Intersection Improvements at 13th Street & 18th Street & Airport RoadCITY OF KALISPELL
REQUEST FOR QUALIFICATIONS
INTERSECTION IMPROVEMENTS AT 13" STREET & AIRPORT ROAD
&
INTERSECTION IMPROVEMENTS AT 18" STREET & AIRPORT ROAD
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 provide professional engineering services for
completion of intersection improvements at 13t' Street & Airport Road and intersection improvements at
18t' Street & Airport Road.
12 The Statement of Qualifications (SOQ) must be received by the City Clerk at 201 First Avenue
East, Kalispell, Montana, by 5:00 p.m. local time, December 7, 2017.
13 Questions pertaining to the selection process should be directed to Katharine Thompson, Assistant
Director of Community and Economic Development, at 758-7713 or kt�son k, alispell.com.
14 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.
15 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 be held at 201 First Avenue East, Kalispell, MT on
November 27, 2017 at 3 p.m. City staff will discuss the scope of work, general contract issues, and
respond to questions from the attendees. Because staff will not be available to respond to individual
inquiries regarding the project scope outside of this pre -submittal conference, attendance at this pre -
submittal conference is highly recommended.
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 - Services Requested
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.
Page 1 of 5
2.1 Provide pre -design services including defining project scope, identifying design alternatives,
preparing preliminary cost estimates, preliminary layouts, utility conflict identification, and
preliminary right-of-way analysis.
2.2 Provide a Traffic Analysis for the intersections which incorporates all of the recently approved
developments in the area along with current traffic counts. The TIS shall include a warrant analysis
for the intersections, confirm traffic projections and recommend improvements to meet the corridor
needs for a 20-year design period. This task will include presentation of the recommended alternative
to the City Council for review and approval prior to initiating the design phase.
2.3 Provide an operational analysis of the intersections. Make recommendations and design any
improvements to the intersections that will improve operational efficiencies.
2.4 Provide complete analysis, design and construction management services for the completion of the
intersection improvements. Services shall include but not limited to surveying, geotechnical, electrical
and transportation to complete all geometric improvements, signalization installation, lighting,
signing, striping, storm drainage, utility extensions or relocations and all other improvements
necessary to complete the corridors.
2.5 Provide project bidding and award assistance.
2.6 Estimated Project Timetable
1. Selection of Professional Service Provider — December 2017
2. Contract Award and Negotiations — January 2018
3. Provide a Traffic Impact Study (TIS) for the intersections — March 2018.
4. Provide an operational analysis of the intersections —April 2018.
5. Evaluate design alternatives for intersection improvements — May of 2018.
6. Provide complete design and construction management services for the completion of the
improvements — June 2018.
7. Provide project bidding and award assistance — June 2018.
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
Page 2 of 5
3.3.1 General Information
1. Description of company
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 projects. For each project provide the following information:
1. Intersection improvements project design and/or construction costs if applicable (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.
4. Statement of experience with the following:
i. Traffic Analysis and warrant studies.
ii. Operational Analysis of intersections.
iii. Intersection and Urban Street Improvements design
iv. GPS Surveying and experience with drafting software including AutoCAD.
v. Bidding Administration and Assistance.
vi. Construction management.
3.3.3 Company Qualifications (10 points)
1. Describe the company's history in the industry. 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. Three to five referrals and references from the last six other municipalities or local
governments for which work was performed.
3.3.4 Contract Understanding and Approach (25 points)
1. Describe your understanding of the current needs of the City of Kalispell for the professional
services being requested.
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.
Page 3 of 5
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
projects.
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 East, Kalispell, Montana, by 5:00 p.m. local time, December 7, 2017.
4.3 Failure to comply with the following criteria may be grounds for disqualification:
1. Receipt of submittal past 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
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 this project. Firms interested in this project
must be available on the interview meeting date.
Page 4 of 5
Pre -submittal conference: November 27, 2017 at 3 p.m.
First Floor Conference Room -Kalispell City Hall
SOQ due: December 7, 2017 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: November 12, 2017
November 26, 2017
Page 5 of 5