Request for
Proposal (RFP)
for
Portage County CTH II
Local Bridge Program
Bridge Design
Proposal #2024-28PC
Issued by:
Portage County
Purchasing Department
Proposals must be submitted
No later than 2:00 PM 01/07/2025 to:
Portage County Purchasing
1462 Strongs Ave
Stevens Point WI 54481
LATE PROPOSALS WILL BE REJECTED
There will not be a public opening for this Proposal
For further information regarding this
RFP contact PaYeng Baldemor
At (715) 346-1333
Email: baldemop@co.portage.wi.gov
Issued: 12/05/2024
Table of Contents
1. General Information ............................................................................................................................. 4
1.1. Introduction .................................................................................................................................. 4
1.2. Definitions ..................................................................................................................................... 4
1.3. Scope............................................................................................................................................. 4
1.4. Clarifications and/or Revisions to this RFP ................................................................................... 5
1.5. Calendar of Events ........................................................................................................................ 6
1.6 Contract Term and Funding .......................................................................................................... 6
2. Preparing and Submitting a Proposal ................................................................................................... 6
2.1. General Instructions...................................................................................................................... 6
2.2. Incurring Costs .............................................................................................................................. 7
2.3. Submitting Proposals .................................................................................................................... 7
2.4. Proposal Organization and Format ............................................................................................... 7
2.5. Multiple Proposals ........................................................................................................................ 8
2.6. Withdrawal of Proposals............................................................................................................... 8
3. Proposal Selection and Award Process ................................................................................................. 8
3.1. Evaluation Committee .................................................................................................................. 8
3.2. Preliminary Evaluation .................................................................................................................. 8
3.3. Right to reject proposals ............................................................................................................... 8
3.4. Proposal Scoring............................................................................................................................ 8
3.5. Evaluation Criteria......................................................................................................................... 8
3.6. Interviews/Presentations and/or Site Visits ................................................................................. 9
3.7. Final Evaluation ............................................................................................................................. 9
3.8. Award and Final Offers ................................................................................................................. 9
3.9. Notification of Intent to Award..................................................................................................... 9
3.10. Appeals Process ............................................................................................................................ 9
3.11. Negotiate Contract Terms............................................................................................................. 9
4. Requirements...................................................................................................................................... 10
4.1. Mandatory Requirements........................................................................................................... 10
4.2. Contract Requirements............................................................................................................... 10
5. Proposer Information and Solutions................................................................................................... 10
5.1. Organization Capabilities (150 points)........................................................................................ 11
5.2. Staff Qualifications (200 points) ................................................................................................. 11
5.3. Relevant Project Experience (250 points)................................................................................... 11
Table of Contents
5.4. Proposer Solutions and Agency Coordination(250 points)......................................................... 11
5.5. Ability to Complete within Timeframe and Quality Control/Constructability (150 points) ....... 11
5.6. Proposer References ................................................................................................................... 11
6. Cost Proposal – Not applicable. Review will be conducted using Quality Based Selection............... 11
Attachment A - Signature and Authority Affidavit Form
Attachment B - References
Attachment C - Designation of Confidential & Proprietary Information Form
Attachment D - Mandatory Requirements
Portage County Wisconsin
RFP #2020-23
Page 4 of 15
1. General Information
Introduction
The Portage County Highway Department (County) is interested in obtaining the services of an engineering
consultant firm for the design of the bridge structure over Bear Creek on CTH II, in the Town of Linwood. The
design and construction of the project have been selected as part of the Wisconsin Department of
Transportation’s 2024-2029 Local Bridge Program. The successful consultant will need to complete all tasks
associated with delivering the project including administration, survey, agency and utility coordination,
municipal coordination, public involvement, environmental document, r/w plat(if needed), design reports,
preliminary and final plans, and final PS&E, all in conformance with WisDOT guidelines and applicable
Wisconsin State Statutes. The projects are currently scheduled for State Fiscal Year 2025 design with an
August 1, 2026 PS&E date, and a November 10, 2026 Let Date. The schedule for other deliverables will be
determined when the three-party design engineering services contract is negotiated and awarded.
The County of Portage as represented by the Purchasing Department intends to use the results of this
Request for Proposal (RFP) to award a contract for the above listed project. The proposal will follow Quality
Based Selection.
Contract Execution: The contract resulting from this RFP will be administered by the Wisconsin Department
of Transportation(DOT) Local Program Manager Jason Schaeffer from the DOT’s Wisconsin Rapids Office.
There is no cost to the proposer associated with this process.
Definitions
The County of Portage as represented by the Purchasing Department intends to use the results of this
Request for Proposal (RFP) to award a contract for the above listed project. The proposal will follow Quality
Based Selection. Definitions
The following definitions are used throughout the RFP:
Consultant means proposer awarded the contract.
County means the County of Portage Wisconsin.
Proposer/Vendor/Bidder means a company or individual submitting a proposal in response to this RFP.
Purchasing means the County of Portage Purchasing Department.
RFP means Request for Proposal.
State means the State of Wisconsin.
VendorNet means the State of Wisconsin’s electronic purchasing information system.
Scope
1.3.1.
Project Description
The successful consultant will need to complete all tasks associated with delivering the project
including administration, survey, agency and utility coordination, municipal coordination, public
involvement, environmental document, r/w plat, design reports, preliminary and final plans, and
final PS&E, all in conformance with WisDOT guidelines and applicable Wisconsin State Statutes.
Portage County Wisconsin
RFP #2020-23
Page 5 of 15
1.3.2.
Current Status
The culvert pipes currently have an NBI rating of 3, sufficiency rating of 48.4. The current structure
is structurally deficient and functionally obsolete. The existing twin steel culverts are in poor and
severe condition. The ends of the culverts include full section loss and local failures could occur
within the roadway over the structure. The existing twin culverts also block debris which leads to
sedimentation and vegetation build-up on the upstream ends of both culverts. The existing structure
has substandard guardrail which is a safety issue for this minor collector. The proposed approach
lengths for the main structure are proposed at 150' for each side to improve safety by allowing
adequate widening and standard guardrail installation. In addition, since the existing culverts are
proposed to be replaced with a slab span bridge, slight increases to the profile may be necessary to
provide for adequate freeboard to the bridge deck. The existing structure is proposed to be
replaced by a single slab span structure estimated at a 32-length based on the bank widths provided
by USGS StreamStats report. The proposed width is 30' to accommodate heavy agricultural use and
wide implements of husbandry in the surrounding area.
1.3.3.
Additional Review
In addition, at approximately 325' south of this structure, there are twin steel culverts which are
under 20' in span and do not qualify as a bridge. These culverts are experiencing the same
deterioration and failure concerns as P49-055 as they were likely installed at the same timeframe.
The County proposes to include the design and replacement of these culverts as part of this project
but that portion would be 100% locally funded. Any additional approach work for these culverts
will be 100% locally funded as well. Real estate is not anticipated but if required by design, it will be
100% locally funded.
1.3.4.
Proposed Improvement
Bear Creek Structure P49-0055 is anticipated to be replaced with a single span bridge structure that
is estimated to be 30’ clear bridge width and 30’ long. The hydrologic and hydraulic design will
ultimately determine the structure size and adjacent culvert sizing. The area should be reviewed to
determine if the southern culverts need to be replaced in-kind or if they may be eliminated due to
the new bridge structure.
Clarifications and/or Revisions to this RFP
Portage County Purchasing is the sole point of contact for the County during the selection process. Contact
with anyone else involved with this process without the prior authorization of Purchasing may result in the
disqualification of your proposal. Proposers are expected to raise any questions, noted errors, discrepancies,
ambiguities, exceptions, additions or deficiencies they have concerning this proposal in writing by 2pm on
Thursday, December 19, 2024 to: PaYeng Baldemor, Procurement Specialist, Email:
baldemop@co.portage.wi.gov
If a proposer discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in
this proposal after the above date, they shall immediately notify the above named individual of such error
and request modification or clarification of the proposal document before the proposal opening date.
This page summarizes the opportunity, including an overview and a preview of the attached documents.