Loading...
HomeMy WebLinkAbout2026-03-27 - Request for Qualifiation - A&E Lower Green Riverfront Master Plan1 CITY OF TUKWILA REQUEST FOR QUALIFICATIONS (RFQ) ARCHITECTURAL AND ENGINEERING (A/E) PROFESSIONAL SERVICES – RCW 39.08 QBS LOWER GREEN RIVERFRONT MASTER PLAN Due April 21, 2026, by 5:00 p.m. Pacific Standard Time (PST) The City of Tukwila (“City”) is soliciting Proposals from qualified consulting firms to provide planning and design services for the City’s Lower Green Riverfront Master Plan. PROJECT DESCRIPTION: The Lower Green Riverfront Master Plan will develop a long-term strategic city vision to transform future King County Flood Control District (KCFCD) improvements along the Green River into vibrant, accessible, and sustainable community assets. In order to align with KCFCD's long-term flood projects, we must develop a unified, forward-looking vision that evolves with the city's growth. This project is primarily funded through a Washington State Department of Ecology - Flood Control Assistance Account Program (FCAAP) Grant with performance concluding on June 30, 2027. Where We Are The existing levee system in the City of Tukwila was constructed decades ago using native onsite material and steeper slopes that do not meet current engineering standards. The levees were designed primarily to protect farm fields and dairies. Now these 100-year flood protection earthen levees protect a high-density regionally significant commercial and industrial hub located at a major transportation crossroad (I-5 and I-405). 2 Where We Are Going Both the System-Wide Improvement Framework (SWIF) for the Lower Green River and the Lower Green River Corridor Flood Hazard Management Plan are advocating that existing levees be built to 500-year flood protection (18,8000 cfs – measured at Auburn USGS gauge) plus three feet of freeboard. The KCFCD is tasked with implementing all these future flood facilities capital projects. The city wants to create its own unique multi-benefit vision of how these future flood facilities integrate with the natural and built environment for future generations. CONSULTANT SCOPE The City of Tukwila seeks qualified consultant team(s) to develop a comprehensive Lower Green Riverfront Master Plan for the Green River shoreline and adjacent properties within the City, generally extending from Interstate 405 to the southern city limits. The Master Plan will establish a long-term, multi-benefit vision that integrates future levee improvements with habitat improvement, public access, and community development. The plan will guide future capital investments, land use decisions, and shoreline improvements while supporting the City’s goal of achieving 500 -year flood protection. The selected consultant will work collaboratively with City staff, community members, partner agencies, tribes, and other stakeholders to develop an actionable and implementable multi-benefit master plan. The plan will address limitations and opportunities, as well as seeking out partner and stakeholder input. The end-product will be an actionable plan. The consultant’s responsibilities may include, but are not limited to, the following: •Site Context & Mapping: Document existing levee data in a formal repository and develop ArcGIS StoryMaps, while incorporating relevant city comprehensive plans. Provide historical context of flood management within the watershed. 3 • Community Engagement and Outreach: Develop and implement a community engagement strategy to gather input from residents, businesses, and stakeholders. This may include surveys, public meetings, workshops, and other outreach activities to ensure the plan reflects community priorities and values. • Agency and Stakeholder Coordination: Coordinate with City departments, the King County Flood Control District, King County, tribal governments, W ater Resource Inventory Area (WRIA) 9, and other relevant agencies and stakeholders to ensure alignment with regional plans, regulatory requirements, and ongoing flood protection initiatives. • Branding and Communication Strategy: Develop a cohesive identity and communication framework for the Riverfront Master Plan to support public awareness, stakeholder engagement, and long -term implementation. • Land Use Development Considerations: Evaluate future development opportunities, including zoning, housing, and economic development considerations. Identify opportunities for real estate acquisition, levee setbacks, and other measures that support long-term flood protection and community goals. • Multi-Benefit Vision and Concept Development: Develop a strategic vision and conceptual designs that integrate flood risk reduction with habitat restoration, climate resilience, stormwater management, recreation, public access, cultural and artistic elements, and place-making opportunities. Prepare illustrative graphics and conceptual renderings to communicate proposed improvements. • Funding and Implementation Strategy: Identify potential funding sources, including grants, partnerships, and legislative opportunities. Develop a phased implementation plan that prioritizes projects, outlines timelines, identifies responsible parties, and aligns with available funding and resources. The primary deliverable will be a comprehensive, actionable Lower Green Riverfront Master Plan that establishes a clear vision, identifies opportunities and constraints, and provides prioritized recommendations and implementation strategies to guide future shoreline and levee improvement projects. SUBMITTAL REQUIREMENTS Submittals will be evaluated and ranked based on the following criteria listed in order of importance: 1. Relevant project experience of key personnel. 4 2.Project understanding and project approach. 3.Ability to manage complex multi-disciplinary projects with stakeholder involvement. 4.Firm’s experience with similar projects. 5.Ability to proactively keep projects on schedule and within budget . 6.Personnel availability including a personnel schedule for each key team member . Please include references for 3 relevant projects. Submittals should be limited to 15 single-sided pages, excluding résumés and any supporting information, and should include the following information: firm name; phone numbers; name and e-mail address for primary contact; specific staff and disciplines to be assigned to the project; similar project experience examples. Similar information shall be provided for any sub-consultants. All submission formats should be received no later than 5:00 p.m. PST, April 21, 2026. No submittal will be accepted after this date and time. Please refence the RFQ title on all communication. E-mail:sherry.edquid@TukwilaWA.gov. TERMS AND CONDITIONS Consultant selection will be based on RFQ review and ranking and outcomes of potential interviews. The City reserves the right, in its sole discretion, to cancel this RFQ, issue a new RFQ, reject any or all submissions, seek or obtain data from any source that has the potential to improve the understanding and evaluation of the responses to this RFQ, seek and receive clarifications to a Submission and waive any informalities in considering and evaluating the Proposals. This RFQ does not commit the City to enter into a contract or proceed with the procurement of the project. The City assumes no obligations, responsibilities and liabilities, fiscal or otherwise, to reimburse all or part of the costs incurred by the parties responding to this RFQ. All such costs shall be borne solely by each Submitter. Materials submitted in response to this competitive procurement shall become the property of the City and will not be returned. All submittals received will remain confidential until the City and the successful Proposer sign the agreements resulting from this advertisement. All submittals are deemed public records as defined in the RCW 42.17.250 to 42.17.340. 5 The city’s contract language is provided in appendix A. Any proposed changes to it will be subject to City's approval. If an agreement cannot be reached, the City will enter into negotiations with the next-ranked firm. The City of Tukwila in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be m ade available in an alternate format by emailing sherry.edquid@tukwilawa.gov. PRELIMINARY SCHEDULE The deadline for submitting the RFQ is stated below. The City also anticipates the following additional project milestones. This schedule is subject to revision at any time. Milestone Target Dates/Times (Pacific Time) ___ Request for Qualifications ..............................April 1, 2026 Proposal Due ..................................................April 21, 2026 at 5:00 PM Notify short-listed Submitters ........................April 27, 2026 Interviews (optional).......................................May 4-7, 2026 Final Selection ................................................May 8, 2026 6 Appendix A - City Standard Contract PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as “the City”, and ______________________, hereinafter referred to as “the Consultant”, in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform ________________ services in connection with the project titled __________________________________. 2.Scope of Services. The Consultant agrees to perform the services, identified on Exhibit “A” attached hereto, including the provision of all labor, materials, equipment and supplies. 3.Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending __________________, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than _________________ unless an extension of such time is granted in writing by the City. 4.Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A.Payment for the work provided by the Consultant shall be made as provided on Exhibit “B” attached hereto, provided that the total amount of payment to the Consultant shall not exceed _____________________ without express written modification of the Agreement signed by the City. B.The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C.Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D.Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E.The Consultant’s records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5.Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant’s endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 7 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. 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 Consultant and the City, its officers, officials, employees, and volunteers, the Consultant’s liability hereunder shall be only to the extent of the Consultant’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the 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. 8. Insurance. The Consultant 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 Consultant, its agents, representatives, or employees. Consultant’s maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant 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 Amounts and Scope of Insurance. Consultant 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. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant’s Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant’s profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public 8 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 Consultant’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 Consultant’s insurance and shall not be contributed or combined 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. E.Verification of Coverage. Consultant 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 Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors’ coverage. F.Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G.Failure to Maintain Insurance. Failure on the part of the Consultant 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 Consultant 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 Consultant from the City. 9.Independent Contractor. The Consultant and the City agree that the Consultant 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 the Consultant nor any employee of the Consultant 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 for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10.Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 9 11.Discrimination Prohibited. Contractor, 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. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13.Non-Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14.Termination. A.The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B.In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15.Applicable Law; Venue; Attorney’s Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. 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. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16.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. 17.Notices. Notices to the City of Tukwila shall be sent to the following address: 18.Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant 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.