REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOUR CORNERS COUNTY WATER & SEWER DISTRICT BOZEMAN, MONTANA RFQ#

Similar documents
BAKER LAKE WATER REMOVAL, DEBRIS REMOVAL AND RESTORATION PROJECT FALLON COUNTY, MONTANA REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

Request for Qualifications

REQUEST FOR PROPOSALS

Request for Qualifications (RFQ)

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR STORMWATER ANALYSIS & DESIGN. March 24 th, 2019 RFQ

City of Hood River REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS For City Engineering Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ

WEST VALLEY SANITATION DISTRICT

Request for Proposal General Ledger Software

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

Town of West Yellowstone

REQUEST FOR PROPOSAL Compensation Consulting

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

Cloud Based PBX System and Hardware

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS

Request for Proposal

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Request for Quotation (RFQ) RFQ Passenger Van

INDIAN WELLS VALLEY WATER DISTRICT REQUEST FOR PROPOSAL WATER RATE STUDY

Telemetry Upgrade Project: Phase-3

BRIGHAM CITY CORPORATION REQUEST FOR PROPOSAL

OFFICE OF THE SUMMIT COUNTY SHERIFF

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

MIDDLESEX COUNTY UTILITIES AUTHORITY

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER LINES

Request for Quotation RFQ Fitness Equipment

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

LEGAL SERVICES RFP # AUGUST 13, 2018

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 27-11

PHASE 1 STAFF FACILITIES LOCKER ROOM

REQUEST FOR QUALIFICATIONS

1033 Fifth Street Clovis, CA (559)

Request For Proposal (RFP) for

REQUEST FOR QUALIFICATIONS (RFQ) FOR RISK MANAGEMENT CONSULTANT

Town of Manchester, Connecticut General Services Department. Request for Proposal

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

ENGLEWOOD WATER DISTRICT REQUEST FOR PROPOSALS INDEPENDENT AUDIT SERVICES RFP No

INVITATION TO BID (ITB)

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

City of Northville, Michigan Request for Proposal Investment Management Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Union County. Request for Proposals # Employee Survey Services

Request for Proposal ACCOUNTING SERVICES BOROUGH OF BRIDGEPORT

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Issued: October 3, 2016 Proposals Due: November 28, 2016

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

West Ridge Park Ballfield Light Pole Structural Assessment

Request for Qualifications

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request For Qualifications Construction Management at Risk

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

CITY OF ROMULUS CHAPTER 39: PURCHASING

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Service Providers for Agency Marketing and Outreach Campaigns

City of Beverly Hills Beverly Hills, CA

CITY OF ALAMOSA 300 HUNT AVE ALAMOSA, CO 81101

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

Request for Quote RFQ# Date: 02/01/2017

REQUEST FOR QUALIFICATIONS/PROPOSAL

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

Transcription:

495 Quail Run Road, Bozeman, MT 59718 (406) 585-4166, admin@fcwsd.org REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOUR CORNERS COUNTY WATER & SEWER DISTRICT BOZEMAN, MONTANA RFQ# 2017-01 The Four Corners County Water & Sewer District ("District") is soliciting Requests for Qualifications ("RFQs") from interested and qualified consulting engineering firms to perform professional engineering services for the District. PURPOSE The purpose of the RFQ is to obtain information about consulting engineering firms interested in providing engineering services for improvements and expansion of District public water and wastewater systems. The RFQs will be used by the District to evaluate each firm that responds using the selection criteria outlined below. BACKGROUND The Four Corners County Water & Sewer District currently encompasses 18 square miles of residential and commercial development south of Belgrade and west of Bozeman, from the Gallatin Heights Subdivision to the north and south to the Elk Grove Subdivision (~6 miles). The east-west District dimension is ~3 miles wide, with the Galactic Park Subdivision / Gallatin River on the western boundary to Blackbull Subdivision and the new YMCA building on the eastern boundary. The District s website has several maps online to give you a perspective of the area served: www.fourcornerswatersewer.org/maps.html Services are currently provided to an estimated population of 3570 individuals through 1428 service connections (1140 in District Subdivisions/lots + 288 in the Elk Grove Subdivision). Gallatin Gateway s wastewater will be treated by the District s treatment system within a year as well (sewer pipeline is currently under construction). The District operates a 300,000 gpd wastewater treatment plant facility (oxidation ditch located at the Elk Grove Subdivision with discharge permit # MTX000110) and two public drinking water systems (Elk Grove PWS# MT0004248 and the Northstar Zoot PWS# MT0004284). In general, the drinking water system infrastructure includes miles of piping and appurtenances, multiple wells, 4 booster stations with chlorination systems, and 3 water storage tanks. A groundwater recharge system is also in use. The sewer collection system includes numerous lift stations and 4 permitted outfalls for disposal. A SCADA control/monitoring system is in place and used for both the wastewater treatment facilities and the drinking water treatment facilities. 20170503-FCWSD-RFQ-2017-01.DOCX Page 1 of 7

SECTION I: SCOPE OF SERVICES REQUESTED The District will direct the vendor to provide engineering assistance in two ways: 1. Task-Based Services 2. Miscellaneous General Services A brief description of each is provided below. Task-Based Services: The vendor may be directed to undertake specific projects for the District that have a finite scope of work, are larger in scale, or for any other reason the District wishes to assign the work on a task-basis to the vendor. In these cases, the assignment of work will follow the general process described below: 1. The District s General Manager (GM) or assigned operations staff will describe a task or need to the vendor for a specific project. 2. The vendor will prepare a proposal describing the scope of work the vendor will provide, a proposed fee, and an estimated project timeline. 3. District GM and operations team will review the vendor proposal. If appropriate, the proposal will be presented to the District Board of Directors (Board). 4. The GM/Board may choose to accept the proposal as is, reject the proposal, or negotiate a change of scope or fee with the vendor. 5. Once the proposal is accepted, the District will issue a task order (or work order) to the vendor to complete the project outlined in the proposal. 6. The vendor will track the task order with an independent project number separate from general service activities. 7. The District will assign task orders to the vendor as needed. The District will reserve the right to issue a general RFP for specific projects if they desire to have expanded competition, specialized expertise, or if the vendor elects to not accept a request for a specific work order. The District will maintain the necessary autonomy to ensure that the public interest is served the best. 8. The award of a contract to a vendor does not guarantee that the selected firm will be assigned any or all District projects. The District intends to undertake several projects over the next five-year period. These projects may include, but are not limited to the following: 1. Wastewater Treatment Plant Expansion 2. Rapid Infiltration Basin Generator System 3. Bore Under Jackrabbit Lane at Baxter Lane to Extend District Water/Sewer Services East 4. Conversion of Chlorination Systems from Calcium Hypochlorite to Sodium Hypochlorite 5. ph Control System for Sewer Mains 6. Digester Aeration Upgrades 7. Solids Handling Upgrades 8. Utility Rate Studies 9. Updating District Design Standards 10. Updating District Maps, As-Built Drawings, & Online System Maps (kmz files) 20170503-FCWSD-RFQ-2017-01.DOCX Page 2 of 7

Miscellaneous General Services: The District may require general engineering services from their vendor for miscellaneous day-to-day issues. For general service tasks, the vendor will provide basic services to the District on a time and materials basis unless other arrangements or agreements are made as dictated by the contract. This may include, but is not limited to the following: 1. Coordinate and work with District staff 2. Review plans and specifications for development in the District 3. Troubleshoot District facilities and make recommendations for improvements 4. Provide planning for District facilities 5. Review District rate structures and make recommendations 6. Respond to all manner of general engineering requests 7. Preparation of standards and guidelines 8. Administer project bid documents 9. Act as a liaison to the Department of Environmental Quality and other agencies as required Required Information on Services Provided: The District requires the vendor to include the following information in all invoices for Task-Based Services and for Miscellaneous General Services: Resolution Number (if applicable) Project Name and Number Billed and Unbilled Services Project Phasing with Personnel and Equipment Costs with Hours, Rates and Totals Project Invoicing Summaries with Total Budgeted Amount, Billed To-Date Amount, and Remaining Balance Amount (an example of the invoice will be provided to the selected vendor) SECTION II: VENDOR SELECTION PROCESS The District will utilize the following general selection process in determining the most qualified and best consultant to serve as the vendor: 1. Interested consultants will provide written statements of qualifications (SOQ s) to the District based on the guidelines and information in this RFQ. 2. Consultants shall be duly licensed and certified to perform the professional services offered by the proposal. 3. A selection committee, containing the District General Manager, a third-party administrator, members of the District Board and/or operations staff will review and rank all SOQ s based upon the criteria established in this RFQ. 4. All consultants are required to comply with the provisions of Montana Revised Statutes and FCWSD Rules & Regulations. 5. Additional evaluation steps may include, but not be limited to, an interview, a review of the firm s engineering fee structure, a check of references, etc. 6. Based on the findings of the committee, a recommendation will be made to the District Board to award the vendor contract to the successful firm. 7. The District will then proceed to negotiate a contract with the selected consultant; with a term of three (3) years, with an option for one (2) two-year extension. 8. If an agreement cannot be reached with the selected consultant, the next ranked consultant will be contacted to negotiate an agreement, and so forth. 9. The District reserves the right to reject any and all proposals at any time, waive minor informalities in the screening process and/or terminate the selection process at any time. 20170503-FCWSD-RFQ-2017-01.DOCX Page 3 of 7

SECTION III: SELECTION CRITERIA The District will screen and rank the SOQ s based on the criteria outlined in this section. The District may then complete additional evaluations on the remaining consultants such as a review of the firm s engineering fee schedule, participation in an interview process, etc. Using a combination of the information provided in the SOQ and the additional information received from the finalists, the selection panel will make a final choice and recommendation to the District Board to award the engineering contract to the most qualified consultant. A brief description of the primary selection criteria is provided below: III.A Proximity of firm to the District: The District wishes to work closely with the selected firm and desires fast and effective service. The consultant should address how they will provide effective service and how they will address travel costs and travel time issues. The District is anticipating to engage with a consultant and a project team located within a two-hour drive from the District limits. III.B References: The selection committee may perform reference checks for each candidate. A minimum of three (3) municipal clients in Montana where similar or related work was performed must be provided. References where the consultant has served as the vendor are preferred. References should also be able to describe the firm s responsiveness, availability, and ability to complete projects in a timely and orderly manner. III.C Experience serving as vendor for the District: Experience in the role of vendor for the District will be considered positively. Proof of an understanding of the role of vendor and a track record of effectively providing this service is preferred. III.D Experience serving as vendor for other municipalities / water & sewer districts: Experience in the role of vendor for other municipalities will be considered positively. Proof of an understanding of the role of vendor and a track record of effectively providing this service is preferred. III.E Consultant s understanding and approach and quality of the SOQ: This selection criteria will allow the selection committee to award points based on the quality of the SOQ, the consultant s understanding of the District s needs, the consultant s approach to the work, consultant s previous experience, or any other quality about the consultant s proposal that sets it apart from any others. III.F Consultants description of how/where they will establish a web-based interface: This is for tracking all District projects including miscellaneous and task-related activities. Describe and provide an example of a web-based interface for informing and tracking progress of all FCWSD miscellaneous and task-based projects. Please include information on the frequency of updates and example on how the information will be presented. III.G Qualifications of Professional Personnel to be assigned to the project (Project Team): Describe the proposed project team for the vendor contract. Describe who will be the key contacts and leaders of the team. Discuss who will interact with District Staff and the organizational structure that will be proposed for the vendor. Discuss subcontractors that will be available to the District and why their services are important. Individuals experience and their experience on this team will be taken into consideration. III.H Capability to meet time and budget requirements including present and projected workload: It is important that the selected vendor be capable of responding to the District s needs in a timely manner, complete projects on time, and be an efficient resource for the District. The SOQ should 20170503-FCWSD-RFQ-2017-01.DOCX Page 4 of 7

provide a detailed explanation on the consultant s approach to ensuring that the District s needs will be prioritized and met by their firm. This should address situations that occur outside of normal business hours. A summary of the selection criteria points is provided in the following table: SELECTION CRITERIA SUMMARY Selection Criteria Relative Weight III.A - Location of firm 10 III.B - References 10 III.C - District Experience 10 III.D - Vendor Experience 15 III.E - Understanding & Approach; Quality of SOQ 20 III.F - Web-based Project Updates 5 III.G - Qualifications of Personnel 10 III.H - Time, Budget, Workload 20 Total 100 SECTION IV - SUBMISSION REQUIREMENTS Each consultant must submit proposals to the District no later than May 31, 2017 at 5:00 p.m. Proposals must be clearly marked Professional Engineering Services Statement of Qualifications on the outside of the response package and in the email subject line. Each consultant must submit five (5) copies of their SOQ in sealed envelopes to the address below and an electronic version (in PDF format) must be emailed to admin@fcwsd.org : Four Corners County Water & Sewer District Kevin Kundert, General Manager 495 Quail Run Road, Bozeman, MT 59718 SECTION V - LIMITATIONS This RFQ does not commit the District to paying any costs incurred by consultant in the submission or presentation of a proposal, or in making the necessary studies for the preparation thereof. Further, the District reserves the right to: Accept or reject any and all submittals received as a result of this RFQ at any time; Negotiate with qualified consultants; Cancel the RFQ, in part or in whole, if it is determined to be in the best interest of the District to do so; Waive minor irregularities and formalities in the RFQ submittals; Seek further SOQ s for engineering design and construction services contracts, in whole or in part; The District reserves the right to seek clarification on any point in any SOQ at any phase of the selection process; No guarantee of work, financial obligation, or other assurance is made to any respondent of this RFQ whether selected or not for the role of vendor. 20170503-FCWSD-RFQ-2017-01.DOCX Page 5 of 7

SECTION VI - INSURANCE REQUIREMENTS Each firm, by the submission of an SOQ, understands and agrees that the award of a contract shall be contingent upon the successful applicant providing the District with proof of the following insurance coverage: 1. Liability insurance in the amount of $500,000 or greater, as follows: a. Comprehensive commercial general liability insurance, including personal injury liability, blanket contractual liability and broad-form property damage liability coverage. The following minimum limits are required: Aggregate - $1,500,000; Products - $1,500,000; Personal & Advertising Injury - $1,500,000; each occurrence - $750,000. b. Commercial automobile liability insurance as a result of death or bodily injury to any persons, or destruction of or damage to any property arising out of the ownership, maintenance or use of any owned, non-owned or hired motor vehicle with limits of not less than $1,500,000 per occurrence. All coverage shall be on an occurrence basis and not on a claim made basis. c. Workers compensation and unemployment insurance coverage as required by law with a waiver of subrogation in favor of District including Employer s liability coverage with limits of not less than $1,500,000 per occurrence; OR, alternatively, the Engineer shall provide documentation establishing to District s satisfaction that the Engineer is exempt from Worker s Compensation and unemployment insurance coverage pursuant to 39-71-401(3) and 39-51-204(2), MCA. 2. Professional liability insurance, including errors and omissions, with limits of not less than $750,000 per occurrence and $1,500,000 policy aggregate. 3. The following inclusions to the engineer s certificate of insurance shall be made: a. Waiver of transfer of rights of recovery against others to District. b. It is agreed that this insurance is primary to and non-contributory with any insurance maintained by District. c. The General Liability Coverage and Automobile Liability shall include endorsements for additional insured, naming the Four Corners County Water & Sewer District, its Board Members, employees, agents and volunteers as an additional insured. The additional insured endorsement shall be attached to the certificate of insurance. d. The additional insured shall contain a severability of interest provision in favor of the District and a Waiver of Subrogation in favor of the District. e. All required coverage shall be written with companies that have at least an AmBest rating of B+VII. f. All insurance shall provide a 30-day notice of cancellation or material change. SECTION VII - FALSE OR MISLEADING STATEMENTS If the review committee feels, at any time, that a consultant s SOQ contains false or misleading statements, references, or any other matter which does not support a function, attribute, capability, or condition as stated by the firm or firms submitting, the submittal shall be rejected, regardless of the status or the phase of the selection process. 20170503-FCWSD-RFQ-2017-01.DOCX Page 6 of 7

SECTION VIII - PRE-PROPOSAL CONFERENCE / SYSTEM TOUR District Staff will be available for a pre-proposal conference and system tour on Wednesday, May 17, 2017 from 1:00-5:00 pm. We will meet at the 495 Quail Run Road office location to start and will go to another location if the size of the group exceeds a dozen guests. SECTION VIII - ADDITIONAL QUESTIONS/REQUESTS FOR INFORMATION Questions regarding this RFQ or the planned projects should be addressed to: Four Corners County Water & Sewer District Kevin Kundert, General Manager 495 Quail Run Road, Bozeman, MT 59718 admin@fcwsd.org (406) 589-5488 SECTION X - AWARD OF CONTRACT Promptly upon making the final determination of ranking, the District will proceed to negotiate a contract with the top ranked firm. If negotiations are not successful after 14 calendar days the District may choose to negotiate with the second ranked firm submitting a proposal, and so forth, until a contract is negotiated. The District reserves the right, as its sole discretion, to end negotiations at any time and at any stage in the process, and to not award a contract to any firm. All firms not selected will be notified by the District of its decision. 20170503-FCWSD-RFQ-2017-01.DOCX Page 7 of 7