Architects
Washington State Current Consultant Opportunities or on Bonfire
Western Washington University Facilities
2026 Professional Services Roster
Skagit PUD hereby solicits Statements of Qualifications (SOQs) for Skagit PUD’s Architectural and Engineering Services Roster from consulting firms possessing experience and resources needed for routine project work with a contract value less than $120,000. Projects where the scope of services exceeds $120,000 will be advertised separately. Disciplines for which Skagit PUD anticipates a need for repeat, smaller dollar services include the following Disciplines:
Land Surveying
Geotechnical Engineering Investigation, Analysis and Evaluation
Geotechnical Laboratory and Field
Engineering and Inspection Services during Construction
Engineering Design for Fiber Optic Systems including Conduit, Vaults & Fiber Strands
Corrosion Control, including Cathodic Protection
Hydrogeological Services for Wellhead Protection Delineation
NOTE: Multiple disciplines submittals must be under one cover along with firms General Information. If you are submitting for more than one discipline, label each submittal.
SOQ must clearly demonstrate the ability of the respondent firm in the following Significant Evaluation Factors:
General Information
Overview of Firm
Proximity to Skagit County
Discipline Specific Information per Discipline as described above:
Experience of the firm for the submitted Discipline.
Qualifications of the staff
Excellence in past performance (provide three examples).
Firms desiring consideration shall submit one (1) PDF file of their SOQ to Catherine Price, contract coordinator, price@SkagitPUD.org, by 2 p.m. on Wednesday, December 10, 2025.
Skagit PUD’s A&E Roster shall consist of all responsible firms that have submitted the necessary SOQ to be on the roster. Firms may be added at any time. SOQ will be kept on file for calendar year 2026. If Skagit PUD develops potential scopes of work, the existing roster will be evaluated in accordance with Skagit PUD procurement practices. This is not a Request for Proposal.
Download RFQ https://www.skagitpud.org/Home/Components/RFP/RFP/132/159
———-
Citywide Consultant Roster: General Project and Program Management Consulting
Due Date: Monday, December 30, 2030 12:00am
Question Response Deadline: December 1, 2025, 12:00am
The City of Seattle is requesting eligible Consultants submit an application and statement of qualifications for the establishment of general project and program management related consultant rosters.
Follow & Download here: https://procurement.opengov.com/portal/seattle/projects/195707
———-
RFQ for Swinomish Energy Development in Association with EMDP 2025 DEMD Grant Funds
Close Date: 01/05/2026 2:00PM
Location- Swinomish Indian Reservation, La Conner, WA 98257
The Contracting Agency is the Swinomish Indian Tribal Community (SITC) and its officers and employees, particularly the Construction Division who are responsible for the administration of the contract.
The Construction Division seeks qualifications for professional firms for services to evaluate or assess energy or mineral resources, microgrids and related projects.
Energy and Mineral Development Program (EMDP) supports Tribal efforts to advance
Tribal self-governance through developing energy and mineral resources.
This could be a single firm or a collaborative team or group that submits.
TIME, PLACE AND MANNER FOR FILING QUALIFICATIONS/PROPOSAL
Qualifications shall be submitted no later than 2:00 PM 01/05/2026.
Qualifications can be submitted in the following manner: Hand delivered, or Mail: ATTN: Hondo Pell, Construction Division Manager 11367 Moorage Way, La Conner, WA 98257, or EMAIL: swinconstruction@swinomish.nsn.us
Proposals received after the time stated above will not be considered. There will be a review of all proposals.
Any questions for the project can be directed to the person(s) identified above and must be received no later than 4:00PM on 12/29/2025.
Concepts, addenda and documents can be viewed on Swinomish Tribal Web site; https://www.swinomish-nsn.gov/planning-permitting/page/construction-division under Active Design and Construction Projects
Interested Contractors are further advised that a Pre-Submittal MS Teams Meeting will be held on Wednesday 12/17/2025. Interested firms are advised to attend the meeting at 1:00 PM. Please use the following link: Microsoft Teams Pre-Submittal Meeting Join the meeting now Meeting ID: 212 215 129 328 70 Passcode: bb3DH7aZ
———-
RFQ 527-132 Statewide ADA Barriers Removal
Description: The purpose of this Professional Services Request for Qualifications (RFQ) is to select one or more consultant teams with multi-disciplinary expertise to provide professional architectural, engineering, and related technical services for the correction of accessibility barriers in state parks across Washington State.
Customer Reference Number: RFQ 527-132
Close Date: Tuesday, January 6, 2026
Posting Organization: Parks & Recreation Commission, State
To view the full details of this opportunity login now at: https://pr-webs-vendor.des.wa.gov/Search_BidDetails.aspx?ID=56286
If you need technical assistance please contact WEBS Customer Service via email at webscustomerservice@des.wa.gov or by phone at (360) 902-7400.
———-
Hamlin Modular & Rehabilitation Project RFQ #1348337
Submit no later than January 6, 2026,2:00 p.m. Pacific Local Time
Pursuant to RCW 39.80, the City of Shoreline, Washington (City) is soliciting a Statement of Qualifications (SOQ) from firms or individuals (Consultant) interested in providing services for design of a new modular office building, rehabilitation of an existing structure for equipment and tool storage, and associated site and utility work at the City’s Hamlin Maintenance Facility.
This complete RFQ, including the scope of services, submittal requirements, evaluation criteria, proposal form, and any issued Addenda are published on publicpurchase.com. Instructions for accessing and registering for notifications on publicpurchase.com are also provided on the City website at shorelinewa.gov/bidsandrfps. Interested parties are solely responsible for reviewing all Project documents published on publicpurchase.com.
The City intends to execute an Agreement for Services (Attachment 1) using a cost plus fixed fee pay structure, with the most qualified Consultant for an initial term of 2 years, with the option to extend for additional time or funds if needed. The City reserves the right to retain services of the selected Consultant for any subsequent phases (Final Design, Right of Way, Construction Management, etc.) of this project. The anticipated maximum total compensation payable to the Consultant for services under the initial awarded agreement for Phase 1 work will not exceed $150,000 for the duration of the agreement, unless amended. Phase 1 work will inform the budget for subsequent phases.
Background
The current Streets and Stormwater maintenance crews rely on an office building that is obsolete, poorly laid out, structurally inadequate and reaching the end of its usable life. Tool and equipment storage is dependent on a shipping container storage that leaks, is difficult to organize and operate out of, and doesn’t provide adequate security.
The City seeks to swiftly and effectively address these deficiencies by procuring a new modular office unit for crew space and retrofitting the existing office building for tool and equipment storage. The office retrofit work must also include adding a second heated garage bay to house a street sweeper.
The City is seeking consultant services to complete the options analysis work and then to finalize design for construction . The proposed design must be cost effective, quickly deployable, and able to maintain operations on the site during construction. The following planning documents are included with this RFQ to provide an understanding of City’s initial planning work and assumptions:
Hamlin Modular & Rehab Concept Site Plan (Attachment 2)
Hamlin Modular Concept Floor Plan (Attachment 3)
Hamlin Yard Site Survey from 2018 with annotations (Attachment 4)
Anticipated Timeline
Advertise RFQ: December 5, 2025
Deadline for Questions – 5:00 p.m.: December 23, 2025
Submittal Deadline – 2:00 p.m., exactly: January 6, 2026
Finalist Interviews of Finalists: January 20 – January 23, 2026
Consultant Selection: January 30, 2026
Finalize Contract Scope: February 13, 2026
Council Award of Contract: March 9, 2026
Project Kickoff: March 16, 2026
Estimated Budget: The budget for Phase 1 is approximately $100,000 to $150,000; The project is locally funded in its entirety.
Download & Register: https://www.publicpurchase.com/gems/bid/bidView?bidId=207245&
———
Comprehensive A&E for GHTA HQ GHT-2025-004
Close Date: Jan 13th 2026, 5:00 PM PST
Owner: Grays Harbor Transportation Authority
Grays Harbor Transportation Authority (GHTA) is soliciting Statements of Qualifications (SOQs) from qualified Architectural and Engineering (A&E) firms to provide comprehensive services for the GHTA Headquarters Project—a new Maintenance, Operations, and Administrative (MOA) facility. The selected firm will act as Prime Consultant, leading a multidisciplinary team responsible for environmental compliance (SEPA/NEPA), real property acquisition, engineering and architectural design, and construction support as required by FTA standards. The project will be delivered using the Design–Bid–Build (DBB) method and must result in a complete Plans, Specifications, and Estimates (PS&E) package.
Follow and Download: https://mrscrosters.bonfirehub.com/opportunities/212315