Kalispell New Well Sources in Responce to PFAS-RFQCITY OF KALISPELL
REQUEST FOR QUALIFICATIONS
Kalispell's Response to Emerging Contaminant PFAS: Engineering for New Water Sources
and/or Treatment Alternatives Project
1 - GENERAL INFORMATION
1.1 Pursuant to the authority granted to it under MCA 7-5-4301(2)(a)., the City of Kalispell seeks to
procure a qualified professional consulting engineer provide professional engineering services including
analysis, design, and construction engineering for water infrastructure improvements for a new well,
transmission main, and water tower as designated in the 2018 Kalispell Water Facility Plan.
1.2 The Statement of Qualifications (SOQ) must be received by the City Clerk at 201 First Avenue East,
(PO Box 1997, 59903), Kalispell, Montana, by 5:00 p.m. local time, April 19, 2024.
1.3 Questions pertaining to the selection process should be directed to Susie Turner, Public Works
Director, at 758-7852 or stumer@kalispell.com.
1.4 The City of Kalispell shall not be held responsible for any oral instructions. Any changes to this
Request for Qualifications (RFQ) will be in the form of an addendum, which will be furnished to all
registered RFQ holders.
1.5 The City of Kalispell reserves the right to reject any or all SOQs, to waive any informality or
irregularity in any SOQ received, and to be the sole judge of the merits of the respective SOQs received.
1.6 A pre -submittal conference for the SOQ will not be held. Individuals can contact Susie Turner for
inquires on the RFQ submittal.
1.7 The Service Provider will be selected on the basis of demonstrated competence and qualification for
the type of services required, and thereafter the City will negotiate the services agreement with what it
deems to be the most qualified company.
2 - ANTICIPATED SCOPE OF WORK
After being selected, the Professional Service Provider will execute a services agreement with the City to
provide the scope of work set forth below. The Professional Service Provider and the City shall negotiate
the exact scope of work after the selection.
2.1 Background
Recent testing of the City of Kalispell's Public Water Supply identified the presence of Per- and
Polyfluoroa@I (PFASs) in two of the groundwater source wells. The Kalispell Grandview Wells tested
at 6.6 parts per trillion (ppt) for PFOS and for PFHxS at 5 ppt. The Armory Well, another City public
water supply groundwater well, tested for PFHxS at three different occasions at levels between 2.7 and
Page 1 of 6
3.6 ppt and PFOS on two occasions at 2.6 and 3.3 ppt. EPA has identified PFASs as emerging
contaminants that pose a threat to human health and these chemicals are known to last in the environment
for thousands of years.
The City of Kalispell anticipates addressing the PFAS chemicals found in the water supply with the
construction of two new water source wells to either replace the existing exposed wells or treat to the
proposed drinking water levels via blending or onsite treatment.
The City requires professional services for the evaluation, planning, design, and construction of water
improvements including two new wells and transmission mains in the City's upper and lower pressure
zones. The planning, design, and construction for the water system improvements will require utilization
of the updated Facility Plan, modeling; analysis for the optimum location and operation; water right;
possible easements and land acquisition; topographic, and utility surveys; submittals to governmental
agencies; design of the water production facility and transmission mains meeting public agency standards;
and the engineering oversight during construction.
Funding for the professional and construction expenses of this project will come from the emerging
contaminated State Revolving Fund (SRF), which includes both forgivable loans and grants managed by
DNRC and DEQ. The City has recently submitted the application for these funds to the State but has yet
to receive official confirmation of the award. The funding of professional service contracts is contingent
upon the City securing the forgivable loan and grant funding.
2.2 Required Scope of Services
The preliminary scope of work involved for this project is outlined in the sections below. Additional
tasks and work elements may be added during contract negations. It is also possible that tasks or
elements could be deleted through contract negotiations. The consultant may recommend the
addition/removal of tasks, or modification of tasks, in describing their particular understanding and
approach for the project.
2.2.1 Common Tasks
1. Utilize and build upon the existing and updated information provided initially in the 2018 Water
Facility Plan.
2. Collect and review data available within the City's Public Works Department.
3. Participate in City Council work sessions and public informational meetings as deemed
necessary by the City.
4. Review funding strategies and perform tasks associated with grants and procuring State
Revolving Fund loans as deemed necessary by the City.
5. Support and aid in developing City's strategy to manage emerging contaminate exposure and
meet the future PFAS primary drinking water rules.
2.2.2 Source Wells and Emerging Contaminant Response Strategy:
The City anticipates the construction and connection of two new Municipal wells and water main
Page 2 of 6
extension to the Kalispell Public Water Supply in both the upper and lower water pressure zones.
1. Perform preliminary evaluation of new source well locations and options to replace existing
wells or provide treatment via blending water sources.
2. Identify land ownership and perform necessary land acquisitions for optimum location of the
improvements.
3. Perform a detailed engineering report, design, and cost estimate for the connection of a new
pump and water facility into Kalispell Public Water Supply (PWS).
4. Coordinate and implement all permitting and public/private agency requirements.
5. Coordinate preparation and perform all the necessary tasks to procure water rights and well
development.
6. Prepare engineering designs, SCADA control improvements, drawings, specifications, DEQ
submittals, and contract and bid documents.
7. Administer bids for construction, as required, including such items as preparations of bid
documents, pre -bid meetings, review of bids, and recommendation for award.
8. Manage project to ensure production well is turn -key ready for the City to operate.
9. Provide construction management services.
2.3 Estimated Project Timetable
1. Selection of Professional Service Provider - May 2024
2. Contract Negotiations and Award — May 2024
3. Commence Professional Services June of 2024. Design and bid documents completed by
December of 2025, advertise for bids in January of 2026, and construction starting in spring of
2026.
3 - STATEMENT OF QUALIFICATIONS SELECTION CRITERIA
3.1 The Professional Service Provider will be selected through a qualification -based selection process.
Firms interested in providing requested scope of services to the City of Kalispell must submit a Statement
of Qualifications (SOQ) that addresses the following evaluation criteria. Applicants are encouraged to
organize their submissions in such a way as to follow the general evaluation criteria listed below.
Information included within the SOQ may be used to evaluate your firm as part of any criteria regardless
of where that information is found within the SOQ. Information obtained from the SOQ and from any
other relevant source may be used in the evaluation and selection process.
3.2 Cover Letter (I-page)containing at a minimum: Company name, contact name, address, fax number,
and email address.
3.3 Qualifications Criteria
3.3.1 General Information
1. Description of company
Page 3 of 6
2. Lead firm's primary and secondary contact information
3. Legal company organization; organization chart with names
4. List of applicable Montana licenses
3.3.2 Relevant Company Experience (30 points)
Describe the firm's experience with similar new well facilities and transmission mains projects. For
each project provide the following information:
1. Project analysis and approach strategy to meet project goals.
2. Project design and construction costs if applicable (include data on change orders as a percent of
the original budget).
3. Ability to maintain and meet schedule established in a professional contract (include data on
proposed work completion dates and actual timeline achievements).
4. Key project staff members, (still with the firm and will be working on this project) and their
project role.
5. Statement of experience with the following:
a. Analysis of public water supply, sizing and design of similar water improvements for PWS
pump/well facilities and storage facilities.
b. Preliminary planning, modeling, design, optimum location determination and costs for
similar water improvement facilities.
c. SCADA control design and installation.
d. New water source water right applications, development, and procurement process.
e. Land and easement acquisition experience.
f. Coordination and implementation of permitting and public/private agency requirements
including Montana Department of Environmental Quality.
g. GPS Surveying and experience with drafting software including AutoCAD.
h. Construction management.
3.3.3 Company Qualifications (10 points)
1. Describe the company's history in the industry.
a. Provide resumes of key personnel in Appendix A.
2. Briefly describe certifications and license held by the company in the state of Montana.
3. List and briefly describe the professional services the company provides to 3-5 other
jurisdictions and the length of time the services have been provided.
4. A minimum of three referrals and references from other municipalities or local governments.
3.3.4 Contract Understanding and Approach (25 points)
Describe your understanding of the current needs of the City of Kalispell for the professional
services being requested.
Page 4 of 6
2. Identify and discuss any potential difficult issues your company may face in providing
services for the City of Kalispell.
3. Identify and discuss methods to mitigate these difficulties.
3.3.5 Approach to Contract Management (25 points)
1. Present a brief description of how the firm intends to organize and conduct the project.
2. Describe your company's approach in initiating and establishing the service that meet the
needs and requirements of the City.
3. Provide a narrative outlining a proposed scope of work that includes description of each task
and work product, and a concise explanation of the firm's approach to accomplishing the
tasks.
4. Describe a proposed time schedule of work with key milestones and product deliveries.
3.3.6 Other Factors (10 points)
1. Provide the firm's record of commitment to schedule as demonstrated on past projects.
2. Current contracts and ability to proceed promptly.
3. Relevant factors impacting the quality and value of service.
4. Firm's record of commitment to professional service budgets as demonstrated on past
proj ects.
4 - SUBMITTAL REQUIREMENTS
4.1 The SOQ shall include a one -page cover letter plus a maximum of twenty (20) pages to address the
SOQ criteria specified in Section 3 (excluding resumes). Table of Contents and section divider pages do
not count towards the total page count.
4.2 Six copies of the Statement of Qualifications must be submitted to the City Clerk at 201 First Avenue
(PO Box 1997, 59903), East, Kalispell, Montana, by 5:00 p.m. local time, April 19, 2024.
4.3 Failure to comply with the following criteria may be grounds for disqualification:
1. Receipt of submittal by the specified cut-off date and time.
2. The number of originals and/or copies of the submittal specified.
3. Adherence to maximum page requirements.
4.4 Adherence to the maximum page criteria is critical; each page side (maximum 8 1/2" x 11") with
criteria information will be counted. Pages that have photos, charts and graphs will be counted towards
the maximum number of pages.
4.5 Faxed materials will not be considered.
5 - SELECTION PROCESS AND SCHEDULE
5.1 A Project Evaluation Committee will evaluate each Statement of Qualifications (SOQ) according to
Page 5 of 6
the above criteria, as well as past performance evaluations, and select up to three finalists that will be
Short Listed for the contract. The Evaluation Committee will evaluate the Short List and select the top
qualified firm. If more information is required to select the top qualified firm, the Short List firms will
meet with the Project Evaluation Committee for interviews. The purpose of the interview will be to
expand on the information provided in the SOQ, not to repeat information already provided. Those firms
selected for the Short List will be provided additional instructions by the City. Those firms not selected
for further consideration will be notified.
5.2 The following tentative schedule has been prepared for evaluation of the SOQs. Firms interested in
this project must be available on the interview meeting date.
SOQ due: April 19, 2024, at 5:00 p.m.
Firms notified for interview: TBD
Interviews: TBD
5.3 Following the evaluation and interviews (if needed), the Project Evaluation Committee will determine
a ranking for each Short List firm based on the published criteria in 3.3 of this RFQ. Consideration will
be given to both the written Statement of Qualifications and any oral presentations or interviews. No other
factors or criteria will be used in the qualification ranking.
5.4 The highest ranked firm will be recommended to the City Manager and City Council for contract
award.
5.5 Requests for debriefings or selection decisions shall be made in writing to the City. All information
submitted by firms and related Project Evaluation Committee evaluations and rankings shall be considered
confidential until after contract execution and award by the City Council.
5.6 The City will enter into negotiations with the selected firm and execute a contract upon completion of
negotiations for the professional services for City Council approval. Contract negotiations will include,
but not necessarily be limited to the following elements: scope of work, project timetable, products of
work, and fees. If the City is unsuccessful in negotiating a contract with the highest ranked team, the City
may then negotiate with the second or third highest ranked team until a contract is executed. If the list of
preferred design firms is exhausted without a contract being awarded, the City may decide to terminate
the selection process or re -advertise.
5.7 The City will not reimburse any cost associated with the preparation, submittal, or presentation of any
Statement of Qualification. Consultant design firms are advised that in accordance with Montana law, any
information submitted may be subject to public inspection. Firms are further advised that, while the City
is constrained by budget for this work, the City does not consider cost proposals or estimates of fees in its
evaluation of qualifications.
Publication Dates: March 31, 2024
April 7, 2024
Page 6 of 6