You are here

Home » City of Shoreline RFQ 1272978 NE 155th St. Preservation 1st-15th Project

City of Shoreline RFQ 1272978 NE 155th St. Preservation 1st-15th Project

CITY OF SHORELINE
REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFQ) No. 1272978
Federal Aid No: TBD

NE 155th Street Preservation, 1st Ave NE to 15th Ave NE Project

Submit no later than April 29, 2025, 2:00 p.m. Pacific Local Time

Pursuant to RCW 39.80, the City of Shoreline (City), Washington is soliciting a Statement of Qualifications (SOQ) from individuals or firms (Consultant) interested in providing professional design services for this project.  This project is funded in part by federal highway funds, and mandates achieving a 16% participation rate from Disadvantaged Business Enterprises (DBE) during the design phase.

The City intends to execute a Local Agency Professional Services Costs Plus Fixed Fee after negotiations with the most qualified Consultant for a period of 2 years, with the option to extend for additional time and money if necessary. This is a multi-phase project, and the City reserves the right to retain services of the selected Consultant for any subsequent phases (Right-of-Way and/or Construction Management) of this project. The City has budgeted approximately $400,000 for the design, environmental, and ROW phases of the project.

Project Description

The proposed improvements consist of design and construction of the NE 155th Street Preservation project, between 1st Ave NE to 15th Ave NE. The project will preserve the Asphalt pavement within project limits, construct ADA curb ramps and accessible pedestrian push buttons, and install needed conduits and junction boxes to facilitate a future signal improvement project at the NE 155th St and 5th Ave NE intersection.

The design phase will include but is not limited to geometric design, cost estimation, geotechnical exploration, pavement analysis, and signal design. This phase will also identify the conduits, junction boxes, vaults, and structure foundations necessary for a future signal improvement project at 5th Ave NE and NE 155th St.

Geometric Design: This includes plan and detail drawings for site preparation, paving, curb ramps, roadway details, and channelization.

Scope of Services

The services to be performed under this Agreement require individuals performing the work to be registered professionals with the State of Washington consistent with Chapter 18.08, 18.43, and 18.96 as applicable.  The scope of services is expected to include, but not be limited to, the following tasks:

  • Develop preliminary and final designs, including all plans, specifications, and opinions of probable cost for the NE 155th Pavement Preservation Project not including signal design.
  • Identification of right-of-way and property rights needed for project completion.
  • Lead the right-of-way acquisition process, if needed.
  • Prepare environmental documentation such as SEPA and NEPA permits, assist with the permitting process, and address review comments to obtain final certification.
  • Provide arborist report for all impacted trees within project limits.
  • Perform survey and base-mapping, including but not limited to all elements of the traffic signal system at 5th Ave NE and NE 155th St
  • Field surveying to identify legal boundaries and survey monumentation, topographic features, underground utilities and structures both below and above ground, create base map information to include lot lines, corners, all features in the City's Right of Way, and legal descriptions of parcels, as specifically requested for each project and contract. Deliverables shall include electronic files compatible with AutoCAD Civil 3D and sheet or roll plots if requested.
  • Engage the public and stakeholders in the design process.
  • Investigate Geotech and Pavement engineering.
  • Perform pavement design and analyses.
  • Lead the coordination with utility (design and relocation), including public and privately-owned utilities.
  • Provide assistance to City staff during bidding process and provide technical support during construction.
  • Provide engineering services during construction, construction management and inspection services.
  • Provide overall management of the consultant team.
  • Develop preliminary and 60% signal and ITS design for rebuild of the 5th Ave NE and NE 155th Street traffic signal. Include all plans, details, specifications and cost estimates suitable for construction, coordinated and consistent with the City’s geometric design for the 155th Pavement Preservation project.
  • Provide a soils investigation, geotechnical analysis and geotechnical report that determines the lateral bearing pressure, the friction angle of the soil and whether groundwater may be encountered. The XYZ value will be used to determine the foundation depth for the signal standard. A special foundation design for a mast arm signal standard is required if the lateral bearing pressure is less than 1,000 psf or the friction angle is less than 26° (WSDOT Design Manual M 22-01.06 page 1330-31).

Anticipated Timeline

RFQ Released, April 3, 2025

Deadline for Receipt of Questions, April 11, 2025

City provided responses to Questions, April 21, 2025

SOQs Due, April 29, 2025, by 2:00 p.m.

Consultant Interviews, May 27, 2025

Finalist selected, June 16, 2025

Contract executed, July 15, 2025

Advertisement for construction, Jun 01, 2026

 

Submittal Requirements

SOQs shall be submitted in PDF format to purchasing@shorelinewa.gov before the submittal deadline. The City’s email system is limited to a maximum envelope (message plus attachment) size of 25 megabytes. Submittals must include RFQ #1272978 in the subject line of the email. The SOQ is deemed submitted as evidenced by the receipt date and time shown in the source code of the email received by the City’s computer system. All respondents will receive an email confirmation that their submittal has been successfully received.

Questions related to this solicitation may be directed to bidquestions@shorelinewa.gov, including RFQ #1272978 in the subject line of the email. Questions via phone or received after the deadline will not be accepted.

Proposals shall be limited to single spaced and single-sided, 8 1/2” by 11” typewritten pages (min. Arial 11-point font or equivalent). No other page sizes will be accepted. The submittal shall be no more than 10 pages. Submit WSDOT Forms 140-565 and 140-566 for each Consultant or subconsultant to be utilized on this project. The page limit does not include WSDOT Forms, resumes of the project team, nor supplemental information, such as brochures, which may be submitted if desired. The following format and content shall be adhered to by each Consultant and presented in the following order:

  1. Executive Summary

This section should summarize the key elements of the Consultant’s SOQ and provide an overview of the project team. Include the firm name, address and telephone number of the Consultant’s office located nearest to Shoreline, and the office from which the project will be managed.

 

  1. Experience and Expertise

This section shall demonstrate the proposed Project Manager and project team’s experience, specialized expertise, and professional licensure required for:

  • Signal and ITS design.
  • Geotechnical analysis and engineering.
  • Urban street design.
  • Familiarity and compliance with WSDOT standards and processes.
  • Development of plans, specifications, and estimates.
  • Right of way planning, and acquisition.
  • Public and stakeholder engagement, including coordination with other governmental agencies.
  • Management of project schedule, budget, and resources.
  • Working with municipalities.
  • Document control management and contract administration.
  • Field inspections to ensure projects are constructed in accordance with approved plans, specifications, and applicable regulatory standards, and provide and coordinate materials testing and inspection to ensure compliance with contract provisions and WSDOT requirements.
  • Conduct constructability reviews.
  • Public outreach.

 

  1. Technical Approach

This section should clearly describe project understanding, innovative concepts or alternatives, and quality control procedures in delivering the Scope of Services.

  1. Methodology(ies): This section should clearly describe the methodology, or methodologies planned to be used to carry out the specific tasks described in the Work Plan. Include a list of information required or tasks to be completed by City staff.
  2. Work Plan: Describe the sequential tasks to be used to accomplish this project. Indicate all key deliverables and their contents.
  3. Project Organization and Staffing: Describe the approach and methods for managing the project. Provide an organization chart showing all proposed team members. Describe the responsibilities of each person on the project team. Identify the Principal in Charge and Project Manager and the key contact person for the city.
  4. Subcontracting: List any portion of the work intended to be subcontracted and information describing the qualifications and relative experience of any proposed subcontractors.
  5. Project Schedule: Provide a schedule for completing each task in the Scope of Work, including deadlines for preparing project deliverables. Demonstrate your team’s ability to perform the work requested within an established budget and schedule.
  6. Workload Capacity: Specify the percentage of time the Project Manager will be allocated to this project and identify any other projects they will be committed to during the same timeline.

 

  1. DBE Approach

This section should clearly describe the DBE or SBE Participation Plan and the proposed approach to meet the DBE or SBE goal. 

 

  1. Past Performance/References

Describe recently (within the last 5 years) completed projects involving directly related experience of the proposed team members. Include the name of the client, the name of the project manager, description and location of the work accomplished, and start and completion dates of the project. At least three references should be included. For each reference indicate the reference’s name, organization, title, complete mailing address, email and telephone number. The city intends to contact the references provided.

 

Evaluation Criteria The City’s Evaluation Panel will use the following criteria to evaluate and rank each SOQ:

Criteria (Maximum points)                             Executive Summary (5)                               Experience and Expertise of Project Team (30)Technical Approach (40)DBE or SBE Approach (5)Past Performance/References (20)Total Maximum Points (100)

The Qualifications will be the basis from which Consultants will be selected for interviews to further demonstrate qualifications. Those selected for an interview will be provided with additional details outlining the preferred content and format of the presentation. The City’s will determine the most qualified Consultant based on all materials and information presented and will begin negotiations for an agreement with the selected Consultants.

This RFQ does not commit the City to pay any costs incurred in the preparation of a submittal for this request. Any individual or firm failing to submit information in accordance with the procedures set forth in the RFQ may be subject to disqualification. Individuals or firms eliminated from further consideration will be notified by email by the City as soon as practical. Any SOQ may be withdrawn, either personally or by written request, at any time prior to the time set for the submittal deadline.

The City reserves the right, at its sole discretion and without penalty, to change the solicitation schedule or modify or cancel in part or in its entirety this RFQ at any time; to waive immaterial irregularities contained in the SOQs; to accept or reject any or all submittals received as a result of this RFQ; to negotiate with any qualified firm; or to refrain from contracting with any respondent, if it is in the best interest of the City to do so.

SOQs remain confidential until closing deadline after which proposals are considered a public record subject to public disclosure under RCW 42.56, the Public Records Act.  Respondents shall mark as “proprietary” any information that the respondent believes meets the exemption under RCW 42.56.270(1). This designation will be considered by the City in response to public records requests.

The City of Shoreline 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 made available in an alternate format by emailing Livy Yueh, at lyueh@shorelinewa.gov or by calling collect 206-801-2241.

The City of Shoreline, in accordance with 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, national origin, in consideration for an award. Published in the Seattle Times on (date) and (date).

Closing Date: 
Tuesday, April 29, 2025
Organization: 
City of Shoreline
Point of Contact: 
bidquestions@shorelinewa.gov