Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published September 18, 2025 at 8:00 PM
Updated September 19, 2025
This is a service / maintenance or supply contract in Coupeville, Washington. Contact the soliciting agency for additional information.
Island County Public Works Department is soliciting Statement of Qualifications (SOQ) from consultants who wish to be evaluated and considered to provide professional/general services to Island County. The Public Works Department expects the need to occasionally supplement its own resources for Public Works related projects and services. Professional services rendered by any person contracting to perform activities within the scope of the general definition of professional practice per RCW 18.08, 18.43, or 18.96 must have Professional Registration (or other appropriate license) in the State of Washington and must be registered as a company licensed to perform "engineering services" in the State of Washington. Successful Consulting Firms will receive an On-Call Consultant contract in the amount not greater than $300,000 and for a three (3) year term. Individual tasks will be negotiated as stand-alone assignments terminating when the task budget is exhausted or the task time frame has expired. The agreement shall be terminated when the agreement budget is exhausted or the agreement time frame has expired, unless mutually agreed upon by Island County and the Consulting Firm to increase the amount or time of the contract. Island County encourages disadvantaged, minority, and woman-owned Consulting Firms to respond to this solicitation. The services provided by the consultant will include engineering and/or professional services to support the Island County Public Works Department with special expertise and design support services as follows: 1. Cultural Resource Consultants shall be Registered Professional Archaeologist (RPA) and/or listed archaeological consultant with the Department of Archaeology and Historic Preservation (DAHP) with considerable experience and working knowledge of Island County cultural resources and familiarity with Section 106 of the National Historic Preservation Act of 1966. The services required may include the following: o Preparation of cultural resource survey. o Preparation of project's area of potential effects (APE). o Preparation of memorandum of agreement. o Literature Review and Archaeological Sensitivity Assessment. o Archaeological Field Reconnaissance Survey. o Archaeological Site Evaluation. o Mitigation Plan and Archaeological Data Recovery. o Newspaper and photo archive research. o Familiarity of WSDOT's Environmental Procedures Manual. o Providing aid with permitting process for cultural resources issues. o Coordination with affected tribes, and local, state, and federal agencies. 2. Traffic Signal Maintenance Providers shall have diverse professional expertise in, but not limited to, the following areas: o Ability to perform regular monthly maintenance inspections of traffic signal systems and other electronically powered traffic systems and ability to clearly and concisely document work performed and discrepancies or deficiencies observed and/or corrected with each inspection. o Knowledge of wiring and various other electrical components contained in traffic signal systems and other electronically powered traffic systems, including traffic signals, vehicle detection loops, emergency vehicle preemption systems, optical vehicle detection equipment, uninterrupted power supply systems, pedestrian push buttons, school zone flashing beacons, overhead flashing beacons, and streetlights. o Understanding of troubleshooting and repair methods and database programming requirements for Econolite ASC/2 and ASC/3 Series controllers. o Familiarity with Manual on Uniform Traffic Control Devices and other standards applicable to traffic signal design and phasing operation. o Ability to review traffic signal design plans for modifications to existing signals or proposed new signals for compliance with relevant electrical standards and best practices. o Knowledge of requirements for turning on and programming a new traffic signal or making modifications to the phasing of an existing traffic signal. o Capability to review proposed scope of work for additional traffic signal work to be done by other contractors on an as-needed basis. o Ability to assess and respond to reported malfunctions or other reported or observed operational issues within 8 hours or less on an as-needed, on-call basis. Respondents for Traffic Signal Maintenance Provider must include proposal and pricing information with their SOQ. 3. Material Sampling and Testing Consultants shall have working knowledge of and familiarity with the WSDOT Materials Manual and Standard Specifications, and other publications (as listed in the WSDOT Standard Specifications Manual) specifications and methods. Personnel conducting testing shall be qualified to perform required tests, and to calibrate and verify test equipment. SUBMITTAL REQUIREMENTS Consultants are invited to submit their SOQ. Materials submitted in response to this competitive procurement shall become the property of Island County and will not be returned. Proposers are solely responsible for all costs incurred in the development and submission of the response statement to this RFQ or any other presentations whether in response to this RFQ or to any subsequent requirements of the consultant selection and contract negotiation process. All submittals received will remain confidential until Island County and the successful Consultants sign the agreements resulting from this advertisement. All submittals are deemed public records as defined in the RCW 42.17.250 to 42.250.340. SOQ should have no more than twenty-four (24) sheets (double sided or not), plus a cover, one-page cover/introductory letter, and the Island County Public Works Submittal Information Form (Prime), which is attached to this RFQ. Submittals shall be on 8 1/2 " X 11" paper size with a type size no smaller than 12 points. Resumes shall be limited to one page per full-time staff and shall be included as an Appendix. Resumes will not be included in the page limit. Fax will not be accepted. Proposers are strongly encouraged to use recycled/recyclable products and use both sides of the paper whenever appropriate. Content of Statement of Qualifications and Experience Package: 1. A one-page cover/introductory letter that includes the On-Call service(s) for which the SOQ is being submitted. This letter shall include a brief description of the firm and a description of the firm's experience performing services of interest. It shall also include a list of similar services provided to other governmental organizations in the last five years. 2. The number and type of staff positions (e.g., engineer, planner, etc.) assigned to the service of interest including their experience in performing public works design projects. Furnish resumes of key staff that will be assigned to such projects (include as Appendix). 3. The firm's assurance that contracting with Island County will not result in a conflict of interest. 4. A statement expressing the firm's commitment to meeting scope, schedule, and cost of tasks to be assigned. When task proposals are requested, project specific commitments will be required. This should include a discussion of the firm's work philosophy, the approach to developing sound cost-effective engineering recommendations/solutions, and the approach to problem resolution. 5. A statement concerning the firm's history of completing tasks on time and within the project budget over the last five years. References to County and City agencies that are or have recently been clients of the firm are to be provided including Contact information for the Client's project managers. 6. A statement of acceptance of Island County's contract language and insurance coverage requirements, per WSDOT negotiated hourly rate consultant agreements. 7. Island County Public Works Submittal Information Form (Prime) 8. Pricing Information: o Architectural & Engineering professional services: DO NOT submit information regarding fees, price, man-hours or any other cost information with respective SOQ's. Cost information for these types of services will not be considered. o General services: Fees, price or any other cost information (proposal) are required to be submitted with the SOQ for the following general services: Pavement Condition Survey Consultants, Traffic Signal Maintenance Providers, and Timber Cruise Consultants. 1. The consultants will be selected by means of a dual selection process (initial evaluation of SOQs and ranking). 2. The following criteria will be the basis for initial evaluation of SOQs. o Project Team: o Qualifications and relevant individual experience o Unique qualification of key personnel o Time commitment of key members o Organization Chart o Firm's Capabilities: o Demonstrated capability on similar or related projects o Management and scheduling abilities o Other on-going projects and priorities o Quality and cost control o Staff availability o Project Understanding and Approach: o Demonstrated knowledge of the work required o Explanation of the project o Knowledge of general engineering processes o Innovative approaches and internal measures for timely completion of project o Feasibility of Oversight: o Ability and willingness to respond to Department requirements o Accessibility to Department reviewers o References: o Record of producing a quality product on similar projects on time and within budget The following requirements will also be considered in SOQ evaluation: o Acceptance of County's contract language and insurance coverage requirements. o Firm's assurance that the design work will not result in a conflict of interest. 3. Based upon the combined scores and ranking of the SOQs, consultants evaluated by the selection committee and deemed to be the best qualified to undertake the services, may be interviewed by the selection committee. 4. The above criteria will similarly be the basis for the evaluation, scoring, and ranking of Consultants, as well as questions relating to the following topics: o Consultant's experience with engineering technology and government standards relating to Local Agency work o Consultant's methods for completing task assignments, scheduling, and controlling costs o Consultant's previously completed projects. o Working with Island County The contract will be pursuant to the Washington State Local Agency Guidelines, excepting requirements pertaining to Disadvantaged Business Enterprise (DBE) goals. The Standard Consultant Agreement forms are available at the Washington State Department of Transportation website at: https://wsdot.wa.gov/business-wsdot/support-local-programs/delivering-your-project/consultant-agreements-indirect-cost-rate-information It is expected that the Negotiated Hourly Rate Consultant Agreements will be used and no Federal Aid projects will be administered under this contract. The consultant submitting SOQs must familiarize themselves to the insurance requirements and other requirements indicated on these forms. Island County insurance requirements can be obtained by contacting Catherine Kelley, Project Manager via email at CatherineK@islandcountywa.gov or by phone at 360-678-7965. TITLE VI NOTICE "Island 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 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in 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." ANTICIPATED RFQ SCHEDULE The following schedule has been established for the submission and evaluation of the SOQs and selection of the consultants. Pre-proposal meeting: Not required for this RFQ. Contract negotiation complete: by November 19, 2025 o Signed Contract received from Consultants: by December 1, 2025 o Board of County Commissioner approval: December 2025. Island County reserves the right and holds at its discretion the following rights and options: o To waive any or all informalities in this RFQ o To reject any or all responses o To issue subsequent requests The method of Contractor Selection has not been Determined at this time.
Conceptual
Roads / Highways
Public - County
Service, Maintenance and Supply
Plans and Specifications are not available for this project. If that changes, they will be made available here.
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
April 15, 2026
1 NW 7th St, Coupeville, WA
Related To This Project
Coupeville, WA
Bid Date: Oct 09 2025
Coupeville, WA
Bid Date: Dec 01 2025
Coupeville, WA
Bid Date: Dec 01 2025
Coupeville, WA
Bid Date: Aug 26 2025
Coupeville, WA
Bid Date: Sep 12 2025
Coupeville, WA
--
Coupeville, WA
Bid Date: Apr 08 2025
Coupeville, WA
Bid Date: Apr 22 2025
Coupeville, WA
Bid Date: Apr 22 2025
Coupeville, WA
Bid Date: Apr 08 2025
Coupeville, WA
--
Coupeville, WA
--
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
