Engineers

Washington State Current Consultant Opportunities  or on Bonfire

Western Washington University Facilities

WSU Alternate Public Works

UofW Opportunities

WSDOT Design/Build projects

 

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

———-

Parks & Recreation Open Space Plan – Planning Services
Due Date: Thursday, December 11, 2025 11:59pm
The City of Seattle is seeking qualifications for Parks & Recreation Open Space Plan – Planning Services.
Qualifications are due no later than 11:59 pm on Thursday, December 11, 2025.
All questions are to be submitted through the e-procurement portal at https://procurement.opengov.com/portal/seattle no later than 11:59 pm on Monday, November 24, 2025.
Full RFQ: https://procurement.opengov.com/portal/seattle/projects/212278

———-

GHTA A&E Design-Assist for an Electronic Security System
Close Date: Dec 12th 2025, 11:00 PM PST
Scope: Grays Harbor Transportation Authority (GHTA) intends to enhance security coverage and monitoring capabilities across nine (9) key transit facilities throughout Grays Harbor County. This project will include, but is not limited to, engineering design, drawings, and specifications for the electrical and low-voltage infrastructure necessary to support security camera systems.
Contact Information: Ethan Fogg, efogg@ghtransit.com
Follow & Download: https://mrscrosters.bonfirehub.com/opportunities/208670

———-

DOC – WCC Fire Alarm Systems Stabilization – Shelton
Close Date: Monday, December 15, 2025
View Docs at:
https://deswa.bonfirehub.com/portal/?tab=openOpportunities
or
https://pr-webs-vendor.des.wa.gov/Search_BidDetails.aspx?ID=56270
Customer Reference Number: 2026-314
Posting Organization: Enterprise Services (DES), Dept. of
If you need technical assistance please contact WEBS Customer Service via email at webscustomerservice@des.wa.gov or by phone at (360) 902-7400.

———-

RFP-Infrastructure Master Plan, Utility (Water, Sewer, and Stormwater), and Transportation Comprehensive Plan Updates ENG-23-07
The City of Oak Harbor (City) on Whidbey Island in Island County, Washington, is seeking proposals from qualified engineering and planning consulting firms to complete an Infrastructure Master Plan and Utility (water, sewer, and stormwater) and Transportation Comprehensive Plan Updates. Qualified firms are invited to submit proposals through a qualification-based search of our MRSC Roster and advertising in the Seattle DJC.
The City may award the work to one or more firms to complete different sections of the scope of work. For example, the City may select one firm to complete the water system plan update, and another separate firm to complete the transportation plan update, or may select a single firm to complete both. Firms are also encouraged to partner with one another, with one firm acting as the prime consultant and point of contact with the City.
The scope of work and forms may be downloaded from the City of Oak Harbor website at https://oakharbor.gov/Bids.aspx.
All proposals must be received by Tuesday, December 16, 2025, at 4:00 p.m. (PST)
Any questions and comments concerning this proposal can be directed to Sandra Place, 865 SE Barrington Drive, Oak Harbor, Washington 98277, (360) 279-4757, or emailed to splace@oakharbor.org. If necessary, an addendum will be issued to all who are considering this proposal.
Download files from: https://oakharbor.gov/bids.aspx?bidID=47
Follow and Register at: https://mrscrosters.bonfirehub.com/opportunities/207143

———-

DOC – CBCC Perimeter Fence Detection – Clallam Bay
Customer Reference Number: 2026-313
Close Date: Wednesday, December 17, 2025
Posting Organization: Enterprise Services (DES), Dept. of
For full RFQ details posted at:
https://deswa.bonfirehub.com/portal/?tab=openOpportunities
https://pr-webs-vendor.des.wa.gov/Search_BidDetails.aspx?ID=56325
If you need technical assistance please contact WEBS Customer Service via email at webscustomerservice@des.wa.gov or by phone at (360) 902-7400.

———-

RFQ – 44th Ave W Underpass Pedestrian and Bicycle Improvement Project Construciton Management and Administration Services
Due Date: Wednesday, December 17, 2025 4:00pm
The City of Lynnwood Public Works Department (City) solicits interest from consultants who wish to be evaluated and considered to provide Construction Management/Construction Administration (CM/CA) Services associated with the City’s upcoming 44th Ave W Underpass Pedestrian and Bicycle Improvement Project (Project).
The firm selected will assist the City with oversight of the construction activities performed by the awarded contractor.
Follow & Download: https://procurement.opengov.com/portal/lynnwoodwa/projects/217419

———-

On-Call Environmental Consulting Services (Natural Resources)
Due Date: Monday, December 22, 2025 1:00pm
The City of Seattle is seeking qualifications for On-Call Environmental Consulting Services (Natural Resources).
Qualifications are due no later than 1:00 pm on Monday, December 22, 2025.
All questions are to be submitted through the e-procurement portal at https://procurement.opengov.com/portal/seattle no later than 12:00 pm on Friday, December 5, 2025.
Follow & Download: https://procurement.opengov.com/portal/seattle/projects/214821

———-

Blaine Marine Industrial Area Boatyard
Closing Date/Time: 12/23/2025 3:00 PM
The Port of Bellingham (Port) is issuing this Request for Professional Services (RFPS) to solicit responses from qualified consulting firms with suitable expertise and experience in providing planning, design, permitting and bid document development services to develop an operational boatyard at the Blaine Marine Industrial Area. Location of the proposed boatyard is 218 McMillan Ave. Blaine WA 98230 accessible from Blaine on Marine Drive.
The Port of Bellingham reserves the right to reject any and all proposals submitted. The successful service provider will be contacted by the Port and will be required to execute the Port’s Standard Agreement for Professional Services without modification; a copy of the agreement is attached.
All RFPS submittals must be received at the Port administrative offices or email no later than 3:00pm on Tuesday, December 23, 2025. If deemed necessary, the Port will schedule interviews within one week of the deadline for submittal. Electronic submittals will be accepted in PDF format only and are preferred to hard copy. If mailing, please submit 3 hard copies and 1 digital. Submittals of less than or equal to 24 single-sided or 12 double-sided pages, including attachments, should be directed to: Ben Howard Port of Bellingham PO Box 1677 Bellingham, WA 98227-1677 benh@portofbellingham.com
All inquiries and requests for background material to this RFPS should be directed to Ben Howard at 360-676-2500 or benh@portofbellingham.com.
Purpose and Scope Work
The subject property has been operated as a boatyard since approximately 1949 and has involved a number of operators under a lease with the Port. The property is awaiting a significant cleanup project in coordination with the Department of Ecology. Cleanup activities are anticipated in mid-2026 through mid-2027 and will include construction of a new bulkhead, contaminated sediment dredging and disposal, upland environmental capping, and construction of two travel lift piers (30-ton and 200-ton). Following the cleanup project, the Port will then immediately be redeveloping the boatyard. Anticipated redevelopment improvements following the cleanup will include site grading, utilities, stormwater infrastructure and treatment, washwater infrastructure and treatment, floats and gangways, and security. Additional boatyard improvements may also be identified as the operational plan is finalized.
The Port is seeking engineering and environmental services to plan, design, permit, and construct the proposed boatyard redevelopment. The project design will necessitate a civil, structural, and stormwater engineering components to integrate with the boatyard operational plan. The contract term for this work is anticipated to be initiated in January 2026 with design work completed by November 2026 and coordinated with the ongoing cleanup engineering and design. Consultant will be expected to evaluate and provide input on the operational plan developed by the Port for the proposed boatyard and site design. Consultant will factor in the City of Blaine Permitting process for Substantial Shoreline Development as well as Land Disturbance and Commercial Building Permitting. Consultant will factor in potential schedule constraints.
The consultant performing the work shall have exceptional knowledge and demonstrated experience with the following:
• Boatyard operations and operational layout
• Civil, structural, marine, and transportation engineering
• Geotechnical exploration and analysis
• Hydrology & hydraulics
• Permitting of similar projects at the local, state, and federal levels
• Construction planning, scheduling and phasing at an active Marina
• City of Blaine Development Guidelines and Improvement Standards, and the Blaine Municipal Code
• City of Blaine and Department of Ecology standards for stormwater management, per the most recently adopted version of the SWMMWW
• Department of Ecology Boatyard General Permit
Download & Register: https://www.portofbellingham.com/Bids.aspx?BidID=226

———-

Shore Friendly Outreach and Technical Assistance
The Island County Shore Friendly program is requesting statements of qualifications and proposals from consultants, technical experts, and landscapers for on-call assistance for the Shore Friendly program. Types of technical assistance include: coastal geologic site assessments regarding feasibility of armor removal or armor avoidance; engineering design for potential armor removal projects, including conversion to soft shore alternatives; vegetation assessments and planting plans on shorelines; drainage assessments to reduce erosion impacts; house and infrastructure relocation assessments, native plant design, installation, and maintenance support.
Proposals must outline experience, including a portfolio of past work, a proposed methodology, timeline, and budget.
The contract will cover the period of performance from January, 2026, through June, 2027.
For a copy of the complete RFP, email m.overbury-howland@islandcountywa.gov or go to the Island County Bids page: https://www.islandcountywa.gov/Bids.aspx.
Proposals must be received by: 4:30PM on Tuesday, December 23rd, 2025. Submit proposals to: k.zupich@islandcountwa.gov

———–

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.

———-

Engineering for Small Water System Management Plan
Sierra Vista Water Association invites sealed bid proposals from qualified engineering firms to prepare a Small Water System Management Plan per WAC 246-290-105.
Project: SVWA (system ID 78970) operates a Group A water system serving about 200 people in 84 homes on south Camano Island. The updated SWSMP will guide technical, managerial and financial planning, and support a future construction grant application for a manganese filtration system.
Qualifications: Contractors must be licensed in Washington, carry appropriate insurance/bonding, not be listed on the Federal Excluded Parties List (www.sam.gov) and have experience with non-municipal Group A systems.
RFP details: Qualified bidders should email SVWA WaterPlanBids@gmail.com to request a copy of the RFP and bid instructions. SVWA has the right to reject any or all bids not accompanied by bid security or data required by the bidding document, or a bid in any way incomplete or irregular.
Deadline: Bids must be postmarked by Jan. 6, 2026. Late bids will not be accepted.

———-

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

———

RFP: 25262014 – Glenn Highway Wildlife Vehicle Collision Mitigation Study
The Contractor shall provide a comprehensive study of the Glenn Highway corridor to consolidate and evaluate past research, engage stakeholders, and develop alternatives and recommendations for Wildlife-Vehicle Collision (WVC) mitigation, including potential wildlife crossing locations, fencing, wildlife tracking, and other mitigation projects.
IRIS No. CFHWY01337
A complete description of services is contained in the RFP Package. Estimated period for performance of the Agreement is approximately March 2026 to December 2028. Cost of these professional services is expected to be in the range of $500,000 to $1,000,000.
The Request for Proposals (RFP) Package will be available December 2, 2025 and may be obtained in person from the DOT&PF plans room at 4111 Aviation Avenue in Anchorage, AK. Persons residing outside the Municipality may obtain an RFP Package through the mail by telephoning (907) 269-0408.
Proposals must conform to the RFP and be submitted with specified forms. Submittals must be received no later than January 14, 2026, prior to 4:00 p.m. prevailing time.
A downloadable version of the RFP package will be available at: https://ui.bidx.com/ALASKA/lettings
Notice Posted: http://notice.alaska.gov/221895

———-