Request for Qualifications for Indian Health Service Project PO-13-B74
Qualification Submittal Due Date: June 6, 2014, 5:00 p.m. Local Time
Nisqually Indian Tribe
ATTN: Jill Wall
Nisqually Accounting Department
4820 She-Nah-Num Drive S.E.
Olympia, WA 98513
Synopsis
The Nisqually Indian Tribe (hereinafter referred to as the Tribe) is seeking qualified contractors to provide engineering services to complete design activities for upgrades to the existing Cuyamaca Community Water System (CWS). The upgrades will generally consist of the extension of three phase, 480-volt power to the site of an existing booster pump station (BPS) in order to increase operational capacities of the system. Additionally, increased water supply and booster pumping capacities will be provided in order to meet the established water demands of the Cyuamuca CWS.
Background Information
The Cuyamaca CWS is owned and operated by the Tribe and consists of 66 residential and 5 non-residential connections. Within the next 5 years, the Tribe anticipates the construction of an additional 12 residential units that will be connected to the Cyuamuca CWS, along with the expansion of non-residential water use within the Cuyamaca CWS. Upgrades to the existing facilities serving the Cuyamaca CWS are necessary to support the additional water use associated with the planned residential construction and expansion within the system’s service area.
Two community wells, designated as Well #1 and Well #2, provide water supply to the Cuyamaca CWS. Water storage is provided by an 185,000 gallon welded steel reservoir, while BPS facilities are utilized to maintain water pressure throughout the system. The BPS includes four booster pumps while the rest of the distribution system consists of approximately 1.3 miles of 6-inch and 8-inch water main.
Review of available water production and pumping records from 2011 and 2012 have established the necessary water use data for the system. This information, combined with the planned construction and expansion within the existing service area of the Cuyamaca CWS, allowed for the establishment of the system’s Average Day Demand (ADD), Maximum Day Demand (MDD) and Peak Hourly Demand (PHD) at buildout. Table 1 displays this information in both Gallons per Day (GPD) and Gallons per Minute (GPM).
Table 1: Water Use Data for Cuyamaca CWS
GPD | GPM | |
ADD | 45,630 | 43 |
MDD | 150,978 | 140 |
PHD | N/A | 294 |
Applicable criteria established by the Washington State Department of Health (DOH) require that water supply facilities, working in conjunction with any water storage capacity available, be capable of meeting or exceeding the MDD. In addition, capacity must be available within the BPS facilities to provide the PHD while maintaining a minimum pressure throughout the distribution system. Additionally, DOH criteria recommend that BPS facilities maintain this capacity with the largest booster pump out of service.
Currently, the combined water supply capacity of Well #1 and Well #2 is limited to 88 GPM. The capacity of the largest booster pump is limited to 240 GPM. In addition, the existing single phase, 240-volt electrical supply serving the Cuyamaca CWS prevents any of the booster pumps from running simultaneously in order to meet the PHD.
The Tribe and IHS have identified additional water supply and booster pumping capacity as critical system upgrades necessary to support the additional water use associated with the planned residential construction and expansion within the system’s service area.
The scope of the required engineering services will be defined in contract negotiations with the highest ranked Proposer. The scope is expected to generally consist of design and construction management activities necessary to support the following:
- Any necessary site investigation
- Extension of three phase, 480-volt power to the BPS
- Associated upgrades to the BPS electrical service system
- Replacement Submersible Pump System and Motor Starter for Well #2
- Replacement Booster Pump #4 with Variable Frequency Drive (VFD)
- Replacement Motor Starter for Booster Pumps #1, #2 and #3
The replacement Booster Pump #4 will have a pumping capacity of 300 GPM, allowing the system to meet PHD with a single pump, while the VFD will allow for modification of the pumping rate based on actual water demand. Extension of three phase, 480-volt power to the BPS will allow multiple booster pumps to run simultaneously in order to meet the PHD, in the event that the largest capacity pump is out of service. Replacement Motor Starters for Booster Pumps #1, #2 and #3 will be provided to accommodate the three phase, 480-volt power.
The replacement submersible pump for Well #2 will have a pumping capacity of 90 GPM, allowing the system to meet the MDD when both Wells #1 and Well #2 are operating. The extension of three phase, 480-volt power to Well #2 is not anticipated to be necessary to obtain a pump capacity of 90 GPM.
In addition to the scope outlined above, at the option of the Tribe, further work may be incorporated into a separate contract. The separate contract will be independent of the PO-13-B74 project that has been cooperatively developed and funded by the IHS and the Tribe. The scope of work that could potentially be included in the separate contract, at the option of the Tribe, is expected to generally consist of the incorporation of existing electrical control components serving the Cuyamaca CWS into the Tribe’s existing Supervisory Control and Data Acquisition (SCADA) system.
Project Objective
This project will design and construct upgrades necessary to provide the Cuyamaca CWS with adequate water supply and booster pumping capacity, in anticipation of the planned construction and expansion within the system. The upgrades to the Cuyamaca CWS are necessary to provide water service in accordance with applicable Washington State DOH criteria.
As stated above, the scope of the required engineering services will be defined in contract negotiations with the highest ranked Proposer. However, the scope of the required engineering services is expected to generally consist of the following:
- Any necessary site investigation
- Extension of three phase, 480-volt power to the BPS
- Associated upgrades to the BPS electrical service system
- Replacement Submersible Pump System and Motor Starter for Well #2
- Replacement Booster Pump #4 and Variable Frequency Drive (VFD)
- Replacement Motor Starter for Booster Pumps #1, #2 and #3
Additional work to incorporate existing electrical control components serving the Cuyamaca CWS into the Tribe’s existing SCADA system could potentially be incorporated into a separate contract at the option of the Tribe through independent negotiations with the highest ranked Proposer and therefore is not considered an objective of the PO-13-B74 project.
Questions and Clarifications
All inquiries relating to this Request for Qualifications (RFQ) and the associated process must be directed to:
Tom Arnbrister, Nisqually Public Works Manager, Nisqually Indian Tribe, 360-456-5221 Ext: 1264
All questions must be received no later than seven (7) calendar days prior to the RFQ deadline. Substantive questions and answers will be made available to all known RFQ recipients; when appropriate, revisions, substitutions, or clarifications shall be issued as official addenda to this RFQ.
NOTE:
Our goal under Economic Development is to report financial and job growth through our assistance as an aggregate to clients and partners. If your company is awarded a contract related to this opportunity (or other opportunities) and/or added jobs, please let us know. We greatly appreciate your attention to this detail which allows this program to continue to provide services at no-cost to you. Award Reporting
Native PTAC, which serves as a Procurement Technical Assistance Center (PTAC), is funded in part through a cooperative agreement from the Department of Defense (DOD) through a program that is administered by the Defense Logistics Agency (DLA). The content of any written materials or verbal communications of the PTAC does not necessarily reflect the official views of or imply endorsement by DOD or DLA.