Loading...
Regional Stormwater Management West Kalispell Request for QualificationsCITY OF KALISPELL REQUEST FOR QUALIFICATIONS KALISPELL REGIONAL STORMWATER MANAGEMENT 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 and design services for the Kalispell Regional Stormwater Management Project(s). 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, January 8, 2018. 1.3 Questions pertaining to the RFQ or selection process should be directed to Susie Turner, Public Works Director, at 758-7852 or sturner@kalispell.com. Other Public Works staff will not be available to respond to individual inquiries regarding the project scope. 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 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. 2.1 Regional Stormwater Management Kalispell Background and Description The City of Kalispell 2008 Stormwater Facility Plan Update identifies a need to provide regional stormwater facilities and large conveyance pipes to serve the demands of future growth in Kalispell. Exhibit A provides excerpts from the facility plan identifying the areas of concern and considerations for new stormwater facilities to mitigate flooding and promote conveyance in response to development in Kalispell. Construction of portions of the new facilities may be in coordination with the subdivision developments. Page 1 of 8 The planning and design for the project(s) will require; 1. Coordination with MDT and property developers; 2. Highway crossings; 3. Easements and possible land acquisition; 4. Stormwater system modeling, hydraulic analysis, and design; 5. Property, topographic, and utility surveys; and 6. Submittals to governmental permitting agencies. 2.2 Required Services The services to be provided for this project shall include, but are not necessarily limited to: 1. Detailed engineering report containing analytical, technical and economic assessments related to the optimum location, type, size, facilities, and estimated cost of the stormwater conveyance and facilities. 2. Identify land ownership and perform necessary land acquisitions for optimum location of the stormwater facilities. 3. Coordination and implementation of all permitting and public/private agency requirements. 4. Stormwater modeling of existing system and proposed system to service the growth potential within the annexation boundary. 5. Prepare engineering designs, drawings, specifications, and construction documents as required for the construction as deemed necessary by the City. 6. Administer bids for construction, as required, including such items as preparations of bid documents, pre -bid meetings, review of bids, and recommendation for award. 7. Provide construction management as deemed necessary by the City. 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 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. Lead firm's primary and secondary contact information Page 2 of 8 c. Legal company organization; organization chart with names d. List of applicable Montana licenses 3.3.2 Relevant Company Experience (30 points) Describe the firm's experience with similar projects. For each project, provide the following information: 1. Project design and construction costs (include data on change orders as a percent of the original budget). 2. Ability to maintain and meet schedule established in a professional contract (include data on proposed work completion dates and actual timeline achievements). 3. Key project staff members still with the firm and their project role as it relates to services provided for project tasks. 4. Statement of experience with the following: i. Preliminary analysis, planning, stormwater modeling, design and cost for stormwater conveyance pipes and flood control facilities. ii. Easement and land acquisitions. iii. Coordination and implementation of permitting and public/private agency requirements. iv. GPS Surveying and experience with drafting software, including AutoCAD. v. Modeling, sizing and design of large stormwater conveyance and flood control facilities. vi. Construction management. 5. 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. 6. A minimum of three referrals and references from other municipalities or local governments. 3.3.3 Company Qualifications (20 points) a. Describe the company's history in the industry. Provide resumes of key personnel in Appendix A. b. Briefly describe certifications and licensure 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) Page 3 of 8 a. Present a brief description of how the firm intends to organize and conduct the proj ect. 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, a concise explanation of the firm's approach to accomplishing the tasks, and who will be performing to each task. d. Describe a proposed time schedule of work with key milestones and product deliveries. Firm's record of commitment to schedule as demonstrated on past projects. e. Applicant's capacity and intent to proceed without delay if selected for this contract. 3.3.6 Other Factors (10 points) a. Current contracts and ability to proceed promptly. b. Relevant factors impacting the quality and value of service. c. Firm's record of commitment to budget 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. 4.2 Six copies of the Statement of Qualifications must be submitted to the City Clerk at 201 First Avenue East, (PO Box 1997, 59903) Kalispell, Montana, by 5:00 p.m. local time, January 8, 2018. 4.3 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. 4.4 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 5-member Project Evaluation Committee will evaluate each Statement of Qualifications Page 4 of 8 (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, 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 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: January 8, 2018 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 fee in its evaluation of qualifications. Publication Dates: December 10, 2017 December 31, 2017 Page 5 of 8 Exhibit A Page 6 of 8 rd Fogori, �4 l 2d 11 DqiramagSlue Na%�rrq,,� 'K��spRH rfV Aare �O .9161"Mcmigm Page 7 of 8 i FRI, 4 4 a n Noirlh KshspaH SlUlay Area & mummi City of Xafispplil J&Ili MM�EJ U, LK Page 8 of 8