CITY OF PASCO – REQUEST FOR QUALIFICATIONS (RFQ)
Road 76 Overpass
Project No. 23557
Federal Aid No. STBGUL-0960(006)
The City of Pasco, Washington, (City) Department of Public Works – Engineering is soliciting a Statement of Qualifications (SOQ) from qualified Consultants registered in the State of Washington to perform Engineering Services for the Road 76 Overpass (Fed Aid No. STBGUL-0960(006)) Project funded through the 2025 Surface Transportation Block Grant (STBG) Program and Local Funds.
The Road 76 Overpass Project is prepared for final design and is supported by preliminary engineering and community engagement documentation.
The City of Pasco, along with DKS and KPFF, completed 15% conceptual design, which outlines the core project geometry, typical cross-sections, and multimodal components. The preliminary concept ensures a slow-speed, fully ADA-compliant facility that prioritizes the active transportation experience across I-182. This design includes the separation of vehicular and non-vehicular traffic via buffered mixed-use paths and sidewalks, directly addressing the safety concerns cited by the community. This information is available for review and viewing as detailed in this RFQ.
The Road 76 Overpass will extend Road 76 north from Chapel Hill Blvd to Burden Blvd by constructing an overpass across I-182. It requires mandatory access break approval from FHWA to extend the bridge over the interstate. Key components include bicycle and pedestrian facilities, a new signalized intersection at Road 76 and Burden Boulevard (with northbound right and southbound left turn lanes), and a realignment of Burden Boulevard to accommodate future access to western commercially zoned properties. The future west leg of this intersection will become a Burden Blvd extension and will tie to Flores Lane in the future.
The preferred vertical profile raises Road 76 to achieve the AASHTO minimum 16.5 feet of clearance over I-182. The design utilizes maximum 5% grades to ensure ADA-compliant active transportation facilities and 40 mph vertical curves for adequate sight distance. The structure is a three-span pre-stressed girder bridge, integrating a 12-foot shared-use path on the west side and a 6-foot sidewalk on the east side. On the structure, the path is separated by a barrier, and the sidewalk is curbed tight.
The selected cross-section includes two (2) 11-foot travel lanes, allowing flexibility for a future center turn lane if development requires it. Infrastructure work includes the installation of the traffic signal at the realigned four-leg Burden Boulevard intersection, complete ADA curb ramps, marked crosswalks, and comprehensive ITS implementation (vehicle detection, FYAs, push buttons, interconnect, and lighting). The project includes survey, geotechnical investigation, stormwater facilities, utility work, pedestrian facilities, landscaping and irrigation, signage and pavement marking.
Public outreach has been completed over the past three years, but further engagement is planned for the design phase. Funding for Design and Right-of-Way (ROW) was secured in 2025 via the Surface Transportation Block Grant (STBG) program. The City is actively working to secure 100% of construction funds by 2029, construction obligation date is contingent upon securing construction funding. The design phase is anticipated to take twenty-one (21) months, beginning in July 2026. All ROW acquisitions must be completed by September 2029, and construction funding must be obligated by November 2029.
The work to be performed will include but is not limited to preparation of PS&E including design of the project, preparation of the plans and specifications in compliance with local, state, and federal requirements and an estimate of construction costs, right-of-way (ROW) acquisition and certification, and construction support services and inspection. This includes topographic surveying and/or property surveying, geotechnical investigation, WSDOT/FHWA coordination, preparation and processing of all necessary environmental documents to achieve environmental compliance, public outreach and stakeholder involvement, grant preparation, WSDOT ROW access permits, ROW acquisition and certification services, bid support, construction management/administration services and inspection, and record drawing preparation. The City, at its discretion, may select the same Consultant for Right-of-Way Acquisition and Certification, and Construction Management and Inspection Services.
The selected Consultant will be responsible for following all processes and completing all documentation required to comply with Washington Department of Transportation (WSDOT) and/or Federal Highway Administration (FHWA) requirements. The selected Consultant's submittals will be evaluated and ranked based on the following criteria: Project Understanding & Approach, Project Team Experience & Qualifications, Presentation, Organization and Clarity of SOQ Submittal.
This project has a Zero Percent (0%) mandatory Federal Small Business Enterprise (FSBE) goal. This Project has a voluntary Ten Percent (10%) Small Business Enterprise (SBE) goal. There are no training-hour requirements associated with this project. Continuous outreach to include FSBE and SBE firms in the agreement is required, as is performing Commercial Useful Functions (CUF) reviews on FSBE firms, and the reporting of payments in the DMCS system.
The complete RFQ and full scope of work may be obtained via the City website – http://www.pasco- wa.gov/Bids.aspx., starting Wednesday, February 4, 2026. It is the sole responsibility of the Consultant to obtain any RFQ updates or addenda from the City's website.
For consideration, Consultants are required to submit either an electronic or a hard copy of their SOQ up to the hour of 11:00AM PST, Tuesday, March 10, 2026. Email Subject shall be: #23548 – ROAD 76 OVERPASS – SOQ. Electronic responses shall be transmitted to Dustin Wittman, CPSM at wittmand@pasco-wa.gov with a maximum size of 20mb. Hard copy responses shall be addressed to the City of Pasco – Public Works Department and will be received at the office of the City Clerk, City Hall, 525 North 3rd Avenue, Pasco, Washington.
Technical questions regarding the scope of this project should be put in writing and directed at both City Representatives listed in Section 1.10 below, no less than three (3) working days prior to the time that submittals are due.
There is no pre-proposal meeting scheduled for this project prior to submission of Statement of Qualifications. However, the site location is open to the public.
The City of Pasco, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252,42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Projects funded wholly or in part by Federal appropriations must comply with Code of Federal Regulations; 24 CFR 570.502, 24 CFR 85.36, 2 CFR 200. All federally-funded projects will be held to federal Equal Employment Opportunity (EEO) requirements. The City of Pasco is an equal opportunity and affirmative action employer. Small, minority, and women-owned businesses are encouraged to submit bids. The City of Pasco in accordance with Section 504 of the Rehabilitation Act and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. This material can be made available in an alternate format by e-mailing Dustin Wittman at wittmand@pasco-wa.gov or calling (509) 545-3447.
Those submitting Firms determined to be best qualified to undertake the services required under this RFQ may be invited to an interview (with the possibility of making a presentation) to the City's selection committee.
The City reserves the right to reject any and all responses and to waive technicalities or irregularities, and after careful consideration of all submissions and factors involved make the award to best serve the interests of the City of Pasco.
Para más información o para solicitar un intérprete, favor de comunicarse con Faigda Garcia al (509) 544-4127 o por correo electrónico a garciaf@pasco-wa.gov.
DATED: January 30, 2026
PUBLISH: February 4, 2026 February 11, 2026
IPL0310400
Feb 4,11 2026