Loading...
HomeMy WebLinkAbout2026-02-20 - Request for Qualifications - Professional Engineering Services: Southcenter Blvd Watermain Replacement & Sewer UpgradeREQUEST FOR QUALIFICATIONS Professional Engineering and Related Services Southcenter Blvd Watermain Replacement and Sewer Upgrade CIP No. 90540104 and 99840202 City of Tukwila, Washington RFQ Summary • RFQ issued: January 23, 2026 • Advertisement: This RFQ will be advertised on the City of Tukwila website and in the Daily Journal • Qualifications due: February 27, 2026 at 5:00 PM Pacific • Submission method: Electronic copy only. One searchable PDF sent by email to Adib.Altallal@TukwilaWA.gov • Point of contact: Adib Altallal, Utilities Engineer • Deadline for written questions: February 20, 2026 at 5:00 PM Pacific • Interviews: The City may conduct interviews if needed • Scope note: This solicitation is for professional services through design and bid support only. Construction management and construction inspection services are not included 1 1. Introduction The City of Tukwila (City) is requesting qualifications from qualified consulting firms to provide professional engineering and related services for utility improvements along Southcenter Blvd, including replacement of existing water and sewer mains, coordination support, permitting support, and bid support. This RFQ covers work associated with two City CIPs: Southcenter Blvd Watermain Replacement (90540104) and Southcenter Blvd Sewer Upgrade (99840202). The City does not intend to treat these as separate projects for solicitation or delivery, but the selected consultant shall reference both CIP numbers on project communications and future invoicing, as directed by the City. This solicitation is for professional services through design and bid support only. Construction management and construction inspection services are not included. The City intends to select the most qualified firm and then negotiate a fair and reasonable price, consistent with Chapter 39.80 RCW. 2. Project Background and Planning Concept The City is planning utility improvements along Southcenter Blvd generally from the intersection of 65th Ave S and Southcenter Blvd west to Macadam Rd S. The project includes replacement of approximately 3,000 linear feet of existing 8 inch water main (1960s era) with new 8 inch ductile iron water main and associated appurtenances and service connections, as needed. The project also includes replacement of approximately 3,000 linear feet of existing 8 inch gravity sewer with new 8 inch PVC gravity sewer, including extension of the new gravity sewer to discharge into the new wet well for the Future Sewer Lift Station 13 project, which will be designed and constructed concurrently under a separate contract. A key element of this work is regrading approximately 500 linear feet of gravity sewer so that flows are redirected toward the new lift station rather than toward the existing 12 inch gravity sewer alignment that crosses under 1-405. The sewer under 1-405 is anticipated to be abandoned in a safe manner to avoid future risk and avoid impacts to the interstate corridor. This Southcenter Blvd corridor has multiple overlapping initiatives that will require frequent coordination during design. This includes coordination with the City Streets Department and their Southcenter Blvd road diet project, coordination with King County Parks and their trail work in the area (including their consultants), and coordination with the Lift Station 13 consultant so the gravity sewer tie-in, elevations, sequencing, and construction interfaces are correct the first time. 2 Maps and markups provided by the City, if included, are conceptual and were not prepared using survey or engineering grade methods. Survey, potholing, and additional engineering evaluation will be required to confirm existing conditions and final design. 3. City Preferences and Design Basis Items The City has the following preferences. They are provided to inform the consultant's approach after selection. Proposers are not expected to complete design work in the qualifications package. 3.1 Materials and general approach The planning basis is 8 inch ductile iron water main and 8 inch PVC gravity sewer. The design should be consistent with City standards and typical details unless the design demonstrates another approach provides greater value to the City. 3.2 Coordination and constructability The City expects a high emphasis on design coordination and constructability so conflicts and interface issues are resolved during design, not during construction. This includes coordination with the Lift Station 13 consultant and coordination with planned roadway and trail work. 3.3 Sewer regrade and 1-405 interface The design must clearly address how the sewer regrade will be achieved, how final grades will be verified, and how the existing sewer under 1-405 will be abandoned safely. The design must identify permitting and stakeholder steps early, including any WSDOT coordination if required. 3.4 Practical innovation and sustainability This is a fairly straightforward replacement project, but the City values practical innovation that improves outcomes. This can include methods or tools that reduce disruptions, improve safety, improve long term reliability, reduce lifecycle cost, reduce greenhouse gas impacts during construction, improve coordination accuracy, or reduce change orders. 4. Project Schedule Objectives and Constraints The City's objective is to advance the project to bid ready design and support procurement in a way that aligns with the Lift Station 13 delivery and corridor scheduling constraints. Proposers shall propose a realistic schedule that supports frequent coordination milestones and identifies key decision points required from the City and from external partners as applicable. Both projects have a goal achieving substantial completion of construction by 2028. 5. Questions Questions are welcome and must be submitted in writing to Adib.Altallal@TukwilaWA.gov by the deadline shown in the procurement schedule. Questions received after the deadline may not be answered. The City will respond to questions by addendum if applicable. 3 6. Procurement Schedule The City anticipates the following schedule and reserves the right to modify it by addendum. 1. RFQ issued: January 23, 2026 2. Deadline for written questions: February 20, 2026 at 5:00 PM Pacific 3. Qualifications due: February 27, 2026 at 5:00 PM Pacific 4. Shortlist and or interviews if used: Week of March 9, 2026 5. Selection announcement: Week of March 9, 2026 or week of March 16, 2026 6. Contract negotiation and execution: Soon after selection 7. Notice to proceed: Spring 2026 7. Submission Requirements Qualifications packages must be received no later than February 27, 2026 at 5:00 PM Pacific. Qualifications shall be submitted as an electronic copy only. No hard copies will be accepted. Submittals shall be submitted as a single searchable PDF by email to Adib.Altallal@TukwilaWA.gov. The City is not responsible for delays due to email transmission issues, file size limitations, or other delivery problems. Firms are encouraged to submit early. Email subject line: RFQ Southcenter Blvd Utilities, CIP 90540104 & 99840202, [Firm Name] 8. Submittal Format and Maximum Length Submittals shall not exceed 20 pages in length, not including resumes. Pages up to 11 inch by 17 inch will be interpreted as one page. Resumes may be included as an appendix and are not included in the 20 page limit. 9. Scope of Services The City intends to negotiate final scope and level of effort with the highest ranked firm. Proposers should assume the services below are required and include them in the proposed approach. This solicitation is for professional services through design and bid support only. Construction management and construction inspection services are not included. Task 1. Project management and coordination • Kickoff meeting and regular project status meetings • Schedule and action tracking • Coordination with City staff including Utilities, Streets, and other departments as needed • Coordination with the Future Sewer Lift Station 13 consultant, including frequent interface meetings and milestone alignment 4 • Coordination with King County Parks and their staff and consultants related to trail work and corridor requirements • Coordination with other stakeholders as needed, including WSDOT if required for abandonment or work near 1-405 • Coordination focused on resolving conflicts and interfaces early so the design is correct the first time Task 2. Records review and existing conditions evaluation • Review record drawings, GIS, and available background information • Identify data gaps, constraints, and needed investigations • Confirm service connection needs, manhole needs, and phasing constraints Task 3. Field investigation, survey, and potholing • Identify survey limits needed for design and for conflict resolution • Utility locating and potholing as needed to confirm critical conflicts, tie-in points, and grades • Confirm vertical control and benchmarks needed for sewer regrade accuracy Task 4. Preliminary design and corridor coordination package • Develop a clear basis of design, including preliminary plan and profile concepts • Identify and resolve key conflicts and interfaces with Lift Station 13 tie-in requirements • Develop preliminary traffic control and staging concepts aligned with the road diet project • Develop preliminary coordination items for trail interfaces and access requirements • Conduct a milestone meeting with all key parties at a level appropriate for a coordinated corridor decision Task 5. Final design • Advance the preferred design through preliminary and final design • Prepare plans, specifications, and estimate suitable for bidding • Include water main appurtenances, valves, hydrants as needed, service reconnections, and shutdown sequencing • Include gravity sewer replacement, manhole adjustments, and sewer regrade details with clear verification approach • Include clear details and specifications for safe abandonment of the existing sewer under 1-405 as applicable • Provide a coordinated construction sequencing approach that reflects lift station interfaces, roadway changes, and trail constraints Task 6. Permitting support and stakeholder approvals • Support identification and acquisition of typical permits and approvals • Coordinate with agencies as required, including City Streets, King County Parks, and WSDOT if needed • Support any required public notifications or coordination steps tied to roadway or trail requirements 5 Task 7. Bid support • Respond to bidder questions and assist with addenda as needed • Support bid evaluation and recommendation 10. Submittal Content Requirements Submittals should be clear, concise, and focused on qualifications and approach. Submittals should include the following: • Cover letter signed by an authorized representative • Firm overview and key subconsultants • Project understanding and key risks, including the coordination drivers • Proposed approach and work plan, including how you will manage frequent coordination and milestone meetings • Approach to sewer regrade and the Lift Station 13 wet well tie-in interface • Approach to safe abandonment of the 1-405 sewer segment and any expected agency coordination • Project team, roles, and relevant experience of key staff • Relevant project experience, including water main replacement, gravity sewer replacement, profile work, and work in constrained corridors with overlapping stakeholders • Proposed schedule including milestones and City decision points, and how coordination with Lift Station 13, Streets, and Parks will be handled • Assumptions and requested City support • References, minimum of three • Appendix: resumes of key staff and subconsultants, not included in the 20 page limit 11. Evaluation and Selection The City may award the contract based solely on written submittals. The City also reserves the right to conduct interviews with the highest ranked firms if needed. If the City conducts interviews, the City will notify shortlisted firms of the format, date, and time. If the City is unable to negotiate a contract with the highest ranked firm, the City may terminate negotiations and initiate negotiations with the next highest ranked firm. Evaluation criteria are provided in Attachment A. The City reserves the right to refine criteria by addendum. 12. Budget Information For planning purposes, the City anticipates the professional services budget will be up to to $400,000 depending on final scope, investigation needs, and level of bid support negotiated with the selected firm. 6 13. City Contract The City anticipates using its standard Professional Services Agreement for this project, included as an attachment. 14. Public Records Submittals to the City are subject to the Washington Public Records Act. Firms should clearly mark information they believe to be exempt from disclosure. Marking information does not guarantee confidentiality. 15. City Reservations The City reserves the right to: • Reject any or all submittals • Waive informalities and minor irregularities • Request clarifications and additional information • Conduct interviews or select without interviews • Negotiate scope and fee with the highest ranked firm and, if unsuccessful, end negotiations and move to the next ranked firm • Cancel or reissue this RFQ 16. Accessibility and Non Discrimination The City of Tukwila, in accordance with Section 504 of the Rehabilitation Act and the Americans with Disabilities Act, commits to nondiscrimination on the basis of disability in all of its programs and activities. This material can be made available in an alternate format by emailing Adib.Altallal@TukwilaWA.gov. The City of Tukwila, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 and its implementing regulations, hereby notifies all proposers that it will ensure that no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or otherwise be subjected to discrimination under any contract entered into pursuant to this solicitation. 17. Attachments • Attachment A: Evaluation criteria and scoring matrix • Attachment B: City Professional Services Agreement • Attachment C: Vicinity map and concept exhibits 7 Attachment A: Evaluation Criteria and Scoring Matrix The City anticipates using the following evaluation criteria and scoring matrix. The City reserves the right to refine criteria by addendum. Evaluation criteria Points Project understanding and technical approach, including how the design will address sewer regrade, Lift Station 13 interface, abandonment approach, and constructability 30 Project management and coordination plan, including coordination with the Lift Station 13 consultant, City Streets road diet project, King County Parks trail work, and other corridor stakeholders 25 Project team qualifications, availability, and capacity to deliver a schedule aligned with corridor constraints 20 Relevant experience with water main replacement, gravity sewer replacement and profile work, and similar corridor coordination environments 15 Practical innovation and sustainability appropriate for this project, including methods or tools that reduce disruptions and improve accuracy and long term value 5 Past performance and references 5 Total 100 Optional interview scoring approach (if interviews are used): • Written submittal score: 80 percent of total score • Interview score: 20 percent of total score 8 Attachment B City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Contract Number: This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter optional municipal code city hereinafter referred to as "the City," and , hereinafter referred to as "the Contractor," whose principal office is located at WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as IF fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed at a rate of 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing , 20_, and ending , 20_, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. CA Revised May 2020 Page 1 of 4 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely forthe purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. CA Revised May 2020 Page 2 of 4 E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordancewith RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Aareement: Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA Revised May 2020 Page 3 of 4 14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law: Venue: Attornev's Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. DATED this day of , 20 ** City signatures to be obtained by ** Contractor signature to be obtained by City Clerk's Staff ONLY. ** sponsor staff. ** CITY OF TUKWILA CONTRACTOR: Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn, City Clerk APPROVED AS TO FORM: Office of the City Attorney By: Printed Name: Title: Address: CA Revised May 2020 Page 4 of 4 Attachment C Address 'Cy co 300ft -122.246 47.467 Degrees existing sewer to be abandoned SOU Existing water main to potentially repurpose as force main Put Sounc4 Fire Sytion 6 Potential location 1 of new lift station -1405-RAM- —TUK • • • • • • • • kwila Park current flow of sewer • • • Layer List / iday Express & Suites - eattle S• uth Tukwila f 1 Esri Community Maps Contributors, WSU 152N➢-P L- -"lam project limits TU KW! LA-PKWY- Tukwila Park day Express & Suites - eallle St. uth Tukwila