accountability; Contract compliance; and Program performance.
CONSORTIUM OF AGENCIES - Any consortium of companies or agencies submitting a
proposal must certify that each company or agency of the consortium can meet the
requirements set forth in the RFP.
COST OF PROPOSAL & AWARD - The contract award will not be final until Clark County
and the prospective contractor have executed a contractual agreement. The contractual
agreement consists of the following parts: (a) the basic provisions and general terms and
conditions, (b) the special terms and conditions, (c) the project description and goals
(Statement of Work), and (d) the budget and payment terms. Clark County is not
responsible for any costs incurred prior to the effective date of the contract. Clark County
reserves the right to make an award without further negotiation of the proposal submitted.
Therefore, the proposal should be submitted in final form from a budgetary, technical, and
programmatic standpoint.
DISPUTES - Clark County encourages the use of informal resolution to address complaints
or disputes arising over any actions in implementing the provisions of this RFP. Written
complaints should be addressed to Clark County – Purchasing, P.O. Box 5000, Vancouver,
Washington 98666-5000.
DIVERSITY IN EMPLOYMENT AND CONTRACTING REQUIREMENTS - It is the
policy of Clark County to require equal opportunity in employment and services subject
to eligibility standards that may be required for a specific program. Clark County is an
equal opportunity employer and is committed to providing equal opportunity in
employment and in access to the provision of all county services. Clark County's Equal
Employment
Opportunity
Plan
is
available
at
http://www.clark.wa.gov/hr/documents.html. This commitment applies regardless of
race, color, religion, creed, sex, marital status, national origin, disability, age, veteran
status, on-the-job injury, or sexual orientation. Employment decisions are made without
consideration of these or any other factors that are prohibited by law. In compliance with
department of Labor Regulations implementing Section 504 of the rehabilitation Act of
1973, as amended, no qualified handicapped individual shall be discriminated against
in admission or access to any program or activity. The prospective contractor must agree
to provide equal opportunity in the administration of the contract, and its subcontracts or
other agreements.
ENVIRONMENTALLY RESPONSIBLE PURCHASING PROGRAM - Clark County has
implemented an Environmentally Responsible Purchasing Policy with a goal to reduce
negative impacts on human health and the environment. Negative environmental
impacts include, but are not limited to, greenhouse gases, air pollution emissions, water
contamination, waste from the manufacturing process and waste in packaging. This
policy also seeks to increase: 1) water and energy efficiency; 2) renewable energy
sources; 3) use of products with recycled content; 4) product durability; 5) use of
products that can be recycled, reused, or composted at the end of its life cycle. Product
criteria have been established on the Green Purchasing List
https://clark.wa.gov/sites/default/files/dept/files/general-
services/Purchasing/ERP%20Policy.pdf
PRICE WARRANT - The proposer shall warrant that the costs quoted for services in
response to the RFP are not in excess of those which would be charged any other individual
or entity for the same services performed by the prospective contractor, in a similar
socioeconomic, geographical region.
PROTESTS - Must be submitted to the Purchasing Department.
PUBLIC SAFETY - May require limiting access to public work sites, public facilities, and
public offices, sometimes without advance notice. The successful Proposer’s employees
and agents shall carry sufficient identification to show by whom they are employed and
display it upon request to security personnel. County project managers have discretion
to require the successful Proposer’s employees and agents to be escorted to and from
any public office, facility or work site if national or local security appears to require it.
ACCEPTANCE or REJECTION OF PROPOSALS - Clark County reserves the right to
accept or reject any or all proposals received as a result of this RFP, to negotiate with any
or all prospective contractors on modifications to proposals, to waive formalities, to
postpone award, or to cancel in part or in its entirety this RFP if it is in the best interest of
Clark County to do so.
SUBCONTRACTING - No activities or services included as a part of this proposal may
be subcontracted to another organization, firm, or individual without the approval of
Clark County. Such intent to subcontract shall be clearly identified in the proposal. It is
understood that the contractor is held responsible for the satisfactory accomplishment
of the service or activities included in a subcontract.
VERBAL PROPOSALS - Verbal proposals will not be considered in making the award of
any contract as a result of this RFP.
WORKERS COMPENSATION INSURANCE – The contractor shall comply with R.C.W.
Title 51- with minimum coverage limits of $500,000 for each accident, or provide
evidence that State law does not require such coverage.
FOR ALTERNATIVE FORMATS
Clark County ADA Office: V: 564-397-2322
ADA@clark.wa.gov
Request for Proposals
Table of Contents
PART I
PART II
PROPOSAL REQUIREMENTS
Section IA: General Information
1. Introduction
2. Background
3. Scope of Project
4. Project Funding
5. Timeline for Selection
6. Employment Verification
Section IB: Work Requirements
1. Required Services
2. County Performed Work
3. Deliverables and Schedule
4. Place of Performance
5. Period of Performance
6. Prevailing Wage
7. Debarred / Suspended
8. Americans with Disabilities Act (ADA) Information
9. Public Disclosure
10. Insurance/Bond
11. Plan Holders List
PROPOSAL PREPARATION AND SUBMITTAL
Section IIA: Pre-Submittal Meeting/Clarification
1. Pre-Submittal Meeting
2. Proposal Clarification
PART III
Section IIB: Proposal Submission
1. Proposals Due
2. Proposal
Section IIC: Proposal Content
1. Cover Sheet
2. Project Team
3. Management Approach
4. Respondent’s Capabilities
5. Project Approach and Understanding
6. Proposed Cost
7. Employment Verification
PROPOSAL EVALUATION & CONTRACT AWARD
Section IIIA: Proposal Review and Selection
1. Evaluation and Selection
2. Evaluation Criteria Scoring
Section IIIB: Contract Award
1. Consultant Selection
2. Contract Development
3. Award Review
4. Orientation/Kick-off Meeting
ATTACHMENTS
A: Proposal Cover Sheet
B: Letter of Interest
C: Certification Regarding Debarment, Suspension and Other Responsibility Matters Form
Request for Proposal #878
Commercial Structural Plan Review
Part I
Proposal Requirements
Section IA
1. Introduction
General Information
The Clark County Building Department is seeking a qualified team(s) to provide Commercial
Structural Plan Review Services.
If your company contact details are not on the Plan Holder List at
https://clark.wa.gov/internal-services/request-proposal-1
Attachment B, Letter of Interest must be submitted to participate in this RFP.
Proposers shall respond to all sections to be considered.
Clark County has made this Request for Proposal subject to Washington State statute RCW
39.34. Therefore, the proposer may, at the proposers’ option, extend identical prices and
services to other public agencies wishing to participate in this RFP. Each public agency wishing
to utilize this proposal will issue a purchase order (or contract) binding only their agency. Each
contract is between the proposer and the individual agency with no liability to Clark County.
2. Background
With the absence of a Structural Engineer on staff the Clark County Building Department needs
to send out Commercial Building Plans to outside firm(s) for review.
In the past, we maintained contracts with three different firms in the amount of $40,000 for one
calendar year. The need for services has surpassed this volume therefore the intention is to
enter into one to three contracts with different firms at higher dollar amounts to ensure we have
access to structural review services throughout the year.
3. Scope of Project
Complete Commercial Structural Plan Review on assigned projects.
4. Project Funding
Funding for the services is budgeted within the Clark County Plan and Code annual budget.
The anticipated annual cost for the services described herein is $500,000.
The Proposers proposal shall include the Proposers true estimated cost to perform the work
irrespective of the budgeted funds for this work.
Title VI Statements
Clark County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78
Stat. 252, 42 U.S.C. §§ 2000d to 2000d4) and the Regulations, hereby notifies all bidders that
it 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.
El Condado de Clark, de acuerdo con las disposiciones del Título VI de la Ley de Derechos
Civiles de 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d a 2000d4) y el Reglamento, por la presente
notifica a todos los postores que se asegurará afirmativamente de que cualquier contrato
celebrado de conformidad con este anuncio, las empresas comerciales desfavorecidas tendrán
la oportunidad plena y justa de presentar ofertas en respuesta a esta invitación y no serán
discriminadas por motivos de raza, color u origen nacional en consideración a un laudo.
Request for Proposal #878
Commercial Structural Plan Review
5. Timeline for
Selection
The following dates are the intended timeline:
Deadline for Questions and Answers
December 27, 2023
Final date for Addendum, if needed
January 4, 2024
Proposals Dues
January 10, 2024
Proposal Review/Evaluation Period
January 11 – 17, 2024
Selection Committee Recommendation
January 18 – 22, 2024
Contract Negotiation/Execution
January 23 – February 27, 2024
Contract Intended to Begin
March 1, 2024
6. Employment
Verification
To be considered responsive to this formal Clark County RFP, all proposers shall submit
before, include with their response or within 48 hours after submittal, a recent copy of their
E-Verify MOU or proof of pending enrollment. The awarded contractor shall be responsible to
provide Clark County with the same E-Verify enrollment documentation for each sub-
contractor ($25,000 or more) within thirty days after the sub-contractor starts work.
Contractors and sub-contractors shall provide a report(s) showing status of new employees
hired after the date of the MOU. The status report shall be directed to the county project
manager at the end of the contract, or annually, whichever comes first. E-Verify information
and enrollment is available at the Department of Homeland Security web page:
www.dhs.gov/E-Verify
How to submit the MOU in advance of the submittal date:
1. Hand deliver to 1300 Franklin St, Suite 650, Vancouver, WA 98660, or;
2. E-mail: koni.odell@clark.wa.gov or priscilla.ricci@clark.wa.gov
Note : Sole Proprietors shall submit a letter stating exempt.
Section IB
1. Required Services
Work Requirements
The Commercial Structural Plan Review will ensure that all plans submitted meet the current
adopted year of the International Code Council and current Washington State Administrative
Code.
2. County Performed
Work
The County uses Project Dox and will provide access and support to Project Dox for all contract
holders.
3. Deliverables &
Schedule
4. Place of
Performance
Once Projects have been assigned to the contract holder(s) they will have 30 days to submit 1st
comments to the applicant.
At contract holders’ location.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow ANNUAL INSPECTION OF SPRINKLER SYSTEM AND SEMI-ANNUAL SERVICE OF FIRE SUPPRESSION SYSTEM

HOMELAND SECURITY, DEPARTMENT OF

Bid Due: 4/30/2024

Follow H261--668-22-101 Triennial Electrical Distribution System Testing & Maintenance Active Contract Opportunity Notice

Federal Agency

Follow H312--Puget Sound VAHCS Fire Safety System Inspection Testing, Emergency Callbacks and Repairs

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/02/2024

Follow ANNUAL INSPECTION OF SPRINKLER SYSTEM AND SEMI-ANNUAL SERVICE OF FIRE SUPPRESSION SYSTEM

HOMELAND SECURITY, DEPARTMENT OF

Bid Due: 4/30/2024