Greetings - Below are some details pertaining to a request for proposals to conduct watershed surveys in CNMI. I've been asked to help disseminate. The contact person for any question is:
"Rachel Zuercher" <[email protected]>. *RFP11-DEQ-039* *Saipan Stormwater Quality Sampling and Watershed Boundary Delineation * *Scope of Work*** *Purpose:* * * The Division of Environmental Quality (DEQ) and Coastal Resources Management (CRM) Offices are conducting stormwater quality sampling in Saipan to increase our knowledge and enhance our ability to initiate pertinent watershed management plans. Desired products include updated GIS layers of sub-watershed boundaries, data gathered during storm events regarding nonpoint source pollutant loads and water quality, and a final report utilizing the data collected. *Background:* * * DEQ and CRM share a common mission of implementing CNMI’s 6217 non-point source pollution plan. The 15-year plan details the current issues facing each watershed and what type of remedial actions will best improve the quality of water that is discharged into the ocean. During the development of this document, individuals were often tasked with making recommendations and decisions with an extremely limited knowledge base. Throughout this process, the participants realized that CNMI lacks some very basic information that would greatly enhance our planning and ability to initiate pertinent management. This project will foster our ability to highlight impaired sub-drainage areas, and narrow our plans to address the stormwater issues most efficiently. This project fits in directly with CNMI’s land-based pollution local action strategy (LAS). The goals identified in our LAS include the improvement of quality and the reduction of sediment in stormwater discharge. In order to reach these aspirations we first need to isolate the problems, and recommend solutions to each. Work completed by the contractor will not only address our LAS but will greatly enhance our existing non-point source pollution program that aims toward watershed-level evaluations, and prepares us for the planning of future LAS efforts. * * *Work Product:* The contractor will work closely with DEQ and CRM staff to sample stormwater in ten priority drainage areas, as identified by CNMI's interagency watershed group, that will provide the CNMI with reliable data upon which decisions can be based regarding our land-based local action strategies and overall non-point source pollution plans. The contractor will be responsible for developing a sound sampling plan in accordance with the DEQ lab. Data collected will include local stormwater quality data to be provided with relevant analyses to DEQ. As a separate aspect of the project, the contractor will demarcate the exact boundaries of six drainages (identified by the CNMI Watershed Working Group) at the sub-watershed level and create an updated GIS sub-watershed boundary map for Saipan. All GIS data will be collected in WGS 84, Zone 55 N projection. Required Reports: The contractor shall provide a preliminary survey report and a final project report, and include all environmental data and GIS data layers in four printed copies and four electronic copies on CD or DVD medium. * * *Areas of Concentration:* 1. The contractor will refer to the CNMI’s 305(b) Water Quality Assessment Report and 303(d) list of impaired waters for 2008-2010 to expand their knowledge on impaired water quality areas. They will examine existing watershed layers to gain a spatial perspective, then, during a storm event, map discharge flow in six pre-identified watersheds with a hand held GPS unit starting at the bottom of a major drainage region and working upward to cover the entirety of the drainage. Final models (GIS layers) representing exact (ground truthed) drainage boundaries and water flow patterns will be created and stored in order to update existing sub-watershed boundary maps where discrepancies occur at the six mapped boundaries. 2. Locations of water quality concern throughout Saipan have been identified and will be the focus of this portion of the project. Stormwater flows upstream of these areas will be used as water quality sampling points. Data will be collected at these points and analyzed for dissolved oxygen, temperature, pH, conductivity, turbidity, nitrates, and phosphates in accordance with the DEQ lab. No less than three points on one flow should be sampled, though the contractor is responsible for developing an appropriate sampling plan (to be approved by DEQ). 3. The project team will utilize all new and existing data and maps to identify problematic areas. Each area sampled will receive a ranking of either priority I, II or III based on collected stormwater quality data. Detailed descriptions will be given to all sites and any pollution sources of specific concern. 4. The contractor will work in coordination with DEQ/CRM staff to create a final report that meets CNMI program needs. *Evaluation Process and Criteria:* * * As stated in the Request for Proposals (RFP), proposals will be evaluated by a selection committee appointed by the Director of the CNMI DEQ and based on the following criteria: 1. *Qualifications of Primary Consultant: *Education and training of each member of the project team in watershed processes research, statistics, geographic information systems, current watershed restoration practices, and other relevant fields. (*30 points*) * * 1. *Experience of Primary Consultant: *Work experience of each project team member with similar types of research and/or projects. (*35 points* ) 1. *Technical Merit: *Quality of the proposed methods including the scientific work, GIS data collection and data analysis. (*20 points*) 1. *Project Approach/Time Frame:* How well the proposed work will be accomplished within the proposed time frame and with the resources available. (*15 points*) * * *Proposal Submittal shall include: * * * 1. Name and address of the firm’s local and main (if any) office, including the name and telephone/facsimile number of the person to be contacted regarding this proposal. 1. An organizational chart of the proposed project team, including all subcontractors, and a list of all personnel to be assigned to the project and their respective abilities, qualifications, and experience. 1. Narrative of the methodology, provided in as much detail as practical for accomplishing the required services. At a minimum, this part of the proposal should include: 1. A narrative describing how the Contractor proposes to address each of the areas of concentration; 1. A proposed outline/table of contents for the final report ; 1. Samples and descriptions of similar projects conducted. Abbreviated versions of large watershed inventories may be submitted, provided a copy of the table of contents of the original manual and enough content to adequately represent the overall quality of the firm’s writing and graphics is included; 1. A sample GIS layer or other GIS-based product that was created for a past project. 1. A listing of projects similar in scope, size, or discipline to the services required in this RFP. This listing should include other stormwater sampling projects, projects similar to this one, and any notable watershed management/GIS projects which demonstrate the consultant’s practical knowledge. 1. A list of at least three (3) references including current addresses and phone numbers. Three (3) references must also be provided for each subcontractor. If possible, references should be clients for which the firm has performed similar projects. 1. A proposed time frame for accomplishing the work. 1. Project cost. 1. Any additional information which the firm or individual feels is relevant or will aid the CNMI government in accurately determining their qualifications. 1. A statement designating those portions of the proposals which contain trade secrets or other proprietary data, if any, which are requested to remain confidential. * * *Key Personnel:* It is essential that the contractor provide either an adequate staff of experienced personnel, or demonstrates that he/she is individually capable of and devoted to the successful accomplishment of the work to be performed under this contract. Once assigned to work under the contract, key personnel will not be replaced without consideration of the impact on the contract, and without written approval from DEQ. * * *Ownership of Information:* Title to all information, data and designs prepared by the contractor in performance of this agreement will be made available to DEQ. DEQ and the contractor, subject to applicable state and federal laws and regulations, will have full and complete rights to reproduce, duplicate, disclose and otherwise use all such information.* Information verification:* All information provided to DEQ in response to the RFP is subject to verification. * * *Timing of Services and Payment:* * * * 20% Payment 1- Phase 1* Following the completion, submission of billing, and acceptance of work of Phase 1 by DEQ. Phase 1 involves creation of a comprehensive work plan to carry out the necessary work to complete this study. A final work plan will be sent to DEQ for approval as demonstrated through the Director's signature on a copy of the final work plan. * * *40% Payment 2-Phase 2 * Following completion, submission of billing, and acceptance of work of Phase 2 by DEQ. Phase 2 involves completion of all data collection and analysis and creation of aforementioned GIS layers. The contractor will submit a preliminary report of findings and copies of all data collected. The preliminary report will be considered complete upon signature of acceptance by the Director of the DEQ office. *40% Final Phase Payment* Final payment will be made following the submission of four hard copies of the complete report document including all maps and spreadsheets. Four copies of the report will also be provided in electronic format on CD or DVD and must include all processed field data, GIS products and any other relevant electronic products. This final submission on documents will be accompanied by a final billing invoice.
