City of Seattle
Criteria
Flume Creek Culvert Replacement and Channel Restoration at Boundary Road (County Road 2975)
RFQ #SCL-767069239
Evaluation Criteria
1
The City consultant contract is attached (See Attachments Section).The City has attached its boilerplate contract terms so Proposers can be familiar with the boilerplate and the non-negotiable terms before submitting a proposal. Any questions about the City’s boilerplate should be made in advance of submittal. If a Consultant seeks to modify the Contract, the Consultant must request that within their Proposal response as taking an “Exception”. The Consultant must provide a revised version that shows their proposed alternative contract language. The City is not obligated to accept such proposed changes. If you request Exceptions that materially change the character of the contract, the City may reject the Consultant’s Proposal as non-responsive. The City cannot modify provisions mandated by Federal, State or City law: Equal Benefits, Audit (Review of Vendor Records), WMBE and EEO, Confidentiality, and Debarment, or mutual indemnification. Such Exceptions would be summarily disregarded.Although the City may open discussions with the highest ranked apparent successful Proposer to align the proposal or contract to best meet City needs, this does not ensure negotiation of modifications proposed by the consultant through the exception process above.
2
The term of the contract shall begin on the date of execution by the General Manager and CEO of City Light, or designee, and is expected to continue through 2029. City Light has identified an estimated budget of $1,000,000 for the design, permitting support, and construction support, which includes the following tasks. Task 1 Project ManagementTask 2 Alternatives AnalysisTask 3 Environmental Media Assessment Task 4 Culvert Replacement and Stream Restoration DesignTask 5 Permitting Support Task 6 Construction Support Subtasks and schedule forecast are listed in the table below: TasksSubtasksMonthYearTask 1 –Project Management1.1Project kick-off meetingMay20261.2Invoicing and progress reportingMonthly2026 – 20291.3Weekly or as needed status meetings with City LightWeekly2026 – 20291.4Meetings with permitting agencies and the Fish and Aquatics Work GroupAs needed2026 – 2029Task 2 – Alternatives Analysis2.1Background review, site visits, and data collectionMay - July20262.2Workshop: alternatives selection & rating criteria developmentAugust20262.3Alternatives analysis (preliminary design)August - Sept20262.4Workshop: selection of preferred alternativeOctober2026Task 3 – Environmental Media Assessment3.1Characterization of Boundary Road fill materialMay - July20263.2Characterization of the remainder of the project siteMay - July20263.3FieldworkMay - July20263.4ReportingAugust - Sept2026Task 4 – Culvert Replacement and Stream Restoration Design4.130% design package: plans, specifications outline, and cost estimateOct - Dec20264.260% design package: plans, specifications outline, and cost estimateJan - March20274.390% design package: plans, specifications, and cost estimateApril - June20274.4Final design package: plans, specifications, Basis of Design Report, Pend Oreille County reports, AutoCAD submittal, and construction cost estimateJuly - Sept20274.5Bid supportOct - Dec2027Task 5 – Permitting Support5.1Geologically hazardous areas assessmentMay - July20265.2Archaeological inventoryMay - July20265.3Archaeological monitoring(during construction) 2028 - 20295.4Wetland mitigation plan reportOct - Jan2026 - 20275.5Sensitive areas impact assessment and permit drawingsOct - Jan2026 - 20275.6Floodplain Impacts MemorandumOct - Jan2026 - 2027 5.7Consultant responsible permittingApril - Sept2027Task 6 – Construction Support6.0Construction support(during construction) 2028- 2029
3
Registration into the City's Procurement Portal
If you have not previously done so, register at: https://procurement.opengov.com/portal/seattle, then subscribe to the City’s Procurement Portal. The Procurement Portal is used by City staff to identify companies for future solicitation lists and check certifications. Women- and minority-owned firms are asked to self-identify their business as such in OpenGov. Registration in the City's Procurement Portal is required to submit a response to this solicitation.
4
Procurement Contact: Ned Lichty, Sr. Contracts & Procurement Specialist, ned.lichty@seattle.gov, (206) 386-1759Qualifications are to be submitted through the e-Procurement portal at https://procurement.opengov.com/portal/seattle, no later than 4:00 pm on Friday, January 30, 2026.Unless authorized by the Procurement Contact, no other City official or employee may speak for the City regarding this solicitation until award is complete. Any Respondent contacting other City officials or employees does so at Respondent’s own risk. The City is not bound by such information.
5
Protests
Interested parties that wish to protest any aspect of this RFQ selection process shall provide written notice to the Procurement Contact. Note the City shall notify Federal Transit Administration if protesting a solicitation for contracts with FTA funds.
6
Minimum qualifications are required for a Consultant to be eligible to submit a proposal response. Your submittal response (Attachment F) must show compliance with these minimum qualifications. Those who are not responsive to these qualifications shall be rejected by the City without further consideration:1) The project manager must have three (3) or more years of experience managing design contracts of comparable scale involving multi-disciplinary teams working on infrastructure projects that occur in aquatic areas (e.g., streams and wetlands)2) The Consultant must have three (3) or more years of experience with Public Works contracting.3) The Consultant must have successfully performed at least two (2) contracts with public or private agencies of similar scope and services.4) The Consultant team must have experience with at least three (3) projects within the last ten (10) years designing stream restoration, habitat enhancement, and engineered log jams which meet fish passage criteria on stream systems of comparable size. 5) The Consultant must have demonstrated experience designing stream culverts and bridges over streams of comparable or larger size.6) The Consultant must have knowledge and expertise in fluvial geomorphology, hydrology/hydraulics, engineering (roads, bridges, and stream restoration), permitting, surveying, geology, cultural resources, wetlands, fish habitat, environmental media assessment, and native landscaping.7) The Consultant must have demonstrated experience applying stream simulation and bridge design guidelines contained in WDFW’s Water Crossing Design Guidelines (2013).8)The Consultant must have demonstrated experience working with oversight or stakeholder committees.9) Consultant staff involved in project survey work that could be exposed to potential or known contaminated materials must be trained and certified in accordance with all pertinent hazardous waste and emergency response standards, including but not limited to Hazardous Waste Operations & Emergency Response (HAZWOPER).10) The Lead Environmental Media Specialist responsible for Task 3 must have experience as a Technical Lead on at least three (3) projects within the last ten (10) years in the design and completion of environmental investigations of similar or larger scope with agency oversight. This lead person must have demonstrated experience in geology, hydrogeology, chemistry, and/or engineering with appropriate professional certifications (i.e., LG, LHG or PE).The lead shall have successful performance in collecting, handling, transporting, storing and analyzing soil, sediment, water, debris or other sample media using Environmental Protection Agency (EPA) and Washington Department of Ecology (Ecology) approved methods, as well as the development of Sampling Analysis Plans (SAPs) / Quality Assurance Project Plans (QAPPs), data validation, and production of data reports.
7
Flume Creek Culvert Replacement and Channel Restoration at Boundary Road (County Road 2975)
TASK 1. PROJECT MANAGEMENTThe Consultant shall manage the project and consultant team, as well as coordinate with City Light to keep the project on schedule and within budget. The Consultant shall develop and update the project schedule as needed, at least quarterly, through the duration of the contract. The Consultant project manager shall manage coordination of the team’s work within the overall design schedule. The Consultant shall manage their budget and coordinate with City Light for pre-approval of changes involving scope or budget. Clear communication with the City Light project manager is essential to maintain project schedule, costs, and deliverables.SUBTASK 1.1 PROJECT KICK-OFF MEETINGThe Consultant shall prepare for and attend a project kick-off meeting with the City Light project team at the Seattle Municipal Tower.SUBTASK 1.2 INVOICING AND PROGRESS REPORTINGThe Consultant shall prepare monthly invoices and progress reports. The format for progress reports shall be consistent with City Light’s project management framework.SUBTASK 1.3 WEEKLY OR AS NEEDED STATUS MEETINGS WITH CITY LIGHTThe Consultant shall participate in a regularly scheduled weekly status meeting with the City Light project manager.SUBTASK 1.4 MEETINGS WITH PERMITTING AGENCIES AND THE FISH AND AQUATICS WORK GROUPThe Consultant shall participate in meetings with permitting agencies and/or the FAWG to present site conditions, design, and mitigation measures. AssumptionsTwo-hour project kick-off meeting. The Consultant project manager and technical leads shall attend the meeting.Regularly scheduled weekly status meetings shall be virtual (MS Teams) and attended by the Consultant project manager and City Light project manager for up to 1 hour in duration. During slow periods, meetings shall be bi-weekly as agreed upon by both parties. The status meetings shall focus on schedule review and progress reporting.Up to 4 virtual meetings (MS Teams) with permitting agencies and the FAWG. City Light will be present at all meetings. Each meeting shall be up to 2 hours in duration. Up to 3 Consultant team members shall attend and present at each meeting (project manager and technical leads). The Consultant shall present a PowerPoint presentation at each meeting.Up to 2 onsite meetings with permitting agencies and the FAWG (preapplication meetings). City Light will be present at all meetings. Each site visit for meetings will be up to two days (10 hours/day) in duration including travel. Up to 3 Consultant team members shall attend and present at each meeting (project manager and technical leads). The Consultant shall follow City Light invoicing requirements.Monthly progress reports shall include, but are not limited to, a cost summary that charts baseline, forecast, and actuals; percent completion by task; schedule status; recent accomplishments and upcoming tasks; risks and issues; change summary; and management reserve status.The Consultant shall prepare and maintain a detailed Critical Path Method (CPM) project schedule (e.g., Microsoft Project) for design milestones and studies contained in Tasks 2 through 5. The scope and content of the schedule will be determined in consultation with City Light staff.The Consultant shall maintain high production standards and implement adequate review for quality assurance and control of (QA/QC) delivered work products. QA/QC of reports shall include a review process including technical, editorial, and formatting prior to the submittal of drafts to City Light. The Consultant project manager shall ensure that all team members are consistently following the review process including documentation of review steps for each work product. A separate review process shall be conducted for design work including preparation of plans, specifications, and cost estimates.The Consultant project manager shall notify and consult with City Light for approval prior to the replacement of technical leads.The Consultant project manager shall ensure that work not contained within the scope of work is not performed without prior written authorization from the City Light project manager.DeliverablesMonthly progress reports throughout the duration of the contract (MS Word and Adobe PDF).Project schedule updated at least quarterly (MS Project and Adobe PDF).QA/QC review plans (MS Word and Adobe PDF).ScheduleTasksSubtasksMonthYearTask 1 – Project Management1.1Project kick-off meetingMay20261.2Invoicing and progress reportingMonthly2026 - 20291.3Weekly or as needed status meetings with City LightWeekly2026 - 20291.4Meetings with permitting agencies and the Fish and Aquatics Work Group As needed2026 - 2029 TASK 2. ALTERNATIVES ANALYSISThe Consultant shall conduct an alternatives analysis to determine the preferred alternative for further design (Task 4).SUBTASK 2.1 BACKGROUND REVIEW, SITE VISITS, AND DATA COLLECTIONThe Consultant shall review background materials relevant to the site and design of the Project. The Consultant shall travel to Metaline, WA and conduct site visits to collect necessary data for modeling, design, and evaluation of alternatives for a roadway/culvert replacement and associated restoration. Fieldwork associated with this subtask shall include surveying and collecting samples of environmental media (e.g., soil borings) from Boundary Road to support geotechnical and environmental media analyses. SUBTASK 2.2 WORKSHOP: ALTERNATIVES SELECTION & RATING CRITERIA DEVELOPMENTBased on the analysis of information collected during Subtask 2.1, the Consultant shall identify up to three reasonable roadway/stream crossing alternative designs, each of which will include a fish passable stream channel. The Consultant shall participate in a workshop with City Light to discuss and select up to two (2) roadway/stream crossing design alternatives and to develop criteria for rating alternatives (e.g., feasibility engineering, cost, environmental permitting, wetland impacts/mitigation).SUBTASK 2.3 ALTERNATIVES ANALYSIS (PRELIMINARY DESIGN)The Consultant shall develop a preliminary design for each alternative and associated restoration. The Consultant shall analyze criteria developed in Subtask 2.2 and rate each alternative accordingly. The Consultant shall prepare an alternatives analysis technical memorandum. Applicable to each alternative, the technical memorandum shall include preliminary design; a preliminary cost estimate; summarized methods and results of geomorphic analysis, hydraulic modeling, geotechnical analysis, and environmental media investigation; ratings of alternatives based on criteria; and rationale for ratings.SUBTASK 2.4 WORKSHOP: SELECTION OF PREFERRED ALTERNATIVEThe Consultant shall participate in a workshop with City Light to present the results of the alternatives analysis in support of selecting a preferred alternative to move forward with design in Task 4. AssumptionsWorkshops shall be up to 3 hours in duration and held virtually (MS Teams). Workshops shall be attended by the Consultant project manager and up to 4 technical leads.The alternatives analysis technical memorandum shall be submitted to City Light a minimum of one week prior to the Subtask 2.4 workshop.Following the Subtask 2.4 workshop, the Consultant shall attend an onsite preapplication meeting with the WDFW Area Habitat Biologist and Engineer to review site conditions (e.g., bankfull width) and the proposed design. This meeting is included under Subtask 1.4. Additional agencies and FAWG representatives may be invited to this meeting.Consultant shall conduct Subtask 3.1 during the alternatives analysis phase to evaluate the environmental media characteristics of Boundary Road fill. Given the mining history in the area, the potential contaminants of concern in the project area include arsenic, cadmium, lead, mercury, silver, and zinc.The Consultant shall conduct a geotechnical investigation (including soils evaluation) within and adjacent to the road prism to support design of roadway/stream crossing design alternatives. Geotechnical and other Consultant team members involved in sampling soils shall be 40-hour HAZWOPER trained and familiar with working on sites with contaminated materials.Survey shall be conducted by a Professional Land Surveyor that is licensed in Washington State.A capped mine waste site is located on City Light property, east of Boundary Road and adjacent to Old Pend Oreille Mines Road. The capped site contains mine waste associated with cleanup of Josephine Mill. The site has environmental covenant restrictions and therefore, shall not be impacted by the Project.The Consultant shall evaluate 2 roadway/stream crossing alternatives, at a preferred location based on geomorphic conditions. The bridge alternative shall examine up to 3 sub-alternatives involving different lengths.Alternatives shall achieve a no net loss of aquatic functions. Adverse impacts to sensitive areas shall be minimized and mitigated onsite in accordance with federal, state, and local regulations.The alternatives analysis shall consider temporary road access/traffic control during construction and attempt to avoid existing overhead power lines that parallel the east side of Boundary Road.The Consultant shall conduct a geomorphic analysis of existing conditions and upstream and downstream effects of the culvert replacement and weir removal. The geomorphic analysis shall include delineating the active channel migration zone and attempting to locate historic remnant channels.The Consultant shall conduct hydraulic modeling to support the design of each alternative and to present the upstream and downstream effects of each alternative. Hydraulic modeling shall extend to a minimum of 1,500 feet upstream and downstream of Boundary Road and at a minimum, present figures showing water depths, flooding extents, and water velocities associated with 2-, 10-, and 100-year flood events.The Consultant shall analyze the effects of alternatives including, but are not limited to, wetland hydrology, wetland habitat, fish habitat, fish passage, channel migration, flooding, and erosion (e.g., effects of stream channel head-cutting and scour associated with downstream velocities).The Consultant shall quantify impacts to wetlands including permanent (e.g., fill and loss of hydrology) and temporary (e.g., wetlands that will be restored) including temporal loss of wetland functions.The preliminary design of each alternative shall include an overall site plan showing the proposed roadway/stream crossing, channels, and habitat structures. In addition, design shall include channel profiles, representative cross sections (channel, floodplain, and roadway/stream crossing), and typical details. City Light will provide 2025 LiDAR data and available GIS files (e.g., property boundaries, wetland boundaries, aerial photographs).City Light will provide original plans for Boundary Road (formerly called Z Canyon Road).The Consultant shall use bridge design guidelines contained in WDFW’s Water Crossing Design Guidelines (2013 or latest edition).Design of the water crossing structure shall comply with WAC 220-110-070.Roadway and culvert/bridge design shall be in accordance with County Road Standards and Regulations (POC 2007). Refer to Section 2.040 of these standards for additional standards, manuals, policies, and guidelines that are used on county roads (e.g., WSDOT, Ecology, AASHTO, and FHWA).Bridges shall be designed to carry an AASHTO HS 25-44 live load or greater in accordance with AASHTO Standard Specifications for Highway Bridges (latest edition).Bridges shall be designed to convey the 100-year flood. The bottom of the bridge superstructure shall be a minimum of 3 feet above the 100-year flood water surface.Bridge abutments, piers, pilings, sill, approach fills, etc., shall not constrict the flow so as to cause any appreciable increase (not to exceed 0.2 feet) in backwater elevation (calculated at the 100-year flood) or channel wide scour and shall be aligned to cause the least effect on the hydraulics of the water course [WAC 220-110-070(1)(h)].Paved roadway and shoulder widths shall be in accordance with County Road Standards and Regulations (POC 2007).DeliverablesDraft and final Health and Safety Plan (MS Word and Adobe PDF).Alternatives analysis technical memorandum (MS Word and Adobe PDF).ScheduleTasksSubtasksMonthYearTask 2 – Alternatives Analysis2.1Background review, site visit, and data collectionMay - July20262.2Workshop: alternatives selection & rating criteria developmentAugust20262.3Alternatives analysis (preliminary design)August - Sept20262.4Workshop: selection of preferred alternativeOctober2026 TASK 3. ENVIRONMENTAL MEDIA ASSESSMENTThe Consultant shall characterize the environmental media (subgrade road fill, sediment, and soil) within the Project footprint and integrate that information into the Project design and construction safety protocols, in keeping with City Light’s goals for environmental stewardship.SUBTASK 3.1 CHARACTERIZATION OF BOUNDARY ROAD FILL MATERIALThe Consultant shall characterize Boundary Road subgrade fill within the Project footprint to inform design and determine feasible reuse within the Project footprint and/or disposal as solid or hazardous waste. An appropriate number of samples shall be collected to adequately profile the volume of material anticipated to be removed as part of the Project design. As necessary, soil samples shall be sent to a laboratory certified by Ecology for priority total metals, toxicity characteristic leaching procedure (TCLP), and fish bioassay.SUBTASK 3.2 CHARACTERIZATION OF THE REMAINDER OF THE PROJECT SITEThe Consultant shall develop a Sampling and Analysis Plan (SAP), inclusive of a Field Sampling Plan (FSP) and a Quality Assurance Project Plan (QAPP), for data collection activities within the remaining portion of the Project footprint (i.e. outside of Boundary Road). The SAP shall include the analysis of existing data, an assessment of data gaps, and an FSP that adequately characterizes accumulated sediment and stream bed material upstream and downstream of Boundary Road that may be impacted by the Project design with appropriate levels of quality assurance. The results of the SAP should be used to inform Project design and establish appropriate handling of accumulated sediment during Project construction. SUBTASK 3.3 FIELDWORKThe Consultant shall implement fieldwork as established in the approved SAP and coordinate sample analyses using appropriate and approved methods.SUBTASK 3.4 REPORTINGThe Consultant shall review and validate laboratory results, prepare GIS maps of analytical results, and produce high-quality environmental summary reports documenting completed work. AssumptionsThe Consultant shall have knowledge of state, federal, and local environmental regulations, including the Model Toxics Control Act (MTCA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Toxic Substances Control Act (TSCA), and Clean Water Act (CWA).The Consultant shall prioritize and adhere to health and safety and to HAZWOPER protocols to protect employees and sub/contractors.The Consultant shall prepare a Health and Safety Plan for approval by City Light prior to conducting fieldwork.City Light will provide consolidated comments on draft plans and reports.The Consultant shall conduct Subtask 3.1 during the alternatives analysis phase (Task 2) to evaluate the environmental media characteristics of Boundary Road fill.The Consultant shall interpret geologic logs from drilled borings and excavations.DeliverablesDraft and final Sampling and Analysis Plan (MS Word and Adobe PDF).Draft and final Health and Safety Plan (MS Word and Adobe PDF).Draft and final Environmental Media Characterization Report (MS Word and Adobe PDF). ScheduleTasksSubtasksMonthYearTask 3 – Environmental Media Assessment3.1Characterization of Boundary Road fill materialMay - July20263.2Characterization of the remainder of the project siteMay - July20263.3FieldworkMay - July20263.4ReportingAugust - Sept2026 TASK 4. CULVERT REPLACEMENT AND STREAM RESTORATION DESIGN Considering site specific conditions, the Consultant shall complete data collection, modeling, and stream restoration design as necessary to provide fish passage at the site consistent with the WDFW Water Crossing Guidelines (2013 or latest version). In addition, design shall include habitat restoration through the crossing and upstream and downstream of the crossing involving stream, wetland, and floodplain habitats. The design will also include roadway design in accordance with County Road Standards and Regulations (POC 2007) including but not limited to, removal of the existing culvert, grading, roadway/stream crossing construction, road surfacing, road drainage, driveway approaches, and guard rails. SUBTASK 4.1 30% DESIGN PACKAGE: PLANS, SPECIFICATIONS OUTLINE, AND CONSTRUCTION COST ESTIMATEThe Consultant shall prepare 30% design drawings for review by City Light and the FAWG. In addition, the Consultant shall prepare an outline of applicable specification sections and an Engineer’s preliminary cost estimate organized by bid items. The 30% design package will support permit applications.The plans shall include the following sheets at a minimum:Cover/titleOverall site planExisting conditions including structures and topography (1-foot minimum contours)Temporary road planGrading plan including proposed topography (1-foot minimum contours) and stream channels with 2-, 10-, and 100-year flood elevationsProposed locations of habitat structures (e.g., ELJs)Typical details of habitat structuresBridge/culvert elevations, sections, length, supports, and retaining wallsNative planting plan and detailsSUBTASK 4.2 60% DESIGN PACKAGE: PLANS, SPECIFICATIONS OUTLINE, AND CONSTRUCTION COST ESTIMATEThe Consultant shall prepare 60% design drawings for review by City Light and the FAWG. In addition, the Consultant shall update an outline of applicable specification sections and update the Engineer’s cost estimate organized by bid items. The 60% design package will support engagement with City staff related to the Public Works contracting process. The plans shall include the following sheets at a minimum:Cover/titleGeneral notes and legendOverall site planExisting conditions including structures and topography (1-foot minimum contours)Construction access and staging planDemolition planTemporary road/bridge plan, cross-sections, profiles, and detailsTemporary erosion and sediment control plan and detailsTemporary dewatering and streamflow bypass plansGrading plan including proposed topography (1-foot minimum contours)Drainage/stormwater management planBridge/culvert plans, cross-sections, profiles, and detailsRoadway and driveway approach plans, cross-sections, profiles, and detailsStream/wetland/floodplain restoration plans, cross-sections, profiles, and details Sediment management planTraffic control planNative planting plan and detailsSUBTASK 4.3 90% DESIGN PACKAGE: PLANS, SPECIFICATIONS, AND CONSTRUCTION COST ESTIMATEThe Consultant shall develop 90% design drawings, specifications, and an updated Engineer’s cost estimate for review by City Light and the FAWG. The 90% design package will be used to initiate the Public Works Contracting Process. The Consultant shall prepare a draft Basis of Design Report.SUBTASK 4.4 FINAL DESIGN PACKAGE: PLANS, SPECIFICATIONS, BASIS OF DESIGN REPORT, PEND OREILLE COUNTY REPORTS, AUTOCAD SUBMITTAL, AND CONSTRUCTION COST ESTIMATEThe Consultant shall prepare final plans, specifications, and Engineer’s cost estimate to be included in bid documents. The Consultant shall prepare a final Basis of Design Report.SUBTASK 4.5 BID SUPPORTThe Consultant shall work with City of Seattle (City) staff to ensure that designs and specifications are complete and consistent with City formatting and Public Works contracting needs. The Consultant shall attend an onsite pre-bid meeting to assist with answering questions of potential bidders. In addition, the Consultant shall assist with answering written questions received from potential bidders.AssumptionsConsultant shall meet virtually (MS Teams) with City Light after 30, 60, and 90 percent design submittals to discuss City Light comments. Each meeting shall be for up to 2 hours in duration. Each meeting shall be attended by the Consultant project manager and up to 4 technical leads.Based on the extent and nature of review comments, it may be appropriate for the Consultant to attend additional meetings with City Light to discuss specific topics (e.g., structural review). During design, the Consultant project manager and City Light project manager shall determine the need for additional meetings. Additional meetings shall be held virtually (MS Teams). Up to 10 additional meetings shall occur. Each meeting shall be for up to 2 hours in duration and attended by the Consultant project manager and up to 2 technical leads.If necessary, upon completing 30% or 60% design, the Consultant shall attend an onsite preapplication meeting with agencies and FAWG representatives. This meeting is included under Subtask 1.4.The pre-bid meeting will be held at the project site and attended by the Consultant project manager and up to 2 technical leads. The meeting will be for up to 2 hours, plus travel time. City Light will provide consolidated comments for each round of design review prior to meeting with the Consultant. City Light will provide comments on plans, specifications, cost estimates, and the Basis of Design report within 20 working days of submittal.The Consultant shall review comments received from City Light after each round of design and incorporate changes as agreed upon into the next design submittal.The Basis of Design report will include, but is not limited to, methods, results, design criteria, and calculations related to design, geomorphology, sediment transport, hydrology/hydraulics, geotechnical analysis, scour, stability, and construction cost estimating. The design shall consider the effects of stream channel head-cutting and subsequent effects on wetland hydrology and floodplain processes.The design shall include management of accumulated sediment during construction.The design shall achieve no net loss of aquatic functions. Adverse impacts to sensitive areas shall be minimized and mitigated onsite in accordance with federal, state, and local regulations.As necessary, the Consultant shall conduct additional site visits to collect data (e.g., survey, soil borings) for the design of the bridge/culvert, roadways, and restoration measures.Survey shall be conducted by a Professional Land Surveyor that is licensed in Washington State.As necessary, the Consultant shall conduct additional hydraulic modeling to support design development.As necessary, the Consultant shall conduct additional geotechnical studies to support the design of bridges, roads, and ELJs.The Consultant shall conduct scour and stability analyses for design elements including, but not limited to, channels, ELJs, foundations, bridge abutments, and fill slopes.On the Project site (north and east of Quartz Quarry Road), design shall provide fish passage conditions for two channels associated with South Fork Flume Creek.Design of stream/wetland/floodplain restoration will incorporate LWD/ELJ structures. At a minimum, the Project shall include placement of 140 pieces of LWD including a minimum of 20 pieces of wood that are 12 inches or larger in diameter and 35 feet in length (Boundary License requirement). Additional LWD in the form of ELJs is anticipated to achieve a no net loss of aquatic functions as recommended by the Consultant and approved by City Light, permitting agencies, and the FAWG.Design shall include temporary road access/traffic control during construction and attempt to avoid existing overhead power lines that parallel the east side of Boundary Road.Traffic flow on Boundary Road shall be maintained throughout construction. Up to 4 transformer deliveries to Boundary Dam are anticipated beginning in 2028 which will be delivered via Boundary Road. The design sheets and traffic plan shall support the transportation of transformers and commercial vehicles. The maximum transformer weight is approximately 276,000 pounds and the maximum gross combined vehicle weight is 608,000 pounds including trailer and semi-trucks. The maximum total length and width of trucks and trailer is approximately 232 feet and 16 feet, respectively. The project area is primarily on City Light property. If necessary, City Light will obtain temporary construction easements from adjacent landowners.The Consultant shall use bridge design guidelines contained in WDFW’s Water Crossing Design Guidelines (2013 or latest edition).Design of the water crossing structure shall comply with WAC 220-110-070.City Light will provide original plans for Boundary Road (formerly called Z Canyon Road).The existing Flume Creek culvert is 8 feet in diameter and 56 feet long.Roadway and culvert/bridge design shall be in accordance with County Road Standards and Regulations (POC 2007). Refer to Section 2.040 of these standards for additional standards, manuals, policies, and guidelines that are used on county roads (e.g., WSDOT, Ecology, AASHTO, and FHWA).Paved roadway width shall be in accordance with County Road Standards and Regulations (POC 2007).Bridges shall be designed to carry an AASHTO HS 25-44 live load or greater in accordance with AASHTO Standard Specifications for Highway Bridges (latest edition).Bridges shall be designed to convey the 100-year flood. The bottom of the bridge superstructure shall be a minimum of 3 feet above the 100-year flood water surface.Bridge abutments, piers, pilings, sill, approach fills, etc., shall not constrict the flow so as to cause any appreciable increase (not to exceed 0.2 feet) in backwater elevation (calculated at the 100-year flood) or channel wide scour and shall be aligned to cause the least effect on the hydraulics of the water course [WAC 220-110-070(1)(h)].The Consultant shall design guardrails for bridges and adjacent to the roadway where fill slopes exceed 3H:1V slope.The Consultant shall use the City of Seattle Standard Specifications for Road, Bridge, and Municipal Construction (latest edition). Special provisions shall follow this format.The Consultant shall use the WSDOT Standard Specifications for Road, Bridge and Municipal Construction (latest edition) for county roads and bridges.The Consultant shall reference City of Seattle Standard Plans for Municipal Construction (latest edition), as applicable.Drawings will follow City Light and Pend Oreille County Drafting Standards.Final plans and specifications shall be stamped by engineers with a Washington State professional engineering license.City staff will assemble the bid package.The Public Works Contracting process is expected to take 12-16 weeks. The Consultant will provide up to 40 hours of support to City Staff during the bid phase.Plant species selection for the planting plan shall be based on those that are typically available at regional native plant nurseries (e.g., Plants of the Wild).Plant species shall be selected that are suitable for designed conditions considering preferences and tolerances for soil, light, and water.The planting plan shall consider Pend Oreille County Public Utilities District height restrictions for shrubs and trees that are installed beneath the power lines located east of Boundary Road.Deliverables30% design package (MS Word/Excel and Adobe PDF). 60% design package (MS Word/Excel and Adobe PDF).90% design package (MS Word/Excel and Adobe PDF).Draft Basis of Design Report (MS Word and Adobe PDF).Final design package (MS Word/Excel and Adobe PDF).Final Basis of Design Report (MS Word and Adobe PDF).Preliminary Design Report for Pend Oreille County Road Department (MS Word and Adobe PDF).Road Survey Report for Pend Oreille County Road Department (Adobe PDF).AutoCAD survey and design files.ScheduleTasksSubtasksMonthYearTask 4 – Culvert Replacement and Stream Restoration Design4.130% design package: plans, specifications outline, and construction cost estimateOct - Dec20264.260% design package: plans, specifications outline, and construction cost estimateJan - March20274.390% design package: plans, specifications, and construction cost estimateApril - June20274.4Final design package: plans, specifications, Basis of Design Report, Pend Oreille County reports, AutoCAD submittal, and construction cost estimateJuly - Sept20274.5Bid supportOct - Dec2027 TASK 5. PERMITTING SUPPORTThe Consultant shall conduct studies and prepare reports and plan sheets in support of permitting the Project.SUBTASK 5.1 GEOLOGICALLY HAZARDOUS AREAS ASSESSMENTIn support of permits from Pend Oreille County, the Consultant shall conduct an assessment and prepare a Geologically Hazardous Areas Report for the Project in accordance with 2024 Pend Oreille County Development Regulations (adopted 01/27/2025 or latest edition).SUBTASK 5.2 ARCHAEOLOGICAL INVENTORYIn accordance with Section 106 of the National Historic Preservation Act, the Consultant shall conduct an archaeological inventory within the Project’s area of potential effect (APE). The Consultant shall identify the APE in consultation with City Light. The inventory work shall include background research, assistance with tribal and agency coordination, field surveys, and preparation of an Archaeology Inventory Report.SUBTASK 5.3 ARCHAEOLOGICAL MONITORINGThe Consultant shall conduct background research and prepare a Monitoring and Inadvertent Discovery Plan (MIDP). The MIDP shall outline protocols that the monitor will follow during construction of the Project. The Consultant shall conduct onsite archaeological monitoring during construction activities that consist of clearing, grubbing, excavation, and grading. After completion of monitoring work, the Consultant shall prepare an updated site record for the existing onsite archaeological site and an Archaeological Monitoring Report.SUBTASK 5.4 WETLAND MITIGATION PLAN REPORTIn support of a Nationwide Permit 27 from the U.S. Army Corps of Engineers (USACE), the Consultant shall prepare a wetland mitigation plan report that presents a no net loss of aquatic functions for the Project. Through a process of mitigation sequencing, the Consultant shall evaluate the loss of wetland functions due to wetlands impacted during construction and justify how functions will be replaced through restoration of affected wetlands (including potential enhancement), substitution with other aquatic habitat (e.g., stream channels), and the preservation and maintenance of habitats. The mitigation plan shall include, but is not limited to, a description of mitigation measures; site-specific goals, objectives, and performance standards; and a post-construction monitoring plan.SUBTASK 5.5 SENSITIVE AREAS IMPACT ASSESSMENT AND PERMIT DRAWINGSIn support of ordinary high-water mark (OHWM) delineation and wetland ratings (by City Light), the Consultant shall conduct hydraulic modeling of the Flume Creek 2-year and 10-year annual peak flow for the existing site condition. The modeled area shall extend to a minimum of 1,500 feet upstream and downstream of the culvert replacement site.In support of federal, state, and local permitting, the Consultant shall assist City Light with preparation of the permit applications by providing input on construction sequence, methods, and equipment; value (cost) of project; and project impacts. With support from City Light, the Consultant shall identify adverse project impacts (direct and indirect) to Flume Creek, individual wetlands, and buffers. Impacts shall be quantified by activity type (e.g., fill) and include areas and volumes.To supplement permit applications, the Consultant shall provide drawings in accordance with the Seattle District US Army Corps of Engineers Drawings Checklist and additional guidance posted on their website. SUBTASK 5.6 FLOODPLAIN IMPCT MEMORANDUMIn support of permitting, the Consultant shall conduct necessary hydraulic analyses and prepare a memorandum that concludes that project actions will cause less than 1-foot of rise during the 100-year flood event.SUBTASK 5.7 CONSULTANT RESPONSIBLE PERMITTINGThe Consultant shall lead the preparation of the following permit applications:Commercial Site Evaluation, Pend Oreille County Community Development DepartmentClearing and Grading, Pend Oreille County Community Development DepartmentCommercial Building Permit, Pend Oreille County Community Development DepartmentWork in Right-of-Way, Pend Oreille County Road DepartmentConstruction Stormwater General Permit, Washington State Department of Ecology AssumptionsThe Consultant shall attend virtual (MS Teams) meetings with City Light to discuss comments on draft reports and draft JARPA drawings. The Consultant shall attend up to 10 meetings. Each meeting shall be for up to 2 hours in duration and attended by the Consultant project manager and a team member (lead author or JARPA support lead).During development of the draft wetland mitigation plan report, the Consultant shall attend a virtual (MS Teams) meeting with City Light to discuss and verify assumptions regarding mitigation measures, methods, performance standards, and monitoring. The meeting shall be for up to 2 hours in duration and attended by the Consultant project manager and a team member (lead author).City Light will provide consolidated comments on draft reports and draft JARPA drawings prior to meeting with the Consultant.JARPA drawings will be included in the JARPA submitted to the U.S. Army Corps of Engineers (Corps) in support of a Clean Water Act (CWA) permit. The CWA permit is the longest lead-time permit for the Project and is the critical path for maintaining the Project schedule. The Consultant shall begin preparation of JARPA drawings immediately after a preferred alternative is selected. The design of the project shall be advanced to provide the required information on the JARPA drawings.The Consultant shall verify that the design of the Project complies with all Pend Oreille County regulations and requirements associated with the above permits.The Geologically Hazardous Areas Report shall be prepared by an engineer or geologist, licensed in the State of Washington with experience analyzing geologic, hydrologic, and ground water flow systems, who has experience preparing reports for the relevant type of hazard.The Josephine Mine Historic Mining District occurs on a portion of the Project site located east of Boundary Road. This district is listed on the National Register of Historic Places.Consultant archeologists shall be 40-hour HAZWOPER trained and familiar with working on sites that contain contaminated materials.The MIDP shall be prepared in accordance with Washington Department of Archaeology and Historic Preservation (DAHP) guidelines.The wetland mitigation plan report shall be prepared in accordance with 2024 Pend Oreille County Development Regulations (adopted 01/27/2025 or latest edition), and federal and state guidance on wetland mitigation.The floodplain impacts memorandum shall be stamped by a Professional Engineer licensed in the State of Washington.City Light will provide the Rare, Threatened, and Endangered (RTE) plant survey.City Light will provide GIS files of OHWM, wetland, and buffer boundaries.City Light will provide an Environmentally Sensitive Areas Report (ESAR) including assessment of wetlands, frequently flooded areas, and fish and wildlife habitat conservation areas (SCL 2025). The ESAR includes information on wetland ratings for each of the wetlands delineated in the study area (Figure 2).City Light will provide the Phase I Environmental Site Assessment (SES 2023).City Light will prepare permit applications for all environmental permits.City Light will submit all permit applications to the agencies and pay permit fees.City Light will conduct all correspondence with DAHP and tribes.The Consultant shall transfer the Construction Stormwater General Permit to the contractor after they are selected.DeliverablesDraft and final Health and Safety Plan (MS Word and Adobe PDF).Draft and final Geologically Hazardous Areas Report (MS Word and Adobe PDF).Draft Archaeological Inventory Report for City Light review (MS Word and Adobe PDF).Draft Archaeological Inventory Report for DAHP and Tribe review (MS Word and Adobe PDF).Final Archaeological Inventory Report (MS Word and Adobe PDF).Draft Monitoring and Inadvertent Discovery Plan for City Light review (MS Word and Adobe PDF).Draft Monitoring and Inadvertent Discovery Plan for DAHP and Tribe review (MS Word and Adobe PDF).Final Monitoring and Inadvertent Discovery Plan (MS Word and Adobe PDF).Draft updated archaeological site form for City Light review (MS Word and Adobe PDF).Draft updated archaeological site form for DAHP and tribe review (MS Word and Adobe PDF).Final updated archaeological site form (MS Word and Adobe PDF).Draft Archaeological Monitoring Report for City Light review (MS Word and Adobe PDF).Draft Archaeological Monitoring Report for DAHP and tribe review (MS Word and Adobe PDF).Final Archaeological Monitoring Report (MS Word and Adobe PDF).Draft Wetland Mitigation Plan Report (MS Word and Adobe PDF).Final Wetland Mitigation Plan Report (MS Word and Adobe PDF). GIS files with Flume Creek 2-year and 10-year annual peak flow model results.Input to sections of JARPA form (MS Word and Adobe PDF).Draft and final JARPA drawings (Adobe PDF, AutoCAD, and GIS).Draft Floodplain Impacts Memorandum (MS Word and Adobe PDF).Final Floodplain Impacts Memorandum (MS Word and Adobe PDF).Pend Oreille County and Ecology permit applications (Adobe PDF).ScheduleTasksSubtasksMonthYearTask 5 – Permitting Support5.1Geologically hazardous areas assessmentMay - July20265.2Archaeological inventoryMay - July20265.3Archaeological monitoring(during construction) 2028 - 20295.4Wetland mitigation plan reportOct - Jan2026 - 20275.5Sensitive areas impact assessment and JARPA drawingsOct - Jan2026 - 20275.6Floodplain Impacts MemorandumOct - Jan2026 - 20275.6Consultant responsible permittingApril - Sept2027 TASK 6. CONSTRUCTION SUPPORTThe Consultant shall support implementation of the Project during construction. Construction support will begin upon City Light award of the Public Works contract to the selected contractor. The Consultant will continue to support City Light through the Substantial and Physical Completion dates. The Consultant will provide Construction Support as follows:Construction and Administration SupportReview contractor’s proposed construction schedule throughout construction and provide input to City Light as requested.Participate in the pre-construction meeting and weekly coordination meetings with the Contractor, and City Light staff (virtual on MS Teams).Assist City Light with engineering support and review of contractor-proposed change orders.Request For Information (RFI) Support - Provide technical support to City Light staff facilitating a timely response to requests which may include clarifications of technical requirements, additional information, drawing revisions, and/or specification clarifications.Submittal Review – Technical review of contractor submittals as required by contract documents (typically, 20 Working Days (WD) for Structural Shop Drawings, 15 WD for other Shop Drawings, 10 WD for all other submittals). Submittals may take the form of electronic, non-electronic (e.g. drawings greater than 11” x 17”, drawings requiring PE stamp, etc.), or bulk samples.The Consultant shall provide appropriate engineering discipline staff to review each submittal.The Consultant shall provide submittal comments to City Light at least two working days prior to the submittal deadline to allow the City Light Office Engineer time to log and distribute the submittal back to the contractor. Site Visits Performed by Technical Leads – technical leads will perform periodic site visits to consult with City Light staff and the contractor, observe progress on the construction project, and to confirm construction is consistent with contract documents.Technical CAD Support - Provide computer assisted drafting (CAD) support to City Light. This effort may include responding to requests for information from the contractor or City Light.Punch list development support and tracking.AssumptionsThe Consultant shall respond to RFIs and Submittal reviews in a timely manner allowing City Light at least 2 Working Days to compile responses and reply to contractor within the Contract specified timeline.Consultant response time assumes that RFI/Submittal documents are delivered within one Working Day of the start of the Contract-specified timeline.City Light estimates the Contractor will generate 150 RFIs. Actual quantity of RFIs may differ, City Light assumes that this effort is an allowance. Each RFI has been estimated on average to take 2 hours.City Light estimates 300 initial submittals and 250 re-submittals. The number of initial submittals was developed based on experience of past project success rate for initial submittal approval. Actual quantity of submittals may differ, City Light assumes that this effort is an allowance. Each initial Submittal has been estimated to take 3 hours (on average). Each re-submittal has been estimated to take and additional 1 hour (on average).City Light estimates that there will be up to two staff (engineers and/or landscape designer) at the site twice (depending on current activity) a month for the entire duration of the project construction. Each visit will be three days (10 hours/day) in duration. Staff will travel and be on-site partially during the first day, on-site for the full second day, and on-site partially during the third day followed by return travel. City Light will provide onsite office space for the Consultant including at least one desk and internet access.Construction support has been scoped for a 24-month duration.The Consultant shall attend an onsite final inspection meeting with the construction manager and County Engineer.The construction manager (hired under a separate contract) shall be the primary point of contact. All communication with the contractor shall involve the construction manager.The Consultant will generate a site visit report following each site visit.Follow-up monitoring of restoration sites, as required by the USACE and Pend Oreille County, will be the responsibility of City Light.City Light will provide all communications to the Consultant within one Working Day of receipt, so they have time to respond to RFIs and/or Submittals per the contract requirements. City Light will develop a SharePoint or other electronic repository for document management.City Light will develop, monitor, file, and keep up to date a complete log of RFIs and Submittals.City Light will provide training to the Consultant on document management systems and procedures prior to commencing construction.DeliverablesRFIs will be replied to in City Light format and sent back in appropriate format (e.g. electronic MS Word format or another specified format). Submittals will be replied to and sent back in appropriate format (e.g. electronic PDF format, hard copy, sample, etc.)Site visit reports will be sent to City Light via electronic PDF format. ScheduleTasksSubtasksMonthYearTask 6 – Construction Support6.0Construction support(during construction) 2028 - 2029
8
The City expects to achieve the following outcomes through this consultant solicitation:City Light is seeking assistance in designing a fish passable culvert replacement and stream restoration project on Flume Creek at Boundary Road near the town of Metaline in northeast Washington. The scope includes conducting an alternatives analysis, preparing 30/60/90/Final design drawings, preparing specifications at the 30/60/90/Final milestones, preparing relevant studies and basis of design reports, providing permitting support, and providing construction support. Designs will be reviewed by City Light and the Fish and Aquatics Work Group (FAWG), which is an oversight committee for the implementation of the Boundary License. The existing culvert at the site has been identified as a barrier to fish passage for native salmonids. The objectives are to replace the culvert to restore fish passage and habitat connectivity; rectify a fish passage barrier (wood weir) directly upstream of Boundary Road; and provide Flume Creek and riparian restoration through the road crossing and upstream and downstream of the crossing. Restoration shall be conducted to support passage and habitat for fish including instream habitat (e.g., substrate, riffles, and pools), LWD/ELJ structures, floodplain connectivity, and riparian habitat. Throughout this RFQ, “Consultant” refers to a single consulting firm or a consultant team consisting of a prime consultant and subconsultants. The Consultant must be bona-fide provider of the services being requested and have the capacity to perform the scope of work to expected industry standards. City Light expects, through this solicitation, to select a Consultant that 1) provides a skilled and highly qualified team available for immediate execution of work tasks and the ability to perform fieldwork in the remote location of the Metaline area; and 2) produces concise, defensible, accurate, and high-quality deliverables.
9
There are no minimum qualifications required in order for a consultant to submit a response to this solicitation.
10
The City consultant contract is attached (See Attachments Section).The City has attached its boilerplate contract terms to allow Respondents to be familiar with boilerplate, and the non-negotiable terms before submitting a proposal. The City may negotiate with the highest ranked apparent successful Respondent. The City cannot modify contract provisions mandated by Federal, State or City law: Equal Benefits, Audit (Review of Vendor Records), WMBE and EEO, Confidentiality, and Debarment or mutual indemnification. Exceptions to those provisions will be summarily disregarded.
11
Seattle City Light (City Light) owns and operates the Boundary Hydroelectric Project on the Pend Oreille River in northeast Washington near the town of Metaline Falls. In March 2013, FERC issued a 42-year license to City Light. The License and associated settlement agreement requires City Light to implement stream habitat improvement measures in tributary streams that flow into Boundary Reservoir (Pend Oreille River) as described in the Fish and Aquatic Management Plan (FAMP). Protection, mitigation, and enhancement (PM&E) measures provided in this plan include replacing the culvert on Flume Creek at Boundary Road (County Road 2975) with a fish passable structure and placement of large woody debris (LWD) along Flume Creek. Implementation of these measures will also require restoration of the affected area involving sediment management, floodplain restoration including wetlands, channel realignment, installation of engineered log jams (ELJs), and revegetation with native plantings. A remnant, impounded reservoir occurs on the upstream (west) side of Boundary Road. This impoundment is a relict feature of mining interests (Josephine Mill/Mine and Pend Oreille Mines and Metals) in the area which used the water from Flume Creek to generate power and refine ore. The original operators of the mines employed various means of impounding and diverting water at the site including using Boundary Road as a dam and installing various structures including wooden weirs, pipes, and water control gates. The impoundment is approximately 5.8 acres and extends 1,500 feet upstream of Boundary Road. Since mining companies abandoned the area, the impoundment has filled in with sediment which supports extensive wetland habitat. The Josephine Mine Historic Mining District extends along Flume Creek between Boundary Road and the Pend Oreille River. This district is listed on the National Register of Historic Places. Archaeological sites within this district occur on City Light property (on and adjacent to the project site) including the former Josephine No. 1 West Mill and the Flume Creek aqueduct. A capped mine waste site is located adjacent to the project site on the Josephine No. 1 West Mill site which has environmental covenant restrictions. The design will include, but is not limited to:Removal of the existing Flume Creek culvert and replacement with a fish passable roadway design (i.e., culvert or bridge)Removal of historic water control structures such as wooden weirs, screw gates, and pipesManagement of accumulated sedimentRestoration of Flume Creek channel and floodplainMinimizing and mitigating wetland impactsThrough this request for qualifications (RFQ), City Light is seeking to hire a Consultant to work on the Flume Creek Culvert Replacement and Channel Restoration at Boundary Road project (Project). The Consultant shall develop final construction design drawings; conduct surveys; conduct all necessary geotechnical, cultural resources, geomorphological, and environmental media studies; provide permitting support; develop specifications that will be included in bid documents; and provide construction support. The location of the Project site is shown in Figure 1. A characterization of the site was conducted in 2023, which is presented as Exhibit B (Flume Creek Site Characterization Report (NSD 2023). A draft environmentally sensitive areas report was prepared (Exhibit A), which identified wetlands and streams shown on Figure 2 below (SCL 2025). The preliminary area of potential effect for the Project is shown in Figure 3 (not including construction staging areas). Design and permitting are anticipated to be completed in 2027 with construction estimated to begin in 2028 and end in 2029. Kris Lepine, Senior Capital Project Coordinator, is the City Light project manager for implementation of the Project. The Boundary Fish and Aquatics Work Group (FAWG) oversees implementation of Boundary License PM&E measures and is comprised of members representing the Kalispel Tribe, state and federal agencies, and environmental groups. The FAWG will review the project design and provide comments.Figure 1: Vicinity map of the Flume Creek culvert replacement and channel restoration project site. Figure 2: Wetlands and streams identified at the Flume Creek culvert replacement and channel restoration project area. Figure 3: Preliminary area of potential effect for the Flume Creek culvert replacement and channel restoration project.
12
Initial Screening
The City will review responses for responsiveness and responsibility. Those found responsive and responsible based on an initial review shall proceed to Step 2. Equal Benefits, Minimum Qualifications, an Inclusion Plan (if applicable), satisfactory financial responsibility and other elements are screened in this Step. A significant failure to perform on past City projects may also be considered in determining the responsibility of a firm.
13
The City consultant contract is attached (See Attachments Section).Consultants submit proposals, understanding that all Contract terms and conditions are mandatory. Response submittal is an agreement to the Contract without exception. The City reserves the right to negotiate changes to submitted proposals and to change the City's otherwise mandatory Contract form during negotiations. If the Consultant is awarded a contract and refuses to sign the attached Contract form, the City may reject the Consultant from this and future solicitations for the same work. Under no circumstances shall Consultant submit its own boilerplate of terms and conditions.
14
Limited Debriefs
The City issues results and award decisions to all Respondents. The City provides debriefing on a limited basis for the purpose of allowing respondents to understand how they may improve in future solicitation opportunities.
15
Management Reserve
Management reserve includes additional budget allocation set aside to efficiently address uncertainties, complexities, and challenges that may arise during Project implementation. The City Light project manager shall approve work authorizations for management reserve tasks prior to the Consultant commencing work. The scope may include the following work in support of project objectives that exceed the scope as defined in Task 1 through 6 but are necessary to implement the Project consistent with the solicitation objectives: Evaluation of additional bridge/culvert alternatives or sub alternatives.Additional meetings with City Light, FAWG and/or permitting agencies. Additional modeling, survey, or data collection to support design of the Project.Additional design submittals and related meetings with City Light or the County.Additional construction oversight to support implementation of the Project.Additional permitting support.Additional design, documentation, and meetings associated with necessary design exceptions and deviations to state or county standards.Additional design associated with management of contaminated materials on site (e.g., engineered cap).Additional site visits during construction.Preparation of a Level 1 or Level 2 Traffic Impact Study (i.e., Traffic Study Report) and associated public meetings and scoping meetings with Pend Oreille County Public Works Department.Optional future tasks associated with environmental monitoring/oversight of Project construction and the preparation of work plans and final reports that support environmental compliance may be added at the discretion of City Light. Optional tasks would be based on the final design of the Project.Additional environmental services may be required based on the findings of Task 3 to fully support Project design. Optional tasks may include:Installing groundwater monitoring wells or piezometers, if needed, and at the direction of City Light.Analyzing and interpreting the fate and transport of contaminants, if needed, and at the direction of City Light.
16
Qualification Evaluation
Qualifications shall be evaluated using the evaluation criteria in the Evaluation Section.
17
Pre-Submittal Conference
The City offers an optional pre-submittal conference at the time, date and location on the Timeline. Respondents are highly encouraged to attend but not required to attend to be eligible to submit their qualifications. The meeting answers questions about the solicitation and clarifies issues. This also allows Respondents to raise concerns. Failure to raise concerns over any issues at this opportunity will be a consideration in any protest filed regarding such items known as of this pre-submittal conference.
18
Team Structure
Given the consultative and collaborative nature of the design process, it is impossible at this time to define all the services that may be required of the Consultant. City Light reserves the right to include in the Consultant’s Scope of Work-related services not currently defined. If City Light requests the Consultant to perform such services, the Consultant will identify personnel with the appropriate expertise within its own firm or from a subcontractor to perform the work and will submit their resume(s) together with the approved scope(s) of work for review and approval by City Light. For this RFQ, the Consultant shall identify staff technical leads for the Resource Areas identified below. Other specialized subject matter experts or technical staff, that may be required, do not need to be identified at the time of the contract award and their qualifications will not be evaluated during the RFQ process. An organizational chart illustrating the team structure must be included in the proposal. The Consultant will identify technical leads and subject matter expertise for the following anticipated resource areas/disciplines:Project Manager: responsible for day-to-day project management, client liaison, progress reporting, invoice management, contract management and all QA/QC reviews and liaison with City Light project manager. These responsibilities may also be filled by one of the engineering leads as identified by the Consultant.Lead Civil Engineer: responsible for civil engineering analysis and design.Lead Hydraulics and Hydrology Engineer: responsible for hydraulics and hydrology analysis, design and participation and assistance in modeling efforts.Lead Geomorphologist and Stream Restoration Engineer: responsible for geomorphology, sediment transport, channel design, and instream structures design.Lead Landscape Designer: responsible for the development of native planting plans.Lead Structural Engineer: responsible for structural engineering analysis and design.Lead Geologist/Geotechnical Engineer: responsible for geologically hazardous areas assessment and geotechnical analysis.Lead Environmental Media Specialist: responsible for characterizing environmental media within the project footprint for appropriate handling and disposal.Lead Archaeologist: responsible for cultural and historical resource analysis.Lead Surveyor: responsible for surveying.Lead Wetland Mitigation Specialist: responsible for wetland mitigation planning and design.
19
Questions
Respondents may submit their questions through the Procurement Portal. Respondents may also email questions to the Procurement Contact until the deadline stated in the Timeline. Failure to request clarification of any inadequacy, omission, or conflict will not relieve the Consultant of responsibilities under any subsequent contract. It is the responsibility of the interested Consultant to assure they receive responses to questions if any are issued.
20
Instructions to the Apparently Successful Consultant(s)
The Apparently Successful Consultant(s) will receive an Intent to Award Letter from the Procurement Contact after award decisions are made by the City. The Letter will include instructions for final submittals due prior to execution of the contract.Once the City has finalized and issued the contract for signature, the Consultant must execute the contract and provide all requested documents within ten (10) business days. This includes attaining a Seattle Business License, payment of associated taxes due, and providing proof of insurance. If the Consultant fails to execute the contract with all documents within the ten (10) day time frame, the City may cancel the award and proceed to the next ranked Consultant, or cancel or reissue this solicitation. Cancellation of an award for failure to execute the Contract as attached may disqualify the firm from future solicitations for this same work.
21
Interviews
The City may interview top ranked firms that are considered to be the most competitive. If interviews are conducted, rankings of firms shall be determined by the City, using the combined results of interviews and submittals. Consultants invited to interview are to bring the assigned key person(s) named by the Consultant in the Proposal, and may bring other key personnel named in the Proposal. The Consultant shall not bring individuals who do not work for the Consultant or are not on the project team without advance authorization by the Procurement Contact. If interviews are conducted, they will be worth the points listed in the Proposal Evaluation section.
22
References
The City may contact one or more references. The City may use references named or not named by the Proposer. The City may also consider the results of performance evaluations issued by the City on past projects.
23
Checklist of Requirements Prior to Award
The Consultant(s) should anticipate the Letter will require at least the following. Consultants are encouraged to prepare these documents when possible, to eliminate risks of late compliance. Seattle Business License is current and all taxes due have been paid.State of Washington Business License.Evidence of Insurance (if required)Special Licenses (if any)Form W-9 if a new Consultant for the City
24
6.4. References
NSD. 2023. Flume Creek Site Characterization Report. Pend Oreille County, WA. Prepared for Seattle City Light. Prepared by Natural Systems Design. December 12, 2023.POC (2007). County Road Standards and Regulations. Pend Oreille County Public Works Department, Roads Department. August 28, 2007.SCL. 2025. Environmentally Sensitive Areas Report – Flume Creek Culvert Replacement at Boundary Road. Boundary Hydroelectric Project (FERC No. 2144). Prepared by Seattle City Light. February 11, 2025. Draft.SES. 2023. Phase I Environmental Site Assessment. Prepared for Seattle City Light. Prepared by Sound Earth Strategies, Inc. October 5, 2023.
25
Changes to the RFQ
The City may make changes to this RFQ if, in the sole judgment of the City, the change will not compromise the City’s objectives in this solicitation. Any change to this RFQ will be made by formal addendum issued by the City, through the Procurement Portal at https://procurement.opengov.com/portal/seattle and shall become part of this RFQ.
26
Insurance Requirements for Award
Proof of insurance is required from the Consultant awarded contract; see Attachments for Insurance Transmittal Form.
27
Selection
The City shall select the highest ranked Proposer(s) for award, including written proposal and the interview (if applicable). The City reserves the right to make a final selection based on the combined results and/or the overall consensus of the Consultant Evaluation Committee.
28
Receiving Addenda and/or Question and Answers
It is the obligation and responsibility of the Consultant to learn of addenda, responses, or notices issued by the City, through the Procurement Portal. Some third-party services independently post City of Seattle solicitations on their websites. The City does not guarantee that such services have accurately provided all the information published by the City.All submittals sent to the City may be considered compliant with or without specific confirmation from the Consultant that any and all addenda was received and incorporated into your response. However, the Project Manager reserves the right to reject any submittal that does not fully incorporate Addenda that is critical to the project.
29
Contract Negotiations
The City may negotiate elements of the proposal as required to best meet the needs of the City, with the apparent successful Proposer. The City may negotiate any aspect of the proposal or the solicitation. The City does not intend to negotiate the base contract, which has been attached (See Attachments).
30
Qualifications Submittal
Responses must be received by the City no later than the date and time in the Timeline, except as revised by Addenda. The submitter has full responsibility to ensure the response is submitted to the City's Procurement Portal within the deadline. The Procurement Portal will not allow vendors to upload submissions past the deadline.
31
Respondent Responsibility to Provide Full Response
It is the Respondent's responsibility to respond in a manner that does not require interpretation or clarification by the City. The Respondent is to provide all requested materials, forms and information. The Respondent is to ensure the materials are submitted properly and accurately reflect the Respondent’s qualifications. During scoring and evaluation (prior to interviews if any), the City will rely upon the submitted materials and shall not accept materials from the Respondent after the RFQ deadline; this does not limit the City’s right to consider additional information (such as references that are not provided by the Respondent but are known to the City, or past City experience with the consultant), or to seek clarifications as needed.
32
Right to Award to next ranked Consultant
If a contract is executed resulting from this solicitation and is terminated within 90-days, the City may return to the solicitation process to award to the next highest ranked responsive Consultant by mutual agreement with such Consultant. New awards thereafter are also extended this right.
33
Prohibited Contacts
Respondents shall not interfere in any way to discourage other potential and/or prospective consultants from submitting or considering participation in the submittal process. Prohibited contacts includes but is not limited to any contact, whether direct or indirect (i.e. in writing, by phone, email or other, and by the Respondent or another person acting on behalf of the Respondent) to a likely firm or individual that may discourage or limit competition. If such activity is evidenced to the satisfaction and in sole discretion of the City department, the Respondent that initiates such contacts may be rejected from the process.
34
License and Business Tax Requirements
The Consultant must meet all applicable licensing requirements immediately after contract award or the City may reject the Consultant. Companies must license, report and pay revenue taxes for the Washington State business License (UBI#) and Seattle Business License, if required by law. Carefully consider those costs before submitting an offer, as the City will not separately pay or reimburse such costs.Seattle Business Licensing and associated taxesIf you have a “physical nexus” in the city, you must obtain a Seattle Business license and pay all taxes due before the Contract can be signed. A “physical nexus” means you have physical presence, such as: a building/facility/employee(s) in Seattle, you make sales trips into Seattle, your own company drives into Seattle for product deliveries, and/or you conduct service work in Seattle (repair, installation, service, maintenance work, on-site consulting, etc). We provide a Consultant Questionnaire Form in our submittal package items later in this RFP/RFQ, and it will ask you to specify if you have “physical nexus”.All costs for any licenses, permits and Seattle Business License taxes owed shall be borne by the Consultant and not charged separately to the City. The apparent successful Consultant(s) must immediately obtain the license and ensure all City taxes are current, unless exempted by City Code due to reasons such as no physical nexus. Failure to do so will cause rejection of the submittal. The City of Seattle Application for a Business License and additional licensing information can be found this page here: https://www.seattle.gov/city-finance/business-taxes-and-licenses/business-licenses For Questions and Assistance, call the Revenue and Consumer Protection (RCP) office which issues business licenses and enforces licensing requirements. The general e-mail is tax@seattle.gov. The main phone is 206-684-8484. Self-Filing You can pay your license and taxes on-line https://www.filelocal-wa.gov/Default_FileLocal.aspx If a business has extraordinary balances due on their account that would cause undue hardship to the business, the business can contact the License and Tax Administration office at tax@seattle.gov or 206-684-8484 to request additional assistance. Those holding a City of Seattle Business license may be required to report and pay revenue taxes to the City. Such costs should be carefully considered by the Consultant prior to submitting your offer. When allowed by City ordinance, the City will have the right to retain amounts due at the conclusion of a contract by withholding from final invoice payments.
35
Repeat of Evaluation
If no Consultant is selected at the conclusion of all the steps, the City may return to any step in the process to repeat the evaluation with those proposals active at that step. The City shall then sequentially step through all remaining steps as if conducting a new evaluation process. The City reserves the right to terminate the process if no proposals meet its requirements.
36
State Business Licensing
Before the contract is signed, you must have a State of Washington business license (a “Unified Business Identifier” known as a UBI#). If the State of Washington has exempted your business from State licensing (some foreign companies are exempt and sometimes, the State waives licensing because the company has no physical presence in the State), then submit proof of that exemption to the City. All costs for any licenses, permits and associated tax payments due to the State because of licensing shall be borne by the Consultant and not charged separately to the City. Instructions to apply for a business license can be found at https://dor.wa.gov/open-business/apply-business-license and the State of Washington Department of Revenue contact help page at https://dor.wa.gov/contact.
37
Federal Excise Tax
The City is exempt from Federal Excise Tax.
38
No Guaranteed Utilization
The City does not guarantee utilization of any contract(s) awarded through this RFQ process. The solicitation may provide estimates of utilization; such information is for Consultant convenience and not a usage guarantee. The City reserves the right to issue multiple or partial awards, and/or to order work based on City needs. The City may turn to other appropriate contract sources or supplemental contracts to obtain these same or similar services. The City may re-solicit for new additions to the Consultant pool. Use of such supplemental contracts does not limit the right of the City to terminate existing contracts for convenience or cause.
39
Expansion Clause
The contract limits expansion of scope and new work not expressly provided for within the RFQ.Expansion for New Work (work not specified within the original Scope of Work Section of this Agreement, and/or not specified in the original RFQ as intended work for the Agreement) must comply with the following:(a) New Work is not reasonable to solicit separately; (b) is for reasonable purpose; (c) was not reasonably known by the City or Consultant at time of solicitation or was mentioned as a possibility in the solicitation (i.e. future phases of work, or a change in law); (d) is not significant enough to be regarded as an independent body of work; (e) would not attract a different field of competition; and (f) does not change the identity or purpose of the Agreement. The City may make exceptions for immaterial changes, emergency or sole source conditions, or other situations required in City opinion. Certain changes are not subject to these limitations, such as additional phases of Work anticipated during solicitation, time extensions, and Work Orders issued on an On-Call contract. Expansion must be mutually agreed and issued by the City through written Addenda. New Work performed before an authorizing Amendment may not be eligible for payment.The City reserves the right to independently solicit and award any New Work to another firm when deemed appropriate or required by City policy.
40
Effective Dates of Offer
Solicitation responses are valid until the City completes award. Should any Respondent object to this condition, they must object prior to the Q&A deadline in the Timeline.
41
Cost of Preparing Submittals
The City is not liable for costs incurred by the Respondent to prepare, submit and present qualifications, interviews and/or demonstrations.
42
Readability
The City’s ability to evaluate submissions is influenced by the organization, detail, comprehensive material and readable format of the response.
43
Changes or Corrections to Submittal
Prior to the submittal closing date and time established for this RFQ, a Consultant may change or correct its proposal by following the Instructions here: https://opengov.my.site.com/support/s/article/4f4218bf-7da6-4fc6-b0c3-7eade0776ebe. No change to a submission shall be made after the solicitation closing date and time.
44
Errors in Submissions
Respondents are responsible for errors and omissions in their submissions. No error or omission shall diminish the Respondent’s obligations to the City.
45
Withdrawal of Submission
A submittal may be withdrawn at any time through the Procurement portal prior to the closing date or by written request of the submitter.
46
Rejection of Submissions
The City may reject any or all submissions with no penalty. The City may waive immaterial defects and minor irregularities in any submitted response.
47
Incorporation of RFQ and Respondent Submission in Contract
This RFQ and Respondent’s submission, including promises, warranties, commitments, and representations made in the successful response once accepted by the City, are binding and incorporated by reference in the City’s contract with the Respondent.
48
Independent Contractor
The Consultant works as an independent contractor. The City will provide appropriate contract management, but that does not constitute a supervisory relationship to the Consultant. Consultant workers are prohibited from supervising City employees or from direct supervision by a City employee. Prohibited supervision tasks include conducting a City of Seattle Employee Performance Evaluation, preparing and/or approving a City of Seattle timesheet, administering employee discipline, and similar supervisory actions.Contract workers shall not be given City office space unless expressly provided for below, and in no case shall such space be provided for over 36 months without specific authorization from the City.The City will not provide space in City offices for performance of this work. Consultants will perform most work from their own office space or the field.
49
Equal Benefits
Seattle Municipal Code Chapter 20.45 (SMC 20.45) requires consideration of whether Consultants provide health and benefits that are the same or equivalent to the domestic partners of employees as to spouses of employees, and of their dependents and family members. The Consultant Questionnaire requested in the Response Materials and Submittal section includes materials to designate your equal benefits status.
50
Women and Minority Subcontracting
The Mayor’s Executive Order and City ordinance require the maximum practicable opportunity for successful participation of minority and women-owned subcontracts. All proposers must agree to SMC Chapter 20.42, and seek meaningful subconsultant opportunities with WMBE firms. The City requires a plan for including minority- and women-owned firms, which becomes a material part of the contract. The Plan must be responsive in the opinion of the City, which means a meaningful and successful search and commitments to include WMBE firms for subcontracting work. The City reserves the right to improve the Plan with the winning Consultant before contract execution. Consultants should use selection methods and strategies sufficiently effective for successful WMBE participation. At City request, Consultants must furnish evidence such as copies of agreements with WMBE subconsultants either before contract execution or during contract performance. The winning Consultant must request written approval for changes to the Inclusion Plan once it is agreed upon. This includes changes to goals, subconsultant awards and efforts.WMBE firms need not be state certified to meet the City's WMBE definition. The City defines WMBE firms as at least 51% (percent) owned by women and/or minority. To be recognized as a WMBE, register on the City’s Procurement Portal. Federally funded transportation projects require a Disadvantaged Business Enterprises (DBE) program; for that program, firms must be certified by the Washington State Office of Minority and Women Business Enterprises (OMWBE).
51
Insurance Requirements
Any special insurance requirements are provided as an Attachment. If attached, provide proof of insurance and additional insured endorsement policy language to the City before Contract execution. The apparent successful Proposer must promptly provide proof of insurance to the City upon receipt of the notice of intent to award.Consultants are encouraged to immediately contact their Broker to begin preparation of the required insurance documents, if the Consultant is selected as a finalist. Respondents may elect to provide the requested insurance documents within their Submittal.
52
Proprietary Materials
The State of Washington’s Public Records Act (Release/Disclosure of Public Records): Under Washington State Law (reference RCW Chapter 42.56, the Public Records Act) all materials received or created by the City of Seattle are considered public records. These records include but are not limited to bid or proposal submittals, agreement documents, contract work product, or other bid material. The State of Washington’s Public Records Act requires that public records must be promptly disclosed by the City upon request unless that RCW or another Washington State statute specifically exempts records from disclosure. Exemptions are narrow and explicit and are listed in Washington State Law (Reference RCW 42.56 and RCW 19.108).Respondents must be familiar with the Washington State Public Records Act and the limits of record disclosure exemptions. For more information, visit the Washington State Legislature’s website at http://app.leg.wa.gov/rcw/default.aspx?cite=42.56.If you have any questions about disclosure of the records you submit with your response, contact the Procurement Contact named in this document.Marking Your Records Exempt from Disclosure (Protected, Confidential, or Proprietary)As mentioned above, all City of Seattle offices (“the City”) are required to promptly make public records available upon request. However, under Washington State Law some records or portions of records are considered legally exempt from disclosure and can be withheld. A list and description of records identified as exempt by the Public Records Act can be found in RCW 42.56 and RCW 19.108.If you believe any of the records you are submitting to the City as part of your bid/proposal or contract work products, are exempt from disclosure you can request that they not be released before you receive notification. To do so you must complete the City Non-Disclosure Request Form (“the Form”) provided by the City (see page 4 on the Consultant Questionnaire) and very clearly and specifically identify each record and the exemption(s) that may apply. (If you are awarded a City contract, the same exemption designation will carry forward to the contract records.)The City will not withhold materials from disclosure simply because you mark them with a document header or footer, page stamp, or a generic statement that a document is non-disclosable, exempt, confidential, proprietary, or protected. Do not identify an entire page as exempt unless each sentence is within the exemption scope; instead, identify paragraphs or sentences that meet the specific exemption criteria you cite on the Form. Only the specific records or portions of records properly listed on the Form will be protected and withheld for notice. All other records will be considered fully disclosable upon request.If the City receives a public disclosure request for any records you have properly and specifically listed on the Form, the City will notify you in writing of the request and will postpone disclosure. While it is not a legal obligation, the City, as a courtesy, will allow you up to ten business days to file a court injunction to prevent the City from releasing the records (reference RCW 42.56.540). If you fail to obtain a Court order within the ten days, the City may release the documents.The City will not assert an exemption from disclosure on your behalf. If you believe a record(s) is exempt from disclosure you are obligated to clearly identify it as such on the Form and submit it with your solicitation. Should a public record request be submitted to Purchasing for that record(s), you can then seek an injunction under RCW 42.56 to prevent release. By submitting a bid document, the bidder acknowledges this obligation; the proposer also acknowledges that the City will have no obligation or liability to the proposer if the records are disclosed.Requesting Disclosure of Public RecordsThe City asks bidders and their companies to refrain from requesting public disclosure of bids until an intention to award is announced. This measure is intended to protect the integrity of the solicitation process particularly during the evaluation and selection process or in the event of a cancellation or re-solicitation. With this preference stated, the City will continue to be responsive to all requests for disclosure of public records as required by State Law. If you do wish to make a request for records, visit https://www.seattle.gov/public-records/public-records-request-center.
53
Ethics Code
Familiarize yourself with the City Ethics code: http://www.seattle.gov/ethics/etpub/et_home.htm. For an in-depth explanation of the City’s Ethics Code for Contractors, Vendors, Customers and Clients, visit: http://www.seattle.gov/ethics/etpub/faqcontractorexplan.htm. Any questions should be addressed to Seattle Ethics and Elections Commission at 206-684-8500.No Gifts and Gratuities.Consultants shall not directly or indirectly offer anything (such as retainers, loans, entertainment, favors, gifts, tickets, trips, bonuses, donations, special discounts, work, or meals) to any City employee, volunteer or official, if it is intended or may appear to a reasonable person to be intended to obtain or give special consideration to the Consultant. An example of this is giving sporting event tickets to a City employee who is also on the evaluation team of a solicitation to which you submitted or intend to submit. The definition of what a “benefit” would be is broad and could include not only awarding a contract but also the administration of the contract or evaluating contract performance. The rule works both ways, as it also prohibits City employees from soliciting items from Consultants.Involvement of Current and Former City Employees.The Consultant Questionnaire within your submittal documents prompts you to disclose any current or former City employees, official or volunteer that is working or assisting on solicitation of City business or on completion of an awarded contract. Update that information during the contract.Contract Workers with over 1,000 Hours.The Ethics Code applies to Consultant workers that perform over 1,000 cumulative hours on any City contract during any 12-month period. Any such employee must abide by the City Ethics Code. The Consultant is to be aware and familiar with the Ethics Code accordingly.No Conflict of Interest. Consultant (including officer, director, trustee, partner or employee) must not have a business interest or a close family or domestic relationship with any City official, officer or employee who was, is, or will be involved in selection, negotiation, drafting, signing, administration or evaluating Consultant performance. The City shall make sole determination as to compliance.Campaign Contributions (Initiative Measure No. 122)Elected officials and candidates are prohibited from accepting or soliciting campaign contributions from anyone having at least $250,000 in contracts with the City in the last two years or who has paid at least $5,000 in the last 12 months to lobby the City. See Initiative 122, or call the Ethics Director with questions.
54
Background Checks and Immigrant Status
The City may require background checks for the Consultant, as well as some or all of their employees and contracted workers who may perform work under this Agreement. The City reserves the right to require such background checks at any time. The City has strict policies regarding the use of background checks, criminal checks, and immigrant status for contract workers. The policies are incorporated into this Agreement and available for viewing on-line at http://www.seattle.gov/purchasing-and-contracting/social-equity/background-checks.
55
Use of Hyperlinks and URLs in Submittals
Hyperlinks and URLs to web sites or references to attachments may not be used in documents submitted in response to this solicitation, unless specifically requested in the submittal requirements. The City is not obligated to evaluate, review, or score any information submitted in the form of a hyperlink or URL. Information and documentation requested for the evaluation process must be submitted in the format indicated in the solicitation instructions.