city of fort worth flood early warning system
TRANSCRIPT
1
REQUEST FOR QUALIFICATIONS
FOR FLOOD WARNING SYSTEM DEVELOPMENT SERVICES
CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
STORMWATER MANAGEMENT DIVISION
NOVEMBER 11 TO DECEMBER 9, 2016
The City of Fort Worth (City) is accepting Request for Qualifications (RFQ) from qualified
consultants to provide professional services for enhancement of the City’s Flood Warning
System (FWS). The FWS consists of a network of rain and water level gages, telemetry, and
software that collects, analyzes, and sends out alerts and warnings. The contract for not more
than $100,000 will be an Indefinite Delivery/Indefinite Quantity (Task Order) contract for one
year, with option to renew for another year for a similar amount. The selected consultant and
firm would ideally be experienced and knowledgeable in a wide variety disciplines (meteorology
and hydrology, telemetry, and IT) as they apply to flood warning and emergency management.
Questions related to this RFQ should be addressed to [email protected] who
will be the official point-of-contact for this RFQ.
1.0 BACKGROUND & SCOPE
The City owns and operates a High-Water Warning System (HWWS) with flashers at 50
hazardous low-water crossings. Flashers at these crossings are triggered to go off when water
levels measured by pressure transducers exceed pre-set thresholds. 36 of these sites have rain
gages. Data controllers from low-water stations communicate their data on two radio
frequencies using Automated Local Evaluation in Real Time (ALERT) protocol to a receiving
antenna. Data is then sent to a dedicated server via the internet. Datawise (v10) is used to
collect, display, and disseminate data and alerts to external partners, relevant City staff and first
responders. The overall purpose of this RFQ is to ensure reliable rain and water level
measurement from the current and expanded gaging network, and to disseminate relevant flood
information to City staff, external partners, and the public. ALERT at new gaging sites will be
replaced with the newer ALERT2 protocol.
Selected consultant will be tasked with providing the following professional services. The City
will be responsible for purchase and installation of equipment and software associated with these
tasks.
1.1). Identify feasible sites to expand City’s rain gage network,
1.2). Best methods to supplement existing water level measurement with additional gaging,
1.3). Manage installation of Flood Warning Software,
1.4). Assist with selection and usage of specialized flood warning software,
1.5). Develop protocols for cross-validation and reduction of false signals,
1.6). Participate and follow-up (as necessary) at stakeholder and public meetings, and
develop appropriate alert data types and formats for the stakeholders,
2
1.7). Develop a flood response & emergency action plan, including rehearsal and/or
simulation,
1.8). Ensure very high degrees of FWS system performance, and that project stays on
schedule by deliverables,
1.9). Update of current flood warning program Standard Operating Procedure (SOP),
1.10). Be available on-call.
2.0 STATEMENT OF QUALIFICATIONS (SOQ)
The SOQ shall include the following information, and number of pages (excluding
resumes/attachments) shall not exceed 10 pages using Times New Roman font and size 11.
The MWBE office has waived the Small Business Enterprise (SBE) requirement for this
RFQ.
2.1). Cover letter: identify the point-of-contact, address, telephone and email address.
2.2). Firm capabilities: provide general information about consultant and sub-consultant (if
applicable) firm capabilities, including significant accomplishments in flood warning.
2.3). Project Personnel:
A). Demonstrate technical capabilities in: meteorology, hydrology, telemetry, Flood
Warning Software, IT project management, emergency management, and public
engagement.
B). State the proposed project lead, and team members and their experience working in
flood warning, with particular reference to how they relate to Fort Worth or similar
hydrological environment.
C). Availability of personnel during project period.
2.4). Project experience: select one or two flood warning implementation examples (for a
municipality or similar), including flood response planning, and highlighting challenges and
how they were overcome.
2.5). Project Performance: provide reference names and contact information for similar
project(s).
3.0 ATTACHMENTS
Attach one-page resume for each project participant. Additional pertinent information can be
included in the attachment section. Total number of pages in attachments shall not exceed 10
pages.
3
4.0 SELECTION CRITERIA
The following selection criteria shall be used:
project lead capabilities 40%,
team capability 25%,
availability 15%,
past performance 20%.
Top scoring applicants will be notified if in-person interviews are required.
5.0.UNAUTHORIZED COMMUNICATIONS
Respondents’ contact regarding this RFP with employees or officials of the City other than the
official point-of-contact (Ranjan S. Muttiah TPW/Stormwater) may result in disqualification from
this procurement process. Any oral communications are considered unofficial and non-binding with
regard to this RFQ.
6.0 AWARD OF CONTRACT
It is understood that the City reserves the right to accept or reject any and all Proposals and to
re-solicit for Proposals, as it shall deem to be in the best interests of the City. Receipt and
consideration of any Proposal shall under no circumstances obligate the City to accept any
Proposals. If an award of contract is made, it shall be made to the responsible Proposer
whose Proposal is determined to be the best evaluated offer taking into consideration the
relative importance of the evaluation factors set forth in this RFQ.
Proposer acknowledges: that contents of the SOQ in whole or in part are valid items which
could be made part of the binding contract between proposer and the City, and that they
could become part of a grant sub-contractor requiring adherence to the grant funder’s
contract provisions.
7.0. SOQ SUBMITTAL
Six (6) copies of the written SOQ, and one CD containing a pdf file of the SOQ shall be
mailed or delivered by 4 pm December 9th, 2016 addressed to:
Stormwater Management Division, TPW
City of Fort Worth
1000 Throckmorton Street,
Fort Worth, TX 76102
ATTN: Ranjan S. Muttiah
4
In-person deliveries may be made to Suite 200, 2nd
Floor of Gordon Swift Building, 900 Monroe
Street. Applications will not be accepted after the deadline. Submitted SOQs will be
acknowledged via email to the point-of-contact given in Section 2.0. This SOQ is posted on the
following website:
https://projectpoint.buzzsaw.com/fortworthgov/Advertised%20RFQs%20-
%20RFPs%20-%20SOI-
Qs/Flood%20Warning%20System%20Development%20Services?public