Loading...
RFQ Buffalo Hill Golf Course Stillwater Bridge Repair ProjectPage 1 of 6 CITY OF KALISPELL REQUEST FOR QUALIFICATIONS ENGINEERING CONSULTANT FOR BUFFALO HILLS GOLF COURSE STILLWATER BRIDGE REPAIR 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 services for the Buffalo Hill Golf Club (BHGC) Stillwater Bridge Repair 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, November 15, 2022. 1.3 Questions pertaining to the selection process should be directed to Steve Dunfee, General Manager Buffalo Hill Golf Club, at steved@golfbuffalohill.com and Russ Grover Golf Course Superintendent, at russg@golfbuffalohill.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 BHGC in coordination with the City of Kalispell are seeking professional services to evaluate, design and provide construction management for the repair of an existing bridge crossing the Stillwater River located within the golf course. Multiple utility piping and electrical conduits are attached in various locations to the bridge structure. The existing bridge was originally built by E.F. Matelich Construction around December of 1975. The superstructure consisted of two prestressed concrete bulb-tee beams as supplied by Central Pre-Mix in Spokane, WA. The bridge tee beams have a pre-cast wall at each end to provide support to the approach soil/angular rock backfill. The substructure was driven timber piles approximately thirty feet in length with four timber piles per abutment. A treated timber pile cap (dimensions 12”x12”x16’-0”) supported the bridge. In the early 2000’s it was determined that the treated timber piles on the bridge had severe decay in the exposed zone, and an auxiliary support system was designed and installed in 2006. The auxiliary support system consisted of the installation of two steel ‘H’ piling (HP 12 X 53) at each end of the bridge. The ‘H’ piling was placed twelve-eighteen inches exterior to the bridge overhang and forty-eight inches streamside of the timber piling, and a steel piling cap (W 24 X 76) with bridge beam bearing pads was placed to support the existing bridge structure. See attached plan set. In 2022, the Stillwater River rose to flood levels and due to the rise in water, the material surrounding the bridge abutments began to washout and sink holes were formed at the bridge/abutment transition points. BHGC in conjunction with the City of Kalispell, applied for FEMA assistance to help repair damages to the bridge and abutments. A preliminary FEMA damage assessment included the following notes on the bridge facility: North Side: • Surface: 0.037 CY of asphalt, 24 IN long x 24 IN wide x 3 IN deep, flooding caused Stillwater River to rise high causing puncture in wooden headwall which caused material to undermine, eroding, and washout. • Base: 0.0741 CY of crushed gravel, 24 IN long x 24 IN wide x 6 IN deep, flooding caused Stillwater River to rise high causing puncture in wooden headwall which caused material to undermine, erode, and washout. • Sub-base: 1.1852 CY of road base dirt, 24 IN long x 24 IN wide x 8 FT deep, flooding caused Stillwater River to rise high causing puncture in wooden headwall which caused material to undermine, erode, and washout. • Abutment: 2.3704 CY of river rock, 3 FT long x 32 IN wide x 8 FT deep, flooding caused Stillwater River to rise high causing puncture in in wooden headwall which caused river rock material to undermine, erode, and washout. • Embankment: 12 CY of 20-pound rip-rap, 15 FT long x 7 FT wide x 3 FT deep, flooding caused Stillwater River to rise high causing material to undermine and erode. South Side: • Embankment: 12 CY of 20-pound rip-rap, 15 FT long x 7 FT wide x 3 FT deep, flooding caused Stillwater River to rise high causing material to undermine, erode, and washout. Page 3 of 6 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 performance of the bridge and its key components; including the abutments, tee-bulbs, timbers, concrete, and any other structural components. 2. Inspect, analyze, and evaluate the status of existing soil and embankment around the bridge structure. Determine the extent of damage. 3. Prepare a technical report of investigations, findings, recommendations for repairs, and cost estimates. The Report will include a list of alternatives for repairs and/or replacement of any bridge components and or surrounding soil and embankment. 4. Prepare engineering designs, drawings, specifications, and construction documents as required for the repairs and replacements as deemed necessary by the City, for the intended use of the bridge. 5. Prepare and acquire all necessary permits required by FEMA for work that may include work in the flood plain, impacts to endangered or protected species, historical preservation, and any other requirements needed for the FEMA reimbursement process. 6. 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. 7. 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. 8. Provide follow up inspection(s), as required, such as 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 Page 4 of 6 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. Experience with Federal, State, County, or Municipal bridge design and rehabilitation. ii. Experience working with Federal and State organizations specifically FEMA or any other organization dealing with projects of this scale. iii. Performance analysis of concrete, metal, and timber structures associated with the rehabilitation of bridges and bridge abutments. iv. Rehabilitation design and construction management of bridges or similar structures. v. Experience working with multiple Federal or State environmental agencies and regulations on large scale projects. vi. Permitting experience relevant to performing similar work within and adjacent to a large waterway. 4. 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. 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. Page 5 of 6 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, November 15, 2022. 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 Page 6 of 6 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: November 15, 2022at 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 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-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: October 16, 2022 October 30, 2022