<<

The Confederated Salish and Kootenai Tribes Department of Natural Resources Division of Engineering and Water Resources (DEWR) & Infrastructure Program Ronan,

FLATHEAD INDIAN IRRIGATION PROJECT PUMPING PLANT TOPOGRAPHIC AND BATHYMETRIC SURVEY REQUEST FOR QUALIFICATIONS (RFQ)

Due Date: February 2, 2021 at 2:00 p.m. (local)

Point of Contact: Dan Lozar, DEWR Manager

Office Phone: (406) 676-2600

Email: [email protected] FLATHEAD INDIAN IRRIGATION PROJECT FLATHEAD RIVER PUMPING PLANT TOPOGRAPHIC AND BATHYMETRIC SURVEY REQUEST FOR QUALIFICATIONS (RFQ)

CONFEDERATED SALISH AND KOOTENAI TRIBES NATURAL RESOURCES DEPARTMENT DIVISION OF ENGINEERING & WATER RESOURCES IRRIGATON INFRASTRUCTURE PROGRAM

SECTION 01: PROJECT BACKGROUND

The Confederated Salish and Kootenai Tribes Irrigation Infrastructure Program (CSKT) is soliciting RFQ’s from well-qualified engineering and/or surveying firms (Consultant) to collect survey-grade topography and bathymetry of the area surrounding the Flathead River Pumping Plant (FRPP). The FRPP is owned and operated by the Bureau of Indian Affairs - Flathead Indian Irrigation Project (FIIP) on the Flathead Reservation.

The FRPP was designed and constructed during the late 1930’s and early 1940’s. It supplies supplementary irrigation water from the Flathead River to the northern Mission . The FRPP is located on the river- left bank of the Flathead River approximately 2.5-miles southwest of Polson, MT. Access to the facility is via Kerr Road (SR 354) and a two-track gravel road.

CSKT is currently in the early stages of a Scoping Study which intends to evaluate the rehabilitation and/or replacement potentials for the FRPP. A key data component for this Scoping Study is a detailed understanding of the topography surrounding the FRPP as well as a detailed bathymetry of the Flathead River bed surrounding the pump intakes. Another key component of the Scoping Study is to coordinate the horizontal and vertical datums at SKQ Dam and the USGS Flathead gauge with the FRPP in order to better understand the hydraulic connectivity between Flathead Lake, the FRPP pump intakes, and the SKQ Dam forebay water surface elevations.

Survey work is anticipated to include both bathymetric (below-water surface) sonar data collection and above-water surface topographic data collection using Light Detection and Ranging (LiDAR) in the areas surrounding the FRPP. Additionally, the horizontal and vertical control benchmarks at the SKQ Dam and the USGS Flathead Lake gauge will be resolved to new control benchmarks at the FRPP.

Project deliverables will include preparation of a seamless survey dataset, a seamless digital terrain model, and a one-foot contour topography and bathymetry map at the FRPP. Additional deliverables include installation and mapping of 3 (three) new survey control benchmarks at or near the FRPP, survey mapping of three (3) existing SKQ Dam control points, and survey mapping of three (3) USGS benchmarks near Salish Point in Polson, MT.

The Consultant will complete work under the responsible charge of a professional land surveyor licensed to conduct land surveys in the State of Montana.

1

The project will be administered by the CSKT. Specific aspects of the project will be coordinated with Energy Keepers, Inc. (EKI), the operational and maintenance managers of SKQ Dam, and the BIA, the operational and managers of the Flathead Indian Irrigation Project.

SECTION 02: SCOPE OF SERVICES 2.0 Overview

Consultants who respond to this RFQ will be required to submit their technical approach to collect, process, and submit deliverables. At this time, the CSKT anticipate the data collection will include a combination of boat-based, multi-beam sonar synchronized with RTK GPS, terrestrial RTK GPS, and airborne LiDAR. Alternate approaches meeting project objectives will be considered.

Access to the FRPP includes SR-354, a canal road, and a two track maintenance road. Access to the USGS Flathead Lake Gauge is via City of Polson streets. Access to SKQ Dam will be by paved roads but due to security concerns will be by appointment only. Access to proposed CP3, which is located on the river right bank opposite the FRPP, is likely by boat. No CSKT led site visits will be conducted at the three discrete project locations prior to the submission of RFQ’s by the Consultant.

2.1 Workflow

1. The selected Consultant will meet with the CSKT to finalize the Contract Agreement which will include all required documentation from this RFQ and an agreed upon fee. 2. The selected Consultant will complete a one day field trip with the CSKT and potentially others to address any field-related questions. 3. The selected Consultant will prepare a field implementation plan for review and approval by the CSKT. 4. On approval of the field plan, the selected Consultant will complete survey work, data integration, data delivery, project reporting, and project completion.

2.3 Project Deliverables

2.3.1 Survey Control, Projections, Datum, Units, and Accuracy

1. The Consultant will set three (3) permanent survey control monuments at or near the FRPP. Survey control monument materials and installation to meet Department of Interior – Bureau of Land Management and Bureau of Indian Affairs standards. Generally, the control points will be located as follows:  CP1 will be located within 50-ft of the FRPP building at a location visible from CP2 and CP3;  CP2 will be located near the top or discharge end of the penstocks and must be visible from CP1 and CP3;  CP3 will be located on the river-right bank of the Flathead River approximately 10-ft above the maximum water surface elevation; 2. The Consultant will horizontally and vertically map three (3) USGS reference markers near Salish Point in Polson, MT. The reference marks are as follows:  RM14 is an aluminum cap located in the west side of dock nearest the parking area;  RM15 is brass cap located in the northeast corner of the gage house concrete floor slab;

2

 RM16 is an “X” mark cut into the top of a steel H-pile located approximately 20-ft west of RM14. 3. The Consultant will horizontally and vertically map three (3) SKQ Dam control points near the dam crest. Access to these control points will be provided by EKI personnel only. The control points are as follows:  WASH  LAKE  VISTA 4. The Consultant will provide a set of corrected control point files projected to Montana State Plane (FIPS 2500) and vertical and horizontal datums NAVD88 Geoid03 and NAD83 for CP1, CP2, CP3, RM14, RM15, RM16, WASH, LAKE, and VISTA. 5. The Consultant will provide all topographic and bathymetric survey data with less than or equal to one (1) foot absolute accuracy for the areas noted in Figure 1.0;

2.3.2 Specific Deliverables

The selected Consultant will provide, at a minimum, the following project deliverables.

1. The Consultant will prepare a field implementation plan, including a detailed field execution schedule, to complete survey activities. The field plan will be reviewed and approved by the CSKT prior to initiating field work.  The Consultant will work with CSKT and EKI staff to obtain access to the SKQ Dam control points;  The Consultant will work with CSKT and BIA-FIIP staff to gain access to the FRPP. It is very likely the FRPP will be in operating during the survey acquisition timeframe. FRPP operations may not be disturbed or adjusted to facilitate survey efforts.  The field implementation plan will include a protocol to adhere to aquatic invasive species prevention procedures for field activities; adherence to this protocol should be factored into work products noted herein. 2. Topographic and bathymetric survey data collected by various means will be processed into a single seamless basemap for submission to the CSKT. Data will be submitted in digital format including but not limited to: .las and/or .txt formats, .dfx/.dwg formats, and ArcGIS 10.x raster-compatible format; 3. Topographic and bathymetric survey data will be processed into a seamless digital terrain model compatible for engineering related use and manipulation in ArcGIS 10.x, AutoCAD, and/or MicroStation programs; 4. The Consultant will provide a high-resolution georeferenced aerial image within the noted topographic and bathymetric survey bounds. The aerial imagery must be acquired at the same time the topographic and bathymetric survey work is completed and must be fully integrated into the design basemap. Underwater imagery is not required. 5. The Consultant will map and provide survey information (N, E, Elevation coordinates, Description) for the following FRPP structures and/or site features:  All exterior retaining walls (top, bottom, and width) including those along the main access road, integral to the main pumping plant building, and those surrounding the Mission Valley Power substation;  Main pumping plant structure including the intake bays;

3

 Mission Valley Power substation facility;  Penstocks including massive concrete thrust block, stairways, individual penstock foundations, discharge structure, and man access ports;  All underground utilities;  Exposed extents of the geologic sand layer running through the failed slope area adjacent to the penstocks;  All other standard topographic site features commonly collected while preparing an engineering design level basemap; 6. The Consultant will deliver a final report that includes, at a minimum:  A discussion of metadata, data formats and projections, and a review of accuracy and resolution;  A discussion of the data acquisition methods;  A discussion of data processing and the approach to merge information between data acquisition platforms;  A detailed discussion of survey accuracy and resolution;  A discussion of, and inclusion of, project work products;  The selected Consultant will provide a copy of the report in PDF format and all digital survey information on an external hard drive.

2.4 Project Location

Project work will occur at three geographically discrete locations. They are generally located as follows:

 FRPP Lat 47.670672° Long -114.197982°  Salish Point Lat 47.697328° Long -114.161728°  SKQ Dam Lat 47.677366° Long -114.233945°

The approximate topographic and bathymetric survey bounds at the FRPP are illustrated in Figure 1.0. Additionally, Figure 1.0 identifies the general location of the proposed FRPP CP1, CP2, and CP3.

The selected Consultant will have access to the FRPP, Salish Point, and SKQ Dam (with express permission from EKI) to complete field work. A CSKT Tribal Lands Access Permit will not be required for Consultant employees who will be working under the scope of this RFQ. Survey or other work may occur outside of project access ways or off of Tribal Land, however it is the Consultants sole responsibility to secure access in these circumstances.

2.5 Schedule of Performance

CSKT will execute a Contractor Agreement with the selected Consultant for a term of one year. The standard CSKT Contractor Agreement is available for review upon request. The field implementation plan will be due within one (1) months of the contract execution. The final project delivery, completed to one hundred (100) percent, will be due within the agreed upon performance period in the agreement.

4

SECTION 03: CSKT CONTRIBUTION TO WORK

3.0 CSKT Contributions

The CSKT Irrigation Infrastructure Program will contribute to the scope of services as follows.

1. The CSKT will coordinate the initial field trip with the selected Contractor, CSKT staff, and other potential parties. 2. The CSKT will assist with local datum locates as needed. 3. The CSKT will, on request, facilitate a meeting for the selected Consultant to understand all aquatic invasive species prevention procedures for the field area. 4. The CSKT will provide the Consultant with contact information for pertinent staff from EKI, MVP, and BIA-FIIP;

3.1 CSKT Exclusions

The CSKT will not maintain responsibility for the following activities, and other potential activities not listed below.

1. The CSKT will not be solely responsible for communication and coordination with FIIP or EKI staff although CSKT must be a party to all communication and coordination. 2. The CSKT will not be responsible for landowner access for field activities outside of the FIIP right-of- way, or Tribal Lands. 3. The CSKT will not be responsible for providing access behind locked gates that span the FIIP right-of- way. 4. The CSKT will not be responsible for any data requests from the Bureau of Indian Affairs or the FIIP; 5. The CSKT is not responsible for the safety and well being of the Consultant during project related operations; 3.2 FIIP Coordination

1. The FIIP Project Manager, or designee, will provide access thru padlocked gates to the FRPP; 2. The FIIP Project Manager, or designee, will provide FIIP rights-of-way identification for each location where this is required. 3. The FIIP Project Manager, or designee, will respond to requests for information related to general site access and safety concerns surrounding the fully operational FRPP; 3.3 EKI Coordination

1. EKI will provide Consultant access to their survey control points on the SKQ Dam crest; 2. Consultant will adhere to all EKI safety, security, and managerial requirements while accessing their facility; 3.4 MVP Coordination

1. MVP will provide Consultant access to their substation near the FRPP; 2. Consultant will adhere to all MVP safety, security, and managerial requirements while accessing their facility;

5

SECTION 04: SELECTION PROCESS

4.0 Selection Process Sequence

1. Prospective Consultants shall demonstrate experience and competencies to complete the scope of services and overall and specific project deliverables. 2. Questions regarding this RFQ shall be submitted in writing to the email address provided in Section 05. Responses to questions will be posted to the project website: http://csktnrd.org/water-management/irrigation-infrastructure 3. Questions regarding this RFQ will not be accepted after January 25, 2021 at 5:30 PM. A collective response to all received questions will be posted to the website noted in #2 above by 5:30 PM (local time) on January 26, 2021. 4. The CSKT selection team will evaluate responses to this RFQ, rank the submittals, and select the most qualified Consultant. 5. The most qualified Consultant will be invited to visit the CSKT Irrigation Infrastructure Program at their offices in Ronan, MT. The meeting will be used to discuss the Consultants project organizational structure, resource availability and schedule, project clarifications and other project factors. The Consultant should be prepared to discuss their project costing and fee structure. 6. Based on a successful meeting between the CSKT and the Consultant, a Contractor Agreement will then be prepared and executed.

4.1 Consultant Submittal

1. Consultants shall submit their response to this RFQ in a PDF electronic format no larger than 9MB in size, and received in accordance with the instructions detailed in this Section. 2. Consultants shall email proposals to [email protected] by 2:00 PM (local time) on February 2, 2021. An email acknowledgement of receipt will be sent to each submitter. Submitters can also call Mr. Lozar at 406-676-2600, during CSKT business hours, to verify their submittal was received. 3. A completed proposal will, at minimum, include the following:  PROPOSAL COVER FORM – Company Information and Submittal Signature (Form Supplied). Place the Proposal Cover Form on top of the Proposal, as Page 1 of the Proposal.  Resumes for key project personnel (limit to four personnel) who will work on this project (limit two pages per resume);  List of any sub-Consultants who will work on this project (if any), and resumes for key sub- consultant personnel (limit to four personnel for all combined sub-Consultants) (Limit two pages per resume).  An organizational chart that includes only the names of the personnel who will work on this project. Show proposed relationships among key personnel, support staff, and any sub-Consultant who will participate, identifying personnel responsibilities as they relate to the scope of services. Limit to one page.  Provide a technical approach to complete the scope of services including: a detailed review of data acquisition methods and equipment; data processing; anticipated challenges or complexities; and a schedule to meet major tasks and milestones in order to complete the project on or before the contract deadline. The technical approach should include Consultants discussion of target accuracy and resolution detailed.  Describe relatable overall and specialized experience of the project team and Consultant’s specific qualifications and experience to complete the scope of services. Limit to four pages.

6

 The Consultant should demonstrate that they have the resources to complete all phases in a timely and efficient manner.  Copy of INDIAN PREFERENCE CERTIFICATE if submitting a proposal for preference as an Indian Business or Tribal Member. (Obtained from CSKT Indian Preference Office).  Limit the entire Proposal to no larger than 9 MB file size.

4.2 Proposal Selection Process

The CSKT will assemble a Selection Committee to review Consultant submittals. Each Committee member will independently rank the proposal responses based upon the following factors:

1. The Consultants qualifications and experience will be given a score of 0 to 30 based upon the Consultant experience completing topographic and bathymetric surveys for engineering design purposes. Project managers that performed these projects and are currently retained by the Consultant will provide value to the score of this factor. (Total of up to 30 points). 2. The Consultants technical approach will be given a score of 0 to 30 based on conformance with industry practice, target accuracy and resolution, and ability to complete the scope of services and meet or exceed the project timeline. (Total of up to 30 points). 3. The Consultants identification of major tasks and milestones, ability to meet milestones, and projected cost by major task. (Total of up to 20 points). 4. Additional information provided by the Consultant that demonstrates unique experience, capabilities or knowledge to complete the scope of services (Total of up to 10 points). 5. The number of sub-Consultants the Consultant chooses to use will also be assessed during the ranking of SOQ’s. The number of sub-Consultants used by the Consultant will be assessed points as shown below:

5 pts. 0-1 sub-Consultants 3 pts. 2-3 sub-Consultants 1 pt. > than 3 sub-Consultants 6. Indian Preference Business 5 pts Indian Preference 1 3 pts Indian Preference 2

The selection of a consultant or consultant team will be based upon provisions of CSKT Indian Preference Ordinance 101A. The current Confederated Salish and Kootenai Tribes’ Indian Preference Policy Ordinance 101A will be followed in the selection and award of this Project to a Consultant. Tribal Consultants who wish to receive Indian Preference must obtain certification by the Indian Preference Office as a legitimate Indian-owned business prior to the submission of bids. Proof of Indian Preference Certification must be included with your bid submittal in the form of a copy of the Certificate issued by the Indian Preference Office. Evidence of membership or affiliation with a Tribe does not constitute Indian Preference Certification. Bidders who are Indian Owned Business must be certified by the Indian Preference Office in order to claim preference. It shall be the sole responsibility of the bidder to obtain and provide proof of Indian Preference Certification from the Indian Preference Office.

7

The Consultant, and all sub-Consultants, shall comply with all requirements of this Ordinance in completing the Project, including the hiring of personnel, and soliciting and awarding of subcontracts.

If the Consultant sub-contracts any of this work, the selection of a sub-Consultant must be in accordance with the Indian Preference Policy Ordinance 101A, and CSKT Form L must be completed and submitted to the Indian Preference Office prior to awarding any subcontract.

A copy of Ordinance 101A and Ordinance 101A Rules are available from the Confederated Salish and Kootenai Tribes’ Indian Preference Office.

Non-Tribally owned firms are encouraged to submit proposals.

SECTION 05: ADDITIONAL INFORMATION

1. Consultants will be notified via email of any amendments or changes to the specifications contained in this RFQ. 2. No verbal or written information which is obtained other than through this RFQ or its addenda shall be binding to the CSKT. No employee of the CSKT is authorized to interpret any portion of this RFQ or give information as to the requirements of the RFQ in addition to that contained in or amended to this written RFQ document. 3. Prior to the final selection, Consultants may be required to submit additional information which the CSKT may deem necessary to further evaluate the proposer’s qualifications. 4. The CSKT will not reimburse Consultants for any costs associated with the preparation and submittal of any proposal, or for any travel and/or per diem costs that are incurred. 5. The CSKT reserves the right to negotiate with the selected Consultant the exact terms and conditions of the contract. 6. Evaluation criteria included in this document shall be used in evaluating proposals. The CSKT is under no obligation to award this project to the submitter whose score ranks the highest. 7. All SOQ’s, responses, inquiries, or correspondence relating to or in reference to this RFQ, and all other documentation submitted by Consultants shall become the property of the CSKT when received, and will not be returned to Consultants. 8. Consultants may find instances where they must take exception with certain requirements or specifications of the RFQ. All exceptions shall be clearly identified, and written explanations shall include the scope of the exceptions in the proposal. 9. An electronic original of the proposal documents shall be submitted in response to the RFQ. Proposals are to be prepared in PDF electronic format no larger than 9MB in size, and are to be sent to the following email address: Email Address: [email protected]

Contact: Dan Lozar, DEWR Manager – 406-676-2600 Confederated Salish & Kootenai Tribes PO Box 278 Pablo, MT 59855

All proposals are due at the email addresses noted above no later than 2:00 p.m. (local time) on February 2, 2021.

8

All requested information must be submitted with the proposal for the RFQ to be deemed responsive. Questions regarding this RFQ must be submitted via email to the address listed above. Responses to questions will be posted to the project website by 5:30 pm January 26, 2021.

------END of RFQ ------

9

CONSULTING SERVICES AGREEMENT

Nature of Agreement

 The Agreement between the CSKT and the selected Consultant shall consist of the RFQ Response submitted by the Consultant, and the pricing scheme as negotiated between the CSKT and Consultant.

 The Agreement between the CSKT and the Consultant shall be on the standard CSKT Contractor Agreement. A copy of the Agreement is available from the CSKT Water Management Program via the email addresses listed above if requested. The CSKT Water Management Program will prepare the final Agreement, including as an attachment the RFQ response and negotiated pricing scheme. The selected Consultant, at the time of their signing of the contract, will attach a copy of the following to the original and each copy of the contract:

 Worker’s Compensation Policy Information Page.

 Certificate of Consultant and General Liability Insurance Policy in a form satisfactory to the CSKT by an insurance company that is acceptable to the CSKT in the amounts of at least (General $1,000,000) (Aggregate $2,000,000) (Each Person $500,000) (Each Occurrence $1,000,000) (Property Damage $500,000). The certificate will name the CSKT and of America as additional insured on the certificate.

 A signed Certification Regarding Debarment, Suspension, and Other Responsibility Matters (Certification Form available from CSKT Water Management Program 406-676-2600).

 Federal Form W-9 Request for Taxpayer Identification Number and Certification with TIN or Social Security Number.

Failure to initially provide or keep in force the above-mentioned contract attachments will be grounds for termination of the contract.

The term of the Agreement will be from the date of signing the Agreement by both parties for 365 days following this date.

10

FLATHEAD INDIAN IRRIGATION PROJECT FLATHEAD RIVER PUMPING PLANT TOPOGRAPHIC AND BATHYMETRIC SURVEY REQUEST FOR QUALIFICATIONS (RFQ)

CONFEDERATED SALISH AND KOOTENAI TRIBES NATURAL RESOURCES DEPARTMENT DIVISION OF ENGINEERING & WATER RESOURCES IRRIGATON INFRASTRUCTURE PROGRAM

COVER FORM

COMPANY INFORMATION:

COMPANY NAME

MAILING ADDRESS

CITY/STATE/ZIP

TELEPHONE

INDIAN PREFERENCE

SUBMITTAL SIGNATURE:

I have read and understand the and fully understand the requirements of the CSKT NATURAL RESOURCES DEPARTMENT – DIVISION OF ENGINEERING & WATER RESOURCES – IRRIGATION INFRASTRUCTURE PROGRAM – FLATHEAD INDIAN IRRIGATION PROJECT FLATHEAD RIVER PUMPING PLANT TOPOGRAPHIC AND BATHYMETRIC SURVEY REQUEST FOR QUALIFICATIONS (RFQ) and agree to provide the required services in accordance with the proposal and its contents.

Submitted by (Printed Name):

Title:

Signature:

11

FRPP ROAD ACCESS (BLUE POLYLINE) TOPOGRAPHICEXTENTS FRPP (GREEN (GREEN POLYLINE) BATHYMETRICEXTENTS