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.

Reply via email to