RFQ PW-ST-13-002 - Construction Management Services for the SR 202 Widening and Trestle Replacement Project
Opportunity
Woodinville is seeking construction management services for the SR 202 widening and trestle replacement project.
Reference No.
RFP-2025-3128
Category
Infrastructure/Construction
Due Date
December 22nd, 2025
Description
Construction Management Services for the SR 202 Widening and Trestle Replacement ProjectFederal Title: SR 202 Widening and Trestle ReplacementFunding: Federal (Congressionally Directed Spending), State grants (Ped/Bike Safety, TIB, Move Ahead Washington), Local (City of Woodinville, Woodinville Water District)Estimated Procurement ScheduleSchedule of EventsDateSolicitation ReleaseNovember 24, 2025Deadline for QuestionsDecember 16, 2025Response DeadlineDecember 22, 2025InterviewsJanuary 19, 2026Selection of Consultant/NegotiationsJanuary/February 2026Contract ExecutionFebruary 2026*The City reserves the right to modify this schedule.IntroductionThe City of Woodinville is soliciting Requests for Qualifications (RFQ) from interested and qualified firms to provide Construction Management professional services with a focus on plan review, construction inspection, quality assurance, general construction oversight and administrative services for the SR 202 Widening and Trestle Replacement Project No. ST-13-002 (“Project”), on SR 202 from NE 175th Street to NE 177th Place.This Project (see Exhibit A) will replace the existing rail trestle with a wider clear span pedestrian bridge and widen SR 202 between NE 175th Street to NE 177th Place from 5 to 8 lanes. The Project will also construct the southernmost Woodinville section of the Eastrail Trail, which extends from the Sammamish River Trail to the new section of trail built by the 133rd Ave NE Roundabout project. Additional Project information and graphics can be found on the Project website:https://www.project.woodinville.gov/trestle-bridge-replacement.The Project is funded by Federal and State grants, and local City and County funds. The anticipated Construction Invitation to Bid Advertisement is in March/April 2026.The exact duties and work to be performed will be negotiated as part of the Professional Services Agreement.Federal, State, and Local RequirementsThe selected Consultant shall comply with all federal, state, and local laws, regulations, executive orders, and ordinances applicable to the work under this Project. Additionally, the Consultant and any sub-consultants shall be checked for debarment and suspension at the System for Award Management website (https://sam.gov/).The work on this Project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2025 edition, as issued by WSDOT and the American Public Works Association (APWA), Washington State Chapter, the Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any, and the City of Woodinville Transportation Infrastructure Standards and Specifications.In addition, the Consultant agrees to comply with:Title VI of the Civil Rights Act of 1964. 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 2000-d-4) and the Regulations, hereby notifies all bidders that will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids/qualifications 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.Section V of the Rehabilitation Act of 1973.The American with Disabilities Act of 1990Federal Equal Employment Opportunity (EEO) requirementsAll regulations and administrative rules established pursuant to the foregoing laws; andAll other applicable requirements of Federal and State civil rights and rehabilitation statutes, rules, and regulations.Conditions identified in grant agreements for funding of the design and construction contracts and projects.Relevant/Attached DocumentsThe following documents are included in this RFQ:Exhibit A – Vicinity MapWSDOT LAG Consultant Agreement templateScope of workThis is a summary of the minimum expectations of the Consultant. Final provisions shall be established during Agreement negotiations.100% Constructability Review: Perform a constructability review of plans and specifications and provide detailed comments to the Design Engineer of Record.Construction Project Management: Oversee the construction process, ensuring compliance with Project specification, timelines, and budgets. Includes facilitating pre-construction meeting(s) and weekly meetings with the awarded Contractor and the City, document control, material tracking, change orders, and pay applications.Inspection Services: Conduct daily inspections to ensure that construction work meets required standards and specifications.Coordination: Coordinate with City staff, Contractors, utilities, property owners, and other stakeholders to facilitate smooth Project execution.Reporting: Provide regular progress reports to the City, highlighting any issues or delays and proposed solutions.Quality Control: Implement quality control measures to ensure that the Project meets the highest standards of construction.Safety Management: Ensure all construction activities comply with relevant safety regulations and standards, emphasizing safety of all workers and the public throughout the construction process.Construction Project Closeout: Ensure all closeout items are identified and completed, this will include the punch list phase, as-built documents, M&O manuals including manufacturer equipment and material warranties, and providing Project files to the City.The diversity (DBE/FSBE) requirement for this project is 0%.Anticipated Project TimelineProject Kickoff with Consultant – Feb 2026Project Advertisement – March/April 2026Project NTP – July/August 2026Project Completion – August 2027Anticipated Estimated Project BudgetPlan review and construction management - $2 millionRequest for Qualifications RequirementsSubmittal RequirementsAll interested and registered Consultants must submit their Statements of Qualifications (SOQ’s) through the Public Purchase portal by 10 am on December 22, 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).Consultant certified as Veteran Owned, Small Owned, or Federally Small Owned Enterprise 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 twenty (20) pages. All pages count towards the page total including but not limited to cover page and staff resumes.SOQ Evaluation Components/CriteriaThe following should be included in the submittal:Executive Summary: An executive summary should include key elements of the Consultant’s SOQ, project approach, and an overview of the team. Indicate the address, contact info, office location (nearest Woodinville), and the office from which the project will be managed. Provide information if firm is certified as a Veteran or Federal Small Business Enterprise (FSBE) owned business (including any applicable sub-consultants).Related Firm Experience: Describe recent (within the last 3 to 5 years), directly related experience with other firms or municipalities matching the requirements defined herein. This reference list should include the name of the client, description of work done, deadlines met, dates of the project, name/address/phone number/email of client’s project manager. The City reserves the right to contact any reference listed.Statement of Team Experience: Consultant to demonstrate their team’s ability to perform the work directly related to the requirements defined herein. The experience listed must be of the team that would potentially be assigned to the City if awarded an agreement. Experience portfolio should include all applicable certifications, experience with local municipalities, and large public works projects. Include current workloads. Provide discussion on your team’s familiarity with federal standards and describe your team’s specific experience with public agencies as it relates to document control on FHWA, WSDOT, or USDOT funded projects.Project Approach/Methodology: Based on the information included herein, provide a brief narrative on how the Consultant would approach the Construction Management of this Project to deliver the Project on time and within budget.Selection ProcessProposals 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 (before points are awarded for interviews).Completeness of SOQ.Firm’s relevant experience matching the objectives and Scope of Work detailed herein.Project team experience.Project approach/methodology.The 0 to 5 scores represent the following:0 = 0% did not provide a response to the requirement1 = 20% Far below expectations, poor response that minimally meets the requirements2 = 40% Below expectations, a fair response that meets the requirements in an adequate manner3 = 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 and score all timely submitted SOQ’s and following such review, the City will interview at least three (3) Consultants with the highest scoring SOQ’s. The interview will be worth twenty (20) additional points.The City will, in its sole discretion, determine the number of consultants interviewed, and may require additional interviews 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 RFQ at any time, cancel or reissue the RFQ, request clarification of information submitted and to request additional information from any Service Provider.ReferencesThe City may contact one or more references. The City may use references named or not named by the Consultant.SelectionThe City shall select the highest ranked Consultant SOQ that is considered to be the most qualified from the combined total of the evaluation criteria and the interview (max 40 points). The City reserves the right to make a final selection based on the combined results and/or the consensus of the Consultant Evaluation Committee.Agreement NegotiationsThe highest ranked Consultant will be invited to enter into Agreement negotiations with the City. Negotiations include fees and costs and any aspect of the scope of work. Should the City be unable to negotiate a satisfactory Agreement with the Consultant, negotiations may terminate with that Consultant and the City may begin negotiations with the second most qualified Consultant, and so on.The City cannot modify Agreement provisions mandated by Federal, State or City law: Equal Benefits, Audit, FSBE and EEO, Confidentiality, or mutual indemnification.Agreement for ServicesFollowing the City’s successful negotiation with the most highly qualified Consultant, the Consultant will be expected to enter into a standard WSDOT LAG Consultant Agreement on a cost-plus fixed fee payment method.QuestionsAny questions regarding this RFQ should be issued through the Public Purchase portal or be addressed to Chista Kouretchian, Contracts Manager at (425) 877-2288 orchistak@woodinville.gov(email is preferred).Public Records ActAll 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 ComplianceThe 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.4.12 Compliance with Americans with Disabilities Act (ADA)If the Consultant is providing services, programs or activities to City employees or members of the public, the Consultant shall not deny participation or the benefits of such services, programs, or activities to persons with disabilities on the basis of such disability. Consultant shall provide the services specified in this Contract in a manner that complies with Title II of the ADA and any and all other applicable federal, state and local disability laws and regulations at all times and at no additional cost to the City, including but not limited to the Americans with Disabilities Act of 1990; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C § 701 et seq.; and the Washington Law Against Discrimination, Wash. Rev. Code Ann. § 49.60.The final project design shall comply with all applicable laws, building codes and regulatory requirements, including but not limited to the requirements of the Americans with Disabilities Act (ADA) as amended (42 U.S.C. 12101 et seq.), its regulations, standards, and guidelines. In cases where Title II and III of the ADA differ, the design shall comply with the provision that provides the highest degree of access to individuals with disabilities. Additionally, in cases where the 2010 ADA Standards for Accessible Design and building codes and other regulations differ, the design shall comply with the standard that provides the highest degree of access to individuals with disabilities. It is the responsibility of the Consultant to determine the applicable code provisions.
Key Requirements
RFP Submission Requirements for Opportunity SR 202 Widening
Contact Information
What you’ll get when you unlock
All the details after a short form. No spam
- Latest RFP PDF
- Buyer contact sheet
- Submission checklist
- Any addenda links