Loading...
Architectural & Engineering Design Services for a New Central Garage Shop and Solid Waste Equipment Storage Building REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL & ENGINEERING DESIGN SERVICES FOR A NEW CENTRAL GARAGE SHOP AND SOLID WASTE EQUIPMENT STORAGE BUILDING FOR THE CITY OF KALISPELL INFORMATION AND INSTRUCTIONS TO SUBMITTERS 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 service provider to provide Architectural and Engineering design services to the City of Kalispell. 1.2 The SOQ must be uploaded electronically via QuestCDN vBid by 5:00pm Mountain Time, January 16, 2026. 1.3 Questions pertaining to the Request for Qualifications (RFQ) should be directed to Susie Turner, Director of Public Works, at 406-758-7852 or sturner@kalispell.com or via the QuestCDN Q&A forum. 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 contract will be held at 201 First Avenue East, Kalispell, MT on January 6, 2026 at 2pm. City staff will discuss the scope of work, general contract issues, and respond to questions from the attendees. 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 practice after selection. Page I 1 The City of Kalispell is planning to site, design, and build two new buildings as described below. The project includes site improvements for utility support, drainage, and final surfacing. 1. New Central Garage Shop to facilitate maintenance, services and repairs of City fleet and equipment. • 150' x 90' = 13,500 sf Welding bay, light duty bay (PM services), cold storage for tires, 2-3 working shop bays, need two lifts (repurposed from existing central garage), parts tool room, oil room, one office, break room, and equipment storage. Ceiling and door heights must be sufficient to allow staff to work on all of the city's fleet inside. 2. New Solid Waste Equipment Storage Building • 5,000 sf- 100' x 50' • Heated storage for 4 solid waste trucks. • 14' x 14' garage doors No utilities (water or sewer), no office There are two potential options for location of the facilities. The first option is to construct the two new buildings upon the westerly portion of the city complex. The graphic provides a high-level proposal for the location of the buildings in the complex I l ! f i t ti ; u r F N� i f hr � t / Page 2 The second option is to locate the Central Garage Facility within the Westside Tax Increment District (WTIF). This type of facility is eligible for WTIF funding support, and with Council direction, there is an opportunity to construct it within the district. The Solid Waste building, however, would still be planned for the westerly portion of the City complex. The successful design team will provide complete design services which may include property procurement, programming, schematic design, survey, design development, construction documents, bidding, and construction administration services. The design team will provide architectural, civil, structural, mechanical, electrical plumbing utility, and fire protection services. Property Procurement: Depending on the final selection of the location for the Central Garage, assistance may be required for the purchase of property. Programming_ The consultant will assist and work with the Owner and their stakeholders to determine the scope of work, the program, the function, size, site requirements, zoning, budget, and schedule of operations. Schematic Design: The design team will develop a conceptual design based on the approved program. The consultant will begin to refine the budget and schedule. Design Development: Once the Owner approves the Schematic Design, the consultant will develop design drawings, 35% estimates, preliminary specifications, and preliminary drawings. They will also work with the Owner to verify the schedule and budget. Construction Documents: Once the Owner has approved the Design Development submittal, the consultant will complete all construction documents, specifications, 65 & 95% estimates and required contract information in preparation for public bidding. An alt Bidding Phase: The consultant will assist the Owner with the public bidding of the contract documents, preparing contract information for the Owner to execute a contract agreement with the successful General Contractor. The consultant will also prepare documents for permitting of the project. Construction Administration: During the construction phase, the consultant and the design team will perform periodic inspections; conduct regular progress meetings with the Owner and the Contractor; review submittals, RFI's, pay requests, and change orders; project completion activities; and other administrative duties to ensure that the terms of the contract documents are being adhered to. Anticipated Schedule: • Consultant Selection: January 2026 • Design Complete: December 2026 • Construction: Summer 2027 Page 13 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 the 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 a. Description of company b. Legal company organization; organization chart with names c. List of applicable Montana licenses 3.3.2 Relevant Company Experience (20 points) a. Applicant's overall reputation, service capabilities, and quality as it relates to this service agreement. b. List and briefly describe the professional services the company provided to 3 other municipalities or local government agency for similar projects, along with referrals and references. c. List and briefly describe the professional services the company has performed under the General Contractor Construction Manager (GCCM) alternative project delivery method, including relevant project experience d. List and describe any litigation; arbitration; claims filed by your firm against any other jurisdiction as a result of a contract dispute; any contract or negligence claims filed against your company; premature termination from a services agreement. 3.3.3 Company Qualifications (20 points) a. Describe the company's history in the industry. Provide resumes of key personnel in Appendix A, that will be working on the project. b. 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 Page 4 providing services within Flathead County. c. Identify and discuss methods to mitigate these difficulties. 3.3.5 Approach to Contract Management(20 points) a. Describe your company's approach in initiating and establishing the service that meets the needs and requirements of the City. b. Describe systems used for planning, scheduling, estimating and managing manpower requirements. 3.3.6 Other Factors (20 points) a. Provide current contracts and availability to proceed without delay if selected for this contract. 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. 4.2 The Statement of Qualifications must be submitted electronically in PDF file format via Quest vBid prior to the deadline provided in Section 1 General Information. 4.3 Failure to comply with the following criteria may be grounds for disqualifications: • Receipt of submittal prior to the specified cut-off date and time. • Submittal in the correct file format. • Adequate consultant qualifications • Adherence to maximum page requirements. • Relevant experience 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, 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, a short list of firms will meet with the Project Evaluation Committee for interviews. The purpose of the interview (if required)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 Page 15 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. Pre-submittal conference: [January 6, 2026] SOQs due: January 16, 2026] Firms notified for interview: [TBD] Interviews: [TBD] 5.3 The highest ranked firm will be recommended to the City Manager and City Council for contract award. 5.4 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. 5.5 The City will enter negotiations with the selected firm and execute a contract upon completion of negotiations for the professional services for City Council approval_ 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 or may decide to terminate the selection process. Page 16