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