25-0917 RFQ Two Mile Drive Drainage Project Request for QualificationsPage 1 of 9
CITY OF KALISPELL
REQUEST FOR QUALIFICATIONS
ENGINEERING CONSULTANTS FOR KALISPELL TWO MILE DRIVE DRAINAGE
IMPROVEMENT 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 to perform analysis, design, and
construction inspection services for the Kalispell Two Mile Drive Drainage Improvement Project.
1.2 The Statement of Qualifications (SOQ) must be uploaded electronically via QuestCDN vBid
by 5:00pm Mountain Time, November 5, 2025.
1.3 Questions pertaining to the selection process should be directed to Susie Turner, Public Works
Director, at 406-758-7852 or sturner@kalispell.com or Keith Haskins, Deputy Public Works
Director, at 406-758-7727 or khaskins@kalispell.com. If applicable, answers to questions will be
posted in the Q&A for QuestCDN for all registered RFQ holders.
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 via QuestCDN.
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 The Service Firm 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 practice after selection.
2.1 Background
The City of Kalispell, Montana, invites qualified engineering firms to submit Statements of
Qualifications (SOQ) for professional engineering services for the design and construction
oversight of a HUD-funded Community Project (B-24-CP-MT-1307). The project involves
improvements to stormwater drainage, curb and gutter, sidewalk, and street reconstruction along
Two Mile Drive and Hawthorn Drive. The selected firm will provide comprehensive engineering
Page 2 of 9
services in compliance with U.S. Department of Housing and Urban Development (HUD)
regulations, including 2 CFR Part 200, and applicable federal, state, and local requirements.
This RFQ seeks to identify a qualified engineering firm with expertise in civil engineering,
stormwater management, and HUD-funded infrastructure projects to deliver high-quality design,
permitting, and construction administration services. The selected firm will provide
comprehensive engineering services, including survey, design, bidding support, construction
oversight, post-construction closeout, and grant administrative support, in compliance with HUD
regulations and 2.2 Required Services.
The project, funded through HUD Community Project Funding (B-24-CP-MT-1307), aims to
address deficiencies in stormwater drainage, enhance pedestrian accessibility, and improve street
infrastructure within a designated area of Kalispell. The project includes:
• Stormwater Drainage Improvements: Design and implementation of stormwater
management systems, including inlets, pipes, and other infrastructure, to mitigate
flooding and comply with City of Kalispell Standards for Design and Construction.
• Curb and Gutter Installation: Replacement or installation of curb and gutter systems to
improve drainage, extend street design life, and enhance aesthetics.
• Sidewalk Reconstruction/Installation: Upgrading and installing sidewalks to meet
Americans with Disabilities Act (ADA) standards and Public Rights-of-Way
Accessibility Guidelines (PROWAG), ensuring accessibility and safety.
• Street Reconstruction: Full or partial reconstruction of streets, including pavement
rehabilitation, base course improvements, lighting, signage, and traffic calming measures
as needed.
The project area will be finalized in collaboration with the selected firm. In general, the HUD-
CPF project area is defined as the Two Mile Drive corridor from North Meridian Road west to
approximately 150 feet west of Cooper Lane, and north on Hawthorn Avenue approximately 500
feet to Yellowstone Street.
Additionally, an alternate project funded through the Westside Tax Increment District will be
reviewed for design and construction support, as approved by City Council. This alternate
project consists of sidewalk improvements on Hawthorn Avenue from Yellowstone Street to
Three Mile Drive
2.2 Required Services:
The selected firm will provide professional engineering services for the project, including but not
limited to:
1. Documentation and administration of grant funding.
2. Surveying, analysis, and preparation of preliminary designs and cost estimates for
roadway, drainage, and sidewalk improvements within the project corridor.
Page 3 of 9
3. Coordination and compliance with all permitting requirements and applicable
public/private agency regulations.
4. Preparation of engineering designs, drawings, specifications, and construction documents
in accordance with ADA, HUD, and City of Kalispell Standards for Design and
Construction.
5. Bid phase services, including preparation of bid documents, conducting pre-bid meetings,
reviewing bids, and providing award recommendations. Ensure all bid documents comply
with grant requirements.
6. Construction management services, including preconstruction meetings, submittal
review, change order review, inspections, testing services, preparation of pay requests,
and certification of completed work.
7. Preparation of as-built drawings and final project documentation.
8. Follow-up inspections as required, including a one-year warranty inspection.
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 (1‐page) containing a minimum: Company name, contact name, address, fax
number and email address.
3.3 Qualifications Criteria
3.3.1 General Information
a. Description of company
b. Lead firm’s primary and secondary contact information
c. Legal company organization; organization chart with names
d. List of applicable Montana licenses
3.3.2 Relevant Company Experience (30 points)
Descriptions of at least three (3) similar projects completed within the last five years,
including:
a. Project scope (stormwater, sidewalk, street reconstruction, etc.).
b. Client name and contact information.
c. Budget, timeline, and role of the firm.
Page 4 of 9
d. Highlight experience with HUD-funded projects and 2 CFR Part 200 compliance.
e. A minimum of three referrals and references from other municipalities or local
governments.
3.3.3 Company Qualifications (20 points)
a. Identification of key personnel who will work on this project and their relevant
experience with similar projects.
b. Organization chart which clarifies roles in the project as well as hierarchy team.
c. Resumes of key personnel, including the project manager, lead engineer, and other
relevant staff, highlighting their experience with HUD or similar projects and
infrastructure design. Resumes should be provided in an appendix.
d. Briefly describe certifications and licensures held by the company in the state of
Montana.
3.3.4 Contract Understanding and Approach (20 points)
a. Describe your understanding of the current needs of the City of Kalispell for the
professional services being requested.
b. Identify and discuss any potential difficult issues your company may face in
providing services for the City of Kalispell.
c. Identify and discuss methods to mitigate these difficulties.
3.3.5 Approach to Contract Management (20 points)
a. Present a brief description of how the firm intends to organize and conduct the project.
b. Describe your company’s approach in initiating and establishing the service that meet
the needs and requirements of the City.
c. 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.
d. Describe a proposed time schedule of work with key milestones and product
deliveries.
3.3.6 Other Factors (10 points)
a. Current contracts and ability to proceed without delay if selected for this contract.
b. Relevant factors impacting the quality and value of service.
c. Firm’s record of commitment to budget as demonstrated on past projects.
d. Firm’s record of commitment to schedule as demonstrated on past projects.
4 ‐ SUBMITTAL REQUIREMENTS
4.1 The SOQ shall include a one‐page cover letter plus a maximum of fifteen (15) 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.
Page 5 of 9
4.2 The Statement of Qualifications must be uploaded electronically via QuestCDN vBid by
5:00pm Mountain Time, November 5, 2025.
4.3 Certifications: Signed certifications including:
1. Non-collusion affidavit.
2. Certification of compliance with federal debarment and suspension regulations.
3. Acknowledgment of HUD contract provisions.
4.4 Failure to comply with the following criteria may be grounds for disqualifications:
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. Receipt of signed certifications.
4.5 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.
4.6 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 the above criteria, as well as past performance evaluations. The Evaluation
Committee will evaluate and select the top qualified firm. If more information is required to select
the top qualified firm, a Short List of 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 instruction by the City. Those firms not selected for further consideration will
be notified.
5.2 The following tentative schedule has been prepared for this project. Firms interested in this
project must be available on the interview meeting date.
SOQ due: November 5, 2025 at 5:00 p.m.
Firms notified for interview: TBD
Interviews: TBD
5.3 Following the evaluation and, if needed interviews, the Project Evaluation Committee will
determine a ranking for each 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
Page 6 of 9
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 and HUD Grant
approvals. Contract negotiations will include but are not necessarily 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-advertised.
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 fee in its evaluation of qualifications.
5.8 Attachments
• Attachment A: Non-Collusion Affidavit
• Attachment B: Certification of Non-Debarment
• Attachment C: HUD Contract Provisions Acknowledgement
Publication Dates:
October 5, 2025
October 12, 2025
Attachment A: Non-Collusion Affidavit
STATE OF MONTANA
COUNTY OF FLATHEAD
I, [Name of Affiant], being duly sworn, depose and state:
1. I am the [Title/Position] of [Firm Name], the entity submitting a Statement of
Qualifications (SOQ) in response to the City of Kalispell’s Request for Qualifications
(RFQ) for Professional Engineering Services for the Two Mile Drive Drainage
Improvement Project (B-24-CP-MT-1307).
2. The SOQ submitted by [Firm Name] is genuine and not collusive or a sham.
3. I have not, directly or indirectly, entered into any agreement, participated in any
collusion, or otherwise taken any action in restraint of free competitive bidding in
connection with this RFQ.
4. All statements contained in the SOQ are true and correct to the best of my knowledge and
belief.
Signature: _____________________________
Name: [Name of Affiant]
Title: [Title/Position]
Date: _____________________________
Subscribed and sworn to before me this ____ day of _______________, 2025.
Notary Public: _____________________________
My Commission Expires: _____________________________
Attachment B: Certification of Non-Debarment
[Firm Name] hereby certifies that:
1. Neither [Firm Name] nor any of its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in
this contract by any federal department or agency.
2. [Firm Name] is not listed on the System for Award Management (SAM) Exclusions List
or any other federal or state debarment list.
3. [Firm Name] will immediately notify the City of Kalispell if its status changes during the
course of the project.
Signature: _____________________________
Name: [Name of Signatory]
Title: [Title/Position]
Date: _____________________________
Page 9 of 9
Attachment C: HUD Contract Provisions
The undersigned, having been duly authorized to bind the firm identified below, hereby certifies
and acknowledges that any contract awarded under this procurement shall include and be subject
to all applicable federal requirements, including but not limited to:
• The Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards (2 CFR Part 200), including procurement standards (2 CFR 200.317–
200.327) and the contract provisions required by 2 CFR 200.327 and Appendix II.
• HUD-specific requirements contained in the FY2024 CPF Grant Agreement No. B-24-CP-
MT-1307, including conflict of interest (Appendix 6), Section 3 (24 CFR Part 75), Build
America, Buy America (41 U.S.C. 8301 note), civil rights and fair housing (24 CFR Part 5,
Subpart A), lobbying restrictions (31 U.S.C. 1352; 24 CFR Part 87), and drug-free workplace
(2 CFR Part 2429).
• The governmentwide debarment and suspension regulations (2 CFR Part 180, as
supplemented by 2 CFR Part 2424).
• Any other federal requirements incorporated by reference in the Grant Agreement or
otherwise applicable under law.
Acknowledgment
By signing below, the undersigned certifies that the firm has reviewed and agrees to comply with
all applicable HUD and federal contract provisions as listed above and as may be further
incorporated into the contract documents.
Firm Name: ________________________________________
Authorized Representative (Print): _______________________
Title: ______________________________________________
Signature: __________________________________________
Date: ______________________________________________