City of Huntsville
1220 11th Street
Huntsville, Texas 77340
Lucy Gonzalez, Procurement Manager
Phone: 936-291-5495
Email: purchasing@huntsvilletx.gov
RETURN SEALED RFQ:
City of Huntsville
City Secretary
1220 11th Street
Huntsville, Texas 77340
Sealed solicitations shall be received no later than:
2:00 P.M., Central Standard Time
April 15, 2025
MARK ENVELOPE: “Solicitation Packet 25-23”
ALL PAGES MUST BE INITIALED AND RETURNED, IF
NOT BID MAY BE REJECTED.
REQUEST FOR QUALIFICATIONS (RFQ) NO. 25-23
For
Professional Engineering Services
Projects: Robinson Creek Wastewater Treatment Plant Expansion,
McDonald Creek Lift Station Expansion, and Gravity Sewer & Force Main Lines
City of Huntsville, Project ID #: 25-10-09
INTRODUCTION
The City of Huntsville, TX (hereinafter referred to as the “City”) invites Civil Engineers, Multi‐Disciplinary
Firms and any other qualified professionals, registered with the Texas Board of Professional Engineers,
to submit qualifications to provide professional design engineering and construction support services
for wastewater treatment plant, lift station expansion improvement, and gravity & force main sewer
projects as listed below:
PROJECTS: ( 1 ) Robinson Creek Wastewater Treatment Plant (WWTP) Expansion and (2) McDonald
Creek Lift Station Expansion Design, and (3) Various Gravity and Force Main Lines Design -
(1) Robinson Creek Wastewater Treatment Plant (WWTP) Expansion:
Robinson Creek WWTP is located at 4420 Farm-to-Market Road 1374, Huntsville, Texas 77340.
The WWTP is currently permitted for an annual average daily flow (AADF) of 2.5 million gallons
per day (MGD) and a peak 2-hour flow (P2HF) of 7.5 MGD. The WWTP was originally constructed
in 2002. The main treatment units at the WWTP consists of the following: Influent lift station
with four submersible pumps; Headworks consisting of one fine screen and mechanical vortex
type grit removal system; two oxidation ditch basins with mechanical mixers; two final clarifiers;
Return Activated Sludge (RAS) pump station with three self-priming pumps; Waste Activated
Sludge (WAS) pump station with two double disc pumps; Ultraviolet (UV) disinfection system
with a single channel of horizontal UV modules; two aerated sludge holding tanks with blowers;
Dewatering building consisting of one centrifuge unit and polymer feed system; and non-potable
water (NPW) system consisting of two vertical turbine pumps.
The Robinson Creek Wastewater Treatment Plant (WWTP) currently receives an average daily
flow of 1.56 million gallons per day (MGD), representing approximately 62% of its permitted
capacity. Based on flow projections developed as part of the City's ongoing wastewater system
capacity and condition study, an expansion of the Robinson Creek WWTP is necessary to
accommodate anticipated growth in the service area. The proposed expansion will increase the
average annual daily flow (AADF) capacity from 2.5 MGD to 3.75 MGD and the peak two-hour
flow (P2HF) capacity from 7.5 MGD to 15.0 MGD.
(2) McDonald Creek Lift Station Expansion:
The McDonald Creek Lift Station, located at 259 Sunset Lake Drive, Huntsville, Texas, 77340, serves
the Robinson Creek service area and conveys wastewater to the Robinson Creek WWTP via a 12-inch
forcemain. Due to anticipated increases in flow from future upstream developments, an expansion of
this lift station is required. The primary objective of this project is to increase the lift station's firm
capacity from 1.44 MGD to 4.5 MGD and upgrade the existing 12-inch forcemain to ensure efficient
conveyance to the Robinson Creek WWTP.
(3) Various Gravity and Force Main Lines Evaluation & Design:
Various wastewater related infrastructure improvement projects including wastewater main gravity
lines, wastewater main rehabilitations, and force mains throughout the City.
SCOPE OF WORK EXPECTATIONS
The selected firm should anticipate the negotiated scope of work for professional engineering services
will include standard engineering Phases I, II, and III services consideration of the following:
1) Phase I – Preliminary Design
a. Preliminary Engineering Report
i. Confirmation of Expansion Size/Capacity
ii. Condition and Capacity Assessment
iii. Alternatives Evaluation
iv. Cost Estimation
b. Surveying
c. Geotech
d. Permitting
e. Drainage Analysis
2) Phase II – Final Design and Bid Phase
a. Final Design – Drawings, Details and Bid and Construction Documents
b. Bid Phase Services
3) Phase III – Construction Phase Services
a. General Representation
b. Resident Representation (Inspection and Construction Management)
c. Materials Testing
d. Start-up and Commissioning
e. Final As-built Drawing
The City reserves the right to authorize services in Phases or combinations thereof. The City reserves
the right to select one or more Consultants for each project or any combination thereof.
SUBMITTAL REQUIREMENTS FOR THIS RFQ
Proposal should be limited to no more than thirty (30) single sided pages, (not including signed RFQ
packet) containing design approach, task breakdowns, schedule for the task breakdowns,
qualifications, and similar work experience. This RFQ, Cover Letter, and included attachments are not
counted towards the page limit.
The proposal should be accompanied by a brief introductory letter stating your firm’s interest in
design of the project. The introductory letter should be limited to no more than two single sided pages
and include all contact information.
SOQ must discuss the following elements:
1) About the Firm: All information that the firm believes would help the City of Huntsville in
getting to know about the firm (e.g., firm’s history, office locations, brief overview of the
services offered, etc.) may be included in this section. Provide firm’s experience on similar/
related projects during the last five (5) years.
2) Similar Projects: List a minimum of five (5) projects of a similar nature with brief narratives for
the City to consider for evaluation. Specify key project personnel who represented the firm for
these projects.
3) Resumes: Provide resumes of key members that the firm proposes to utilize for the City of
Huntsville projects.
4) Sub‐consultants: List sub‐consultants that the firm may plan to use services of in certain areas
of specialization, and provide sub‐consultants’ experience, key personnel and any other
additional relevant information.
5) References: Provide a minimum of five (5) references with necessary contact information and
the nature of firm’s involvement with each of the reference.
SUMMARY REQUIRED SUBMITTAL & FORMS
The submittal shall include the following:
A. Introductory Letter – The introductory letter shall be limited to no more than two single sided
pages and include all contact information. The firm is to identify their interest in one or more of
the listed Projects.
B. Proposal – Include no more than thirty (30) single sided pages, (not including signed RFQ packet)
containing design approach, task breakdowns, schedule for the task breakdowns, qualifications,
QA/QC approach, and similar work experience.
C. Legal Firm Name Disclosure – The form is attached and must be submitted with the response.
D. System for Award Management – Service provider and its Principals, may not be debarred or
suspended nor otherwise on the Excluded Parties List System (EPLS) in the System for Award
Management (SAM). Include verification that the service provider as well as the principals are not
listed (are not debarred) through the SAM (www.SAM.gov). Enclose a printout of the search
results that includes the record date.
E. Conflict of Interest Questionnaire (CIQ) – Texas Local Government Code Chapter 176 requires
that any vendor or person who enters or seeks to enter into a contract with a local government
entity, disclose in the Questionnaire Form CIQ the vendor or person’s employment, affiliation,
business relationship, family relationship, or provision of gifts that might cause a conflict or interest
with a local government entity. Questionnaire form CIQ is included in the RFP and must be
submitted with the response.
F. Certificate of Interested Parties Form 1295 – Government Code 2252.908 states that a
governmental entity or state agency may not enter into a contract with a business entity unless
the business entity submits a disclosure of interested parties to the governmental entity at the
time the business entity submits the signed contract. A copy of a Certificate of Interested Parties,
Form 1295 is attached for reference and must be submitted at the time of signed contract
submission.
G. Certificate of Insurance – As per the City of Huntsville minimum insurance requirements, provide
a copy of your current certificate of insurance to include professional liability. Prior to the Notice
to Proceed is issued/Contact signed the awarded firm must provide a certificate of insurance
listing the City of Huntsville as an additional insured. Certificate of Liability Insurance to be
presented to the City of Huntsville. In Description of Operations will need wording similar to:
Blanket additional insured is added in favor of the certificate holder with respects to the general
liability coverage, as required by a written contract. Blanket Waiver of Subrogation is added in
favor of the certificate holder with respects to workers compensation coverage, as required by a
written contract. Certificate Holder to be: City of Huntsville, 1212 Avenue M, Huntsville, TX 77340.
A sample of the form and information required is attached.
H. Non‐Collusion Affidavit – A Non‐Collusion Affidavit is required on all bids or proposals and the
form is attached and must be submitted with the response.
I. Israel Verification Form – In accordance to Chapter 2271 of the Govern Code presents that
contracts that are between a government entity and a company with 10 or more full‐time
employees and has a value of $100,000 or more, a governmental entity may not enter into a contract with a
company for goods or services unless the contract contains a written verification form the company that it
does not boycott Israel and will not boycott Israel during the term of the contract. The form to be executed is
attached and must be submitted with the response.
J. Iran, Sudan and Foreign Terrorist Organizations Verification Form ‐ The form is attached and
must be submitted with the response.
K. Firearm Verification Form ‐ The form is attached and must be submitted with the response.
L. Prohibition of Contracts Discriminating Against Energy Companies & Energy Company
Boycott Verification Form ‐ The form is attached and must be submitted with the response.
M. Critical Infrastructure Verification Form ‐ The form is attached and must be submitted with
the response.
N. Texas Public Information Act Verification Form ‐ The form is attached and must be submitted
with the response.
SELECTION PROCEDURE
Subsequent to the deadline for acceptance of submittals for this RFQ, the City will evaluate the
submittals and will determine rankings based upon materials submitted and oral interviews (if deemed
necessary by the City) using the selection criteria and weights indicated below. There may be additional
forms and agreements which will require signature. Omitted forms or lack of signatures may be
reason to reject and proceed to next ranking firm. The City will contact the firm with the highest ranked
submittal to negotiate a contract fee. If an agreement cannot be reached with the top ranked firm, the
City will contact the firm with the next ranked submittal and attempt to negotiate with that firm. The
process will be repeated until an agreement is reached. The City reserves the right to select one or
more consultants for each project or any combination thereof. Aside from eventually announcing the
successful consultant(s), the rankings will be kept confidential to the fullest extent of the law.
SELECTION CRITERIA
The Consultant selected for this project should have demonstrated experience in civil engineering
design specific to waterline replacements and sanitary sewer lift station rehabilitation & expansion
improvement projects. Selection shall be based on including but not limited to the following:
Experience
Maximum 60 Points
1. Consultant’s experience with projects of similar complexity.
2. Project technical approach.
3. Experience with Federal and Grant Programs
4. Qualifications of the Consultant’s staff being assigned to this project.
Work Performance Maximum 25 Points
1. Demonstrated ability of the Consultant to perform high quality work, to control costs and to
meet schedules.
2. Consultant’s understanding of the City’s desires and general approach to the projects.
Capacity to Perform
Maximum 15 Points
1. Completeness of the work elements included in the RFQ.
2. Feedback from references.
Should the City determine that interviews are desirable, up to 25 additional points may be granted
based on those interviews. Ranking will be on a total point basis.
SUBMITTAL DEADLINE
Five (5) bound copies and one (1) flash drive digital pdf copy of the proposal should be forwarded to
the attention of City Secretary’s Office, City of Huntsville, 1220 11th Street, Huntsville, TX 77340 by
2:00 p.m. on Tuesday, April 15, 2025.
The City reserves the right to waive any irregularities or reject any and all proposals.
Any submittal received after the specified date and time will automatically be rejected and will not
receive any further consideration by the City. Postmarks will not be accepted.
You are viewing the opportunity summary page, which includes a brief overview and a preview of the attached documents.