Loading...
Kalispell Fermenter Rehab Request for QualificationsPage 1 of 6 CITY OF KALISPELL REQUEST FOR QUALIFICATIONS ENGINEERING CONSULTANTS FOR KALISPELL WWTP FERMENTER REHABILIATION 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 and design services for the Kalispell Wastewater Treatment Plant Fermenter Rehabilitation Project. 1.2 The Statement of Qualifications (SOQ) must be received by the City Clerk at 201 First Avenue East (PO Box 1997, Kalispell, MT 59903), Kalispell, Montana 59901, by 5:00 p.m. local time, April 29, 2021. 1.3 Questions pertaining to the selection process should be directed to Susie Turner, Public Works Director, at sturner@kalispell.com and Aaron Losing, Wastewater Treatment Plant Manager, at alosing@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 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. Page 2 of 6 2.1 Background and Existing Fermenter The existing fermenter was constructed during the 2007-2008 Phase 1 Improvements Project. Following initial construction, the one-year warranty inspection revealed the coatings on the concrete were delaminating. The coatings were removed and completely re-applied after the one-year warranty inspection. The City wished to ascertain the condition of the structural and mechanical components of the fermenter after over a decade of nearly continuous operation. A condition assessment of the structure was performed in July 2020. The fermenter was emptied and cleaned prior to the inspection. The condition assessment evaluated the fermenter concrete, concrete coatings, piping, hardware, equipment, launder, ventilation system, and access points. The initial assessment of the fermenter yielded some insight into the condition of structure and equipment, but further assessment is required to determine a final rehabilitation scope. Areas of contaminated concrete were discovered as well as section loss of interior steel components. Several testing procedures and a follow-up assessment are required to better understand the condition of the structural components of the fermenter and devise a final rehabilitation strategy. 2.2 Required Services The services to be provided for this project shall include, but are not necessarily limited to: 1. Inspect, analyze, and evaluate the structural and mechanical performance of the contaminated concrete in the fermenter including the walls, floor, and launder. 2. Inspect, analyze, and evaluate the status of existing metal structure and metal protective coating in the fermenter. Perform thickness readings on metal components to determine extent of section loss. 3. Coordinate with local concrete companies to collect several concrete core samples from within the structure. 4. Coordinate with certified laboratories to have samples analyzed for pH, carbonation levels, chloride concentration, and compressive strength. 5. Collect samples from the surface of contaminated concrete for forensic analysis. Coordinate with certified laboratories to have samples analyzed for iron content and Energy Dispersive Spectroscopy. 6. Prepare a technical report of investigations, findings, cost estimates, and recommendations. Report to include development of alternatives for repairs and/or replacement of concrete and metal components. 7. Prepare engineering designs, drawings, specifications and construction documents as required for the repairs and replacements as deemed necessary by the City. 8. Administer bids for repairs and replacements, as required, including such items as preparations of bid documents, pre-bid meetings, review of bids, and recommendation for award. 9. Provide construction management for repair and replacement operations including, but not necessarily limited to a preconstruction meeting, inspection, testing service, preparation of pay requests and certifications of completed work. 10. Provide follow up inspection(s), as required, such as a one-year warranty inspection. Page 3 of 6 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) a. 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. Key project staff members still with the firm and their project role. 3. Statement of experience with the following: i. Kalispell’s plant operations and treatment process. ii. Performance analysis and design of mechanical systems associated with the rehabilitation of fermenters or similar wastewater treatment facility components. iii. Performance analysis of concrete and metal structures associated with the rehabilitation of fermenters or similar wastewater treatment facility components. iv. Performance analysis, selection, specification, and application of protective coating for concrete and metal associated with the rehabilitation of fermenters or similar wastewater treatment facility components. v. Rehabilitation design and construction management of fermenters or similar wastewater treatment facilities. 4. List and briefly describe the professional services the company provides to 3- Page 4 of 6 5 other jurisdictions and the length of time the services have been provided. 5. A minimum of three referrals and references from other municipalities or local governments. 3.3.3 Company Qualifications (10 points) a. Describe the firm’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 (30 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 ten (10) 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 Five (5) hard copies of the Statement of Qualifications must be submitted to the City Clerk at 201 First Avenue East, (PO Box 1997, Kalispell, MT 59903), Kalispell, Montana 59901, by 5:00 p.m. local time, April 29, 2021. Page 5 of 6 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 (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: April 29, 2021 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 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 Co uncil 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, Page 6 of 6 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. Publication Dates: March 14, 2021 April 18, 2021