You are here

Home » RFQ PW 25-0007

RFQ PW 25-0007

Introduction

The City of Woodinville (City) is soliciting Statements of Qualifications (SOQ’s) from Consultants to provide engineering services for the design and permitting for two (2) mitigation measures to reduce sedimentation, control erosion, and stabilize the roadway embankment along NE 171st Street.

Project Background

Woodin Creek flows generally east to west through the City of Woodinville, transitioning from a steep, open-channel ravine east of the City limits (within unincorporated King County) to a shallower gradient system within the City. In unincorporated King County, the creek is conveyed through a closed stormwater system. As it enters Woodinville, it flows through an open channel along NE 171st Street, a stormwater conveyance system between NE 171st Street/143rd Place NE and west of 140th Avenue NE (near McDonald’s), and through culverts at multiple road crossings, including 135th Avenue NE, 133rd Avenue NE, and NE 171st Street, before ultimately discharging into the Sammamish River.

As the creek transitions from the steeper ravine to the lower-gradient system, it loses energy and deposits sediment transported from upstream. This sedimentation has contributed to chronic flooding that has impacted adjacent properties for many years. In addition, erosion of the roadway embankment is occurring at multiple locations along NE 171st Street, east of 143rd Place NE, posing a significant risk to roadway slope stability and public safety.

To begin to address these issues, a Geotechnical Engineering report (Exhibit A) was prepared in March 2024 to evaluate the NE 171st Street roadway embankment and adjacent slopes east of 143rd Place NE and a Geomorphic Assessment of Alternatives report was prepared in May 2024 (Exhibit B), to evaluate feasible solutions to reduce sedimentation, control erosion, and stabilize the roadway embankment.

This project will focus on designing and permitting two (2) proposed mitigation measures, identified as Options 1 and 2 from the Geomorphic Assessment of Alternatives report (Exhibit B):

  1. Roadway Embankment Stabilization – Construction of rockery walls along NE 171st Street to protect and stabilize the roadway embankment.
  2. Sub-basin Flow Bypass – Installation of a bypass pipe to divert a portion of streamflow, reducing velocities and sediment transport within the main channel.

Majority of the project area lies within unincorporated King County and/or private properties; hence, King County will be an integral partner on this project.

RFQ Attachments

  1. Exhibit A – Geotechnical Engineering Report dated March 2024 (14MB file)
  2. Exhibit B – Geomorphic Assessment of Alternatives Report dated May 2024 (30MB file)
  3. Draft Professional Services Agreement
  4. Title VI Assurances for Contractors form

Scope of Work and Deliverables

The selected Consultant may be expected to provide the following services:

  • Civil engineering
  • Geotechnical engineering
  • Hydraulic engineering
  • Survey
  • Underground utility verification and potholing
  • Environmental Permitting
  • Structural engineering
  • Landscape architecture
  • Real property services (ROW)
  • Public outreach support
  • Cost estimating
  • Project management
  • Grant application support
  • Bid support
  • QA/QC

Deliverables

  • 30%, 60%, 90%, 100% and Ad ready plans, specs and estimates
  • Project schedule and updates
  • Draft and final drainage memo
  • Permitting and ROW documentation
  • Public outreach materials
  • City Council meeting presentations/materials

The City reserves the right to amend the scope based on project needs and available budget.

 

Tentative Schedule

  • RFQ Issued: November 10, 2025
  • SOQs Due: December 2, 2025
  • Interviews (if needed): week of December 16, 2025
  • Consultant Selection: December 23, 2025
  • Contract Execution: January 21, 2026

 

Request for Qualifications Requirements

 

  1. Submittal Requirements

All interested and registered Consultants must submit their Statements of Qualifications (SOQ’s) through the Public Purchase portal by 10 am (local time) on December 2, 2025. SOQ’s received after this time will not be accepted.

(For instructions on how to get registered in Public Purchase go here: https://www.sharedprocurementportal.com/VendorRegistration . Note that it may take up to 24 hours for newly registered accounts. Registration is a 2-step process. Step 1 is to register. Step 2 occurs after you receive an activation email from Public Purchase. You will have to log back in, click on the “Tools” tab then, on the “Agencies” tab. This will take you to the Agency search page. In the Agency name box type in “Agency Name”. Leave the “new Agency since” box blank. Make sure Registration Status says “ALL”. Click on “search”. This will bring up the Agency below. To the far right of it you will see “view” and “Register”. Click on the “Register” link to complete the supplier registration with the Agencies. If you do not select “Woodinville” you will not appear to me as a registered vendor and you will not be able to access this RFQ or download bid attachments).

Consultants certified Veteran Owned, Small Owned, or OMWBE Certified minority or women owned businesses are encouraged to register in Public Purchase and submit an SOQ. For more information: Office of Minority and Women's Business Enterprises | (wa.gov).

All SOQ’s submitted shall not exceed ten (10) pages, excluding cover letter and resumes.

SOQ Evaluation Components/Criteria

The following should be included in the submittal:

  1. Executive Summary/Cover Letter: An executive summary should include key elements of the Consultant’s SOQ. Indicate the address, contact info, office location (nearest Woodinville), and the office from which the project will be managed. Provide information if business is OMWBE/small/veteran certified (including sub-consultants).

 

  1. Related Project Experience: Describe recent (within the last 3 to 5 years), directly related experience with other firms or municipalities performing slope stabilization and stream re-channelization and bypass projects. This reference list should include the name of the client, description of work done, dates of the project, name/address/phone number/email of client’s project manager.  The City reserves the right to contact any reference listed.

 

  1. Statement of Team Experience: Consultant to include key personnel and their roles, demonstrate team’s ability to perform the work requested within an established budget and schedule. The experience listed must be of the team assigned to this project.

 

  1. Project Approach: Provide information on how this project would/should be executed if awarded. Describe familiarity with relevant codes, environmental requirements and ability to coordinate projects with multiple jurisdictions/agencies.

 

Selection Process

Proposals will be evaluated and ranked from 0 through 5 (5 being the highest ranking) against each criteria listed below. The highest cumulative total that can be given to any Consultant is 20 points.

  1. Consultant’s relevant experience matching the objectives and Scope of Work detailed herein
  2. Qualifications of key personnel
  3. Understanding of project goals and approach
  4. Clarity and quality of SOQ submittal

References may or may not be contacted and interviews may or may not be scheduled. If a reference is contacted or an interview is conducted, these will also be points of evaluation, each weighted by the same 0 through 5 scale, with a cumulative total up to 30 points.

The 0 to 5 scores represent the following:

  • 0 = 0% did not provide a response to the requirement
  • 1 = 20% Far below expectations, poor response that minimally meets the requirements
  • 2 = 40% Below expectations, a fair response that meets the requirements in an adequate manner
  • 3 = 60% Meets expectations, a good response that meets all the requirements and has demonstrated in a clear and concise manner, a thorough knowledge and understanding of the subject matter.
  • 4 = 80% Exceeds expectations, a very good response that provides useful information, while showing experience and knowledge within the category.
  • 5 = 100% Far exceeds expectations, a superior response that is highly comprehensive, excellent reply that meets all requirements of the area within that category.

The City will review all timely submitted proposals and following such review, the City may interview one or more Consultants to assist its determination of the most highly qualified Consultant. The City will, in its sole discretion, determine the number of Consultants interviewed, and may require additional interviews or interviews of additional Consultants as deemed necessary by the City to determine the most highly qualified Consultant on the basis of the criteria stated above.

The City shall not be responsible for any costs incurred by any person or entity to prepare, submit or present its response to this request. 

The City reserves the right to change the schedule or issue amendments to the RFP at any time, cancel or reissue the RFP, request clarification of information submitted and to request additional information from any Consultant.

The City reserves the right in its sole and absolute discretion to reject any or all statements, wholly or in part, to waive any irregularities in any submitted statement, or refrain from contracting with any Consultant or to accept any statement received by reason of this request and which will best serve the interest of the City.

 

Agreement for Services

Following the City’s determination of the most highly qualified Consultant, the City and selected Consultant will negotiate a fair and reasonable price and scope of work for the Consultant’s services. The Consultant will be expected to enter into a standard Professional Services Agreement reflecting such terms.  Attached with this RFQ is a draft agreement for review.

Public Records Act

All responses submitted become the property of the City and after opening may be subject to public disclosure under the Public Records Act, RCW 42.56.

Any information contained in the response that is exempt from public disclosure because it is proprietary, a trade secret or otherwise exempt must be clearly designated. Marking of the entire response or entire sections of the response as exempt will not be accepted or honored.

Title VI Non-Discrimination Compliance

The City of Woodinville, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252,42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

Closing Date: 
Tuesday, December 2, 2025
Organization: 
City of Woodinville
Point of Contact: 
Chista Kouretchian, 425-877-2288, chistak@woodinville.gov