SLED Opportunity · ALASKA · KETCHIKAN GATEWAY BOROUGH

    Roosevelt and Franklin Water Main Replacement Design Project

    Issued by Ketchikan Gateway Borough
    localRFPKetchikan Gateway BoroughSol. 191105
    Closed
    STATUS
    Closed
    due Mar 25, 2026
    PUBLISHED
    Feb 19, 2026
    Posting date
    JURISDICTION
    Ketchikan Gateway
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    Ketchikan Gateway Borough seeks civil engineering design services for replacing 8" HDPE water mains and valves along Roosevelt and Franklin Drives, covering 2,300 linear feet.

    Opportunity details

    Solicitation No.
    191105
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    February 19, 2026
    Due Date
    March 25, 2026
    NAICS Code
    541330AI guide
    State
    Alaska
    Agency
    Ketchikan Gateway Borough

    Description

    The Ketchikan Gateway Borough is seeking civil engineering design services to replace the water mains in Roosevelt Drive and Franklin Drive with 8" HDPE water mains, install new three-way valve clusters at all side roads with cross-road extensions, replace all valving and piping in the Franklin/Roosevelt intersection, and extend HDPE mains into the PRV. In total, the project will replace mains in some 2,300-lf of roadways.

    Background

    The Roosevelt Drive and Franklin Drive intersection has held the generative mains for the drinking water distribution system since the construction of the Forks Creek Dam in the 1930s. Upgrades commencing in 1983 installed 6-inch PVC drinking water piping throughout Roosevelt and Franklin Drive. Following treatment plant installation in 1989, the Borough undertook the 1991-1993 Mountain Point Service Area Water and Sewer Master Improvements Phase I-V project, entailing the construction of the booster station to provide system pressure, replacement and extension of water mains to all neighborhoods, and installation of pressure reducing vaults to create the low pressure zone along the highway. While all new mains in Roosevelt Drive and Franklin Drive are 8-inch ductile iron, the materials in the roadways remain 6-inch PVC. The 2024 South Tongass Water Utility Master Plan identified the main sizing as being an inhibiting factor for flow throughout the water system.

    Of more concern is that the discontinuous nature of the ductile iron and PVC material exacerbates electrolytic corrosion: mainline valves at Rogers Pass Road have come apart on two occasions in the past five years, and cross-road mains are at high risk of pinhole leaks that would be difficult to rectify without major impacts to the traveling public. This project will extend new piping across all roadways, and provide terminal valves with the unpaved roadways.

    Project Details

    • Department: Public Works
    • Department Head: Morgan Barry (Public Works Director)

    Important Dates

    • Questions Due: 2026-03-10T01:00:00.000Z
    • Answers Posted By: 2026-03-12T01:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-10T23:20:11.670Z) —

      This Addendum is issued to modify, clarify, or supplement the original solicitation documents. Any material changes to the solicitation requirements, specifications, schedule, or conditions are identified in this Addendum.

      Failure to acknowledge receipt of this Addendum, if required by the solicitation instructions, may render a proposal non-responsive. Except as specifically modified by this Addendum, all other terms, conditions, and requirements of the solicitation remain unchanged and in full force and effect.

       

      A question was submitted during the Question & Answer period of the Solicitation. The response to that question results in a modification to the Scope of Work. Because the response constitutes a material change to the scope of work, the modification is issued through this Addendum to formally incorporate the change into the Solicitation documents. 

      Question Asked: 

      The Scope of Work outlined on page 9 of the RFP indicates that KGB is seeking civil engineering design services, and construction administration and inspection services do not appear to be included within the described scope. However, the Fee Proposal Instructions on pages 9–10 request that proposers include costs for construction administration services, including daily project inspections. Could KGB please clarify whether construction administration and inspection services are intended to be included as part of this contract, and if so, whether these services should be addressed in the Narrative (staffing plan, relevant qualifications, and related discussion) as well as included in the Fee Proposal?

      Answer:

      The Scope of Work not including Construction Administration (CA) services and daily inspections was an oversight. Please utilize the Fee Proposal Instructions for purposes of scoping the project through construction. The submitted proposal should reflect the capacity, capability, and personnel the proposer possesses and can allocate towards this project at each phase through CA. 

      Note, however, that it is understood that the final design bid scope will impact CA services and that the value provided in this proposal is subject to reevaluation during the design process (e.g. multiple project phases require greater CA services); and that the Borough reserves the right to award any portion of this project at this time, so CA may not be awarded in the format as proposed.

    • Addendum #2 (released 2026-03-17T15:36:29.241Z) —

      This Addendum is issued to modify, clarify, or supplement the original solicitation documents. Any material changes to the solicitation requirements, specifications, schedule, or conditions are identified in this Addendum.

      Failure to acknowledge receipt of this Addendum, if required by the solicitation instructions, may render a proposal non-responsive. Except as specifically modified by this Addendum, all other terms, conditions, and requirements of the solicitation remain unchanged and in full force and effect.

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • FORM AND CONTENT OF PROPOSAL (5 pts)

      Whether the proposal is (1) well organized, (2) void of material that is neither required nor desired, (3) does not exceed the suggested maximum number of pages, and (4) includes the requested copies of the proposal for Part One and Part Two.

    • FIRM QUALIFICATIONS (10 pts)

      Qualifications, experience, training, certifications and licenses for project manager and key supervisors anticipated to provide services called for under this RFP.

    • FIRM QUALIFICATIONS (7 pts)

      Approach to performing work called for under this RFP (how the job will be staffed, travel time policy [if relevant], resources, and structure on data reporting).

    • FIRM QUALIFICATIONS (7 pts)

      Respondent’s understanding of the project and its objectives.

    • FIRM QUALIFICATIONS (6 pts)

      Qualifications of subcontractors expected to be used on the project (if subcontractors are not contemplated this allocation of up to 5 points should be applied to a) through c) above).

    • RELEVANT PROJECT EXPERIENCE (10 pts)

      Past project experience similar to this project.

    • RELEVANT PROJECT EXPERIENCE (20 pts)

      Evaluation of comments by Owner references on similar projects regarding matters such as change order history, litigation and other claims, completion within schedule, workmanship, and general satisfaction.

    • WORKLOAD AND RESOURCES (8 pts)

      Proposed project schedule and ability to complete the project within that schedule given current and potential time commitments for the proposed project.

    • WORKLOAD AND RESOURCES (7 pts)

      Adequacy of support personnel, facilities and other resources necessary to provide their services as required.

    • PRICING (20 pts)

      In addition to a technical proposal, the prospective proposer shall prepare a detailed cost proposal for the work to be performed. The cost proposal shall itemize all items that will be charged, including travel charges that will be involved in the project. Costs shall also be segregated to show staff hours, rates, and classifications, and administrative overhead.

      The least-cost proposal will be awarded the maximum points. Higher cost proposals will receive a reduced award of points. The minimum score for the price criterion is zero points.

    Submission Requirements

    • Please confirm that you have read and acknowledge the federal clauses pertaining to this solicitation. (required)
    • Required Federal Clauses and Forms (required)

      This Attachment contains required federal clauses and proposer forms to be included with the Request for Proposals (RFP) for design services. This project is funded in part by the U.S. Environmental Protection Agency (EPA) under Community Grants Program, Grant Agreement FAIN 02J97301.

      Please download the below documents, complete, and upload.

    • Respondents must be registered (company name, address, telephone number, and fax number) with the Borough Procurement Officer as indicated in this solicitation. (required)
    • Subcontractor's List (required)

      Please download the below documents, complete, and upload.

      Respondents must fill out the Subcontractors List indicating the name(s) of any anticipated subcontractors for the proposed project. Use multiple pages if necessary. For portions of the work where a subcontractor will be selected by competitive proposals at a later date enter the type of Work to be subcontracted followed by “To be Determined”. For example: “Electrical – To Be Determined”. If the use of subcontractors is not anticipated, “N/A” or “NONE” is to be written on the form.

    • Corporate Certificate, Partner Acknowledgement, LLC Acknowledgement, or Individual Acknowledgement. (required)

      Please select the applicable document, download the document, complete, and upload.

    • Surety Bond (required)

      Please provide a copy of your surety bond.

    • Price Proposal (required)

      Submit the price proposal separately from the proposal.

      Each price-proposal component must be signed and dated by the person who prepares it. If that person is not authorized to bind the respondent, the price-proposal component must also be signed by a person who is authorized to bind the respondent.

      Failure to properly sign and date the Price Proposal will be grounds for rejection.

    • Proposal (Exclusive of Price Proposal Component)

      Please upload a complete proposal exclusive of the price-proposal component. 

      Proposals must respond directly to the evaluation criteria for this project. Additional material (other than that requested below) is not required or desired. Clarity and brevity are encouraged. Limit submittals as follows:

      Proposal DocumentationUse forms provided in RFP
      Cover Letter1 page suggested maximum
      Response to Criteria5 pages suggested maximum
      ResumesProvide resumes for key personnel, 1 page suggested maximum each resume
      Price ProposalPer instructions, use the Price Proposal Forms Provided

      The following sections address the specific content expected for each portion of the proposal.

    • Proposal Documentation Form (required)

      Please download the below documents, complete, and upload.

      The proposal itself must be signed by a person who is authorized to bind the respondent. Specifically:

      1. A proposal by a corporation shall be executed in the corporate name by the president, vice-president, or other corporate officer. Evidence of authority to sign must also be provided. Such evidence may be in the form of a copy of the corporate bylaws, articles of incorporation, resolution of the board, corporate certificate, or other reliable evidence.
      2. A proposal by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. Evidence of authority to sign may be in the form of a copy of the partnership agreement or other reliable evidence.
      3. A proposal by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. Such evidence may be in the form of a copy of the corporate bylaws, articles of incorporation, resolution of the board, corporate certificate, or other reliable evidence.
      4. A proposal by an individual shall show the proposer’s name and business address.

      Failure to provide evidence of authority to sign on behalf of the respondent will not be grounds for rejection if the Borough is able to confirm the authority of the signer to bind the respondent.

    • COVER LETTER (required)

      In the cover letter, the respondent should:

      1. state its understanding of the services to be performed,
      2. explain why the respondent firm is the best qualified to provide those services,
      3. state why the respondent firm is most likely to help the Borough achieve the goals outlined in the Project Scope of Work portion of this request for proposals; and,
      4. Provide the name and contact information of the individual who is authorized to make representations and commitments on behalf of the respondent.
    • RESPONSE TO CRITERIA (required)

      The narrative response to the Selection Criteria should specifically and accurately address each criterion in the order listed in this proposal. Respondents are encouraged to limit the response to 5 pages. Project and individual experience must be verifiable by listed references. It is the responsibility of the proposer to make certain that contact information is current. 

    • RESUMES (required)

      Provide resumes for each managing member of the team (i.e., project manager for the prime contractor and each known or planned subcontractor) that will be assigned to this project. List name, title, intended role and responsibilities for the duration of the contract, educational background, and specific qualifications related to role and responsibilities, past relevant experience, number of years of relevant experience, supervisory responsibilities if relevant, list of projects individual was associated with during the last five years including type of project and project cost.                        

      For each managing member of the team, provide at least two Owner or two Firm references for recent relevant projects.

    • Will interviews be held? (required)
    • Will you be doing evaluations? (required)
    • Will oral interviews be held? (required)
    • Will a surety bond be required? (required)
    • Will you be requiring References? (required)
    • Is this federally funded? (required)
    • Provide project site address: (required)

      Example: 1234 Park Avenue, Ketchikan, AK 99901

    • When do you need to have this awarded by? (required)

      Please enter an estimated date. 

    • Will there be a pre-proposal meeting? (required)
    • Will the pre-proposal meeting be mandatory or non-mandatory? (required)
    • Standard Insurance Policies (required)
    • General Liability Minimum Limits (required)
    • Automobile Liability Minimum Limits (required)
    • Workers' Compensation Liability Minimum Limits (required)
    • Additional Insurance Policies (required)
    • Professional Liability Minimum Limits (required)
    • Excess Liability Minimum Limits (required)

    Questions & Answers

    Q (Funding Clarification): Per the EPA Grant Agreement provided by KGB, total project funding is identified as $1,875,000, consisting of $1.5 million from the EPA Community Grant and the remaining portion provided by the recipient (KGB). The ADEC Drinking Water State Revolving Fund Loan Agreement, also provided by KGB, identifies $750,000 in funding. Could KGB please clarify how these funding sources relate to one another? Is there any overlap? Are they two separate agreements funding different phases/portions of work? Is one being used as match or leverage against another? What is the total amount of funding available at this time?

    A: The $1,500,000 EPA Grant funds 80% of the project expenses to be matched 20% by the ADEC Alaska Drinking Water Fund (ADWF) loan, for a total project cost of $1,875,000. The ADEC loan is $750,000, or double the match requirement, as a contingency against cost increases, regulatory requirements (e.g. ADOT requirements within the roadway), or other unanticipated expenses. Both funding streams apply to the entire scope of work. Insofar as these funding agreements impact the project, the specifications will need to reflect the more stringent of the procurement provisions. E.g. for materials, Build America Buy America (BABA) would supersede American Iron and Steel (AIS); for labor, the greater of the Federal or State Prevailing Wage applies; etc.


    Q (Scope of Work Clarification): The Scope of Work outlined on page 9 of the RFP indicates that KGB is seeking civil engineering design services, and construction administration and inspection services do not appear to be included within the described scope. However, the Fee Proposal Instructions on pages 9–10 request that proposers include costs for construction administration services, including daily project inspections. Could KGB please clarify whether construction administration and inspection services are intended to be included as part of this contract, and if so, whether these services should be addressed in the Narrative (staffing plan, relevant qualifications, and related discussion) as well as included in the Fee Proposal?

    A: See Addendum No. 1.


    Key dates

    1. February 19, 2026Published
    2. March 25, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.