1
Notice of Request for Statement of Qualifications
For Design, Construction and Commissioning of McNary Fishway Elevator and Stairway
Issued: August 19, 2019
Response Deadline: 4 P.M. October 23, 2019
SUMMARY
Northern Wasco County People’s Utility District (“NWCPUD”) is requesting Statements
of Qualification (“SOQ”) from qualified engineering consultants to provide professional
engineering services for a turn-key solution for the redundant ingress/egress to the
McNary Fishway Hydroelectric Project in the form of an elevator and stairway.
This document describes the Project, process and content for responses to this Request for
Qualifications (“RFQ”). No cost proposals, only a fee schedule, should be included with
proposals in response to this SOQ. NWCPUD may elect to use the EJCDC contract series
D-990 Design/Build templates for this project. An Agreement Between Owner and
Design/Builder For Preliminary Services (D-510) may be developed following the
selection process. Selection of Consultant will be pursuant to OAR 137-048.
The ideal timeframe for the Permitting, Design, Procurement and Construction of the
Project is from November 2019 through December 2020. An opportunity for a job walk
prior to the SOQ submittal deadline will be provided on 10 A.M. PST, September 6, 2019.
Intent to participate in the job walk must be provided by 4 P.M. PST, September 3, 2019.
Consultants must submit questions regarding this SOQ no later than 4 P.M. PST,
September 25, 2019. Additional instructions can be found herein or at:
https://www.nwascopud.org/operations-safety/bids/
1
REQUEST FOR STATEMENT OF QUALIFICATIONS
FOR PROFESSIONAL SERVICES
TITLE: McNary Fishway Elevator Installation and Stairway Replacement
Issued: August 19, 2019
Response Deadline: 4 P.M. PST, October 23, 2019
1. Introduction:
Northern Wasco County People’s Utility District (NWCPUD) is a customer-owned utility that
provides nearly 25,000 people and businesses with electricity in Wasco County, Oregon. A
“People’s Utility District” is a not-for-profit, customer owned utility. The utility is governed by a
five-member Board of Directors that is elected by our Customer-Owners.
The District operates two renewable energy, fish friendly hydroelectric power plants on the
Columbia River using fish attraction water provided for fish passage at United States Army
Corps of Engineers (The Corps) Projects at The Dalles Dam and McNary Dam. The McNary
Fishway Hydroelectric Project (The Project) is a 10 MW project that is co-owned by NWCPUD
with Klickitat PUD. Both utilities work together to support the on-going efforts of improving
operations of The Project.
2. Project Description:
2.1 Background
Access to NWCPUD’s project is from the lower deck of The Corps Project,
approximately 63 feet below The Corp’s upper deck. NWCPUD personnel use a set of
Corps owned concrete stairs to access their project. However, the stairs present a slipping
hazard during inclement weather, and are beginning to fall into disrepair. Historically, a
Corps elevator has also been available for ease of access to NWCPUD’s project but is
currently not functioning and is no longer used. The purpose of this project is to provide
redundant paths of ingress/egress to NWCPUD’s Project via a new elevator and staircase
for convenience and safety of personnel and visitors to the Project.
2.2 Proposed Project Solution
NWCPUD has conceptually determined potential solutions for providing redundant
ingress/egress to the NWCPUD project. These solutions have been vetted on a cursory
2
level with The Corps but NWCPUD is exploring other options should the successful
Consultant have a different approach that is acceptable to all parties.
1. Stairs – NWCPUD envisions that the current stairway will be abandoned or
demolished, and a new set of stairs made from steel will be prefabricated and provide
access as required. Currently there are six flights of stairs leading from The Corps
upper deck (348’ ASL) to the lower deck (285’ ASL) where the entrance to the
NWCPUD’s project is located. An interim landing area on the roof of the valve
house provides a landing area between the first four flights of stairs from the upper
deck to the valve roof top, and two more flights of stairs from the valve house roof to
the lower Corps deck. See Figures 1-3 at the end of this document.
2. Elevator – Elevators currently exist on the US Army Corps project and have been
accessible to NWCPUD staff in the past, however NWCPUD desires an elevator
owned and operated by the NWCPUD and whose operation and maintenance is
dedicated to the NWCPUD project. As such, no existing structure currently exists to
support a new elevator and locating a new shaft in the existing space has proven
problematic. The initial scoping of an adequate and acceptable location for the
elevator is one that spans the elevation change in two separate shaft segments, i.e.
requiring the passenger to go from The Corp’s upper deck, get out at a landing on the
valve house roof and move to a second elevator shaft to get down to the lower deck.
See images at the end of this document for the area in which the two elevator shafts
are currently envisioned. Other approaches may be possible in areas where vertical
clearance is available (for example see figure 2. below).
2.3 Services Required
Engineering services are required to provide a turn-key solution for the project including
but not limited to the following tasks:
1. Development of project scope.
2. Development and maintenance of project schedule.
3. Development of 3D surveys of proposed project features with overlaid
solution.
4. Preparation of preliminary and final project budget.
5. Upon approval of project scope by District staff, complete plans and
specifications.
6. Update project budget and schedule as necessary based on district approved
plans and specifications.
7. Obtain all government approvals on plans and specifications as required
including but not limited to the United States Army Corp of Engineers
3
(USACE), Fishery Agencies and any other required State and/or local
governmental agency.
8. Development of the bid package including general conditions, plans and
specifications District approved contracts, etc.
9. Oversight of the construction project.
10. Oversight of the “close-out” of the construction project.
11. Oversee the process of gaining approval and sign-off of the construction
project from all required State and local government agencies.
12. Other services as necessary to complete the project and agreed to by both
parties.
2.4 Project Timing
The ideal timeframe for the Permitting, Design, Procurement and Construction of the Project is from
November 2019 through December 2020. The timeframe for the SOQ submittal process follows.
NWCPUD reserves the right to alter this timeline as needed.
Description Time/Date
RFQ Release August 19, 2019
RSVP for Job Walk 4 P.M. PST, September 3, 2019
Job Walk 10 A.M. PST, September 6, 2019
Consultant Questions Due 4 P.M. PST, September 25, 2019
Responses to Questions Provided 4 P.M. PST, October 8, 2019
Deadline for Notice of Intent to Submit SOQ 4 P.M. PST, October 11, 2019
SOQs Due 4 P.M. PST, October 23, 2019
Final Selection of Consultant November 6, 2019
3. General Information:
3.1 ADMINISTRATIVE GUIDANCE
The information provided herein is intended to assist Consultants in the preparation of proposals
necessary to properly respond to this RFQ. It is designed to provide interested Consultants with
enough basic information to submit relevant SOQs to meet the minimum stated requirements.
But it is not intended to limit a proposal's content or to exclude any relevant or essential data
therefrom. Consultants are at liberty and are encouraged to expand upon the specifications to
give additional evidence of their ability to provide the services requested in this RFQ. No cost
proposals should be included with proposals in response to this SOQ. Selection of Consultant
will be pursuant to OAR 137-048.
4
3.2 JOB WALK
An opportunity to visit the project site on 10 A.M. PST, September 6, 2019, will be provided for
potential Consultants to get a full understanding of the project scope and potential objectives
and challenges. It is highly recommended that Consultants interested in submitting SOQs
participate in this event due to numerous space constraints associated with the project solution
and the difficulty in conveying these constraints via photographs or other means. Since access
to the NWCPUD project site is via the Corp’s McNary Hydroelectric Dam, advance notice of
participation in the job walk must be provided to NWCPUD for federal security clearance by 4
P.M. PST, September 3, 2019. All participants must be U.S. Citizens, and provide their name
and date of birth. A valid form of government identification must be shown on the day of the
job walk.
3.3 PROPOSAL RESPONSE OUTLINE
Proposals must be concise and in outline format. Pertinent supplemental information should be
referenced and included as attachments. All proposals must be organized and tabbed to comply
with the following sections:
TRANSMITTAL LETTER
The transmittal letter should include an introduction of the Consultant, including the name,
address, telephone number and fax number of the person to be contacted, along with others who
are authorized to represent the Consultant in dealing with the SOQ. Any other information not
appropriately contained in the body of the proposal should also be included in the letter of
transmittal.
EXECUTIVE SUMMARY
An executive summary should briefly introduce the Consultant. It should also indicate any major
requirements that cannot be met by the Consultant.
DETAILED DISCUSSION
This section should constitute the major portion of the proposal and must contain an acceptance
of the requirements stated in each section of this RFQ and describe why the Consultant is able to
provide the Services sought by NWCPUD. Failure to address the provisions requested in this
document will be interpreted by NWCPUD as an inability by the Consultant to provide the
requested Services.
Detailed discussion should address each item described in Section 4, Contents of SOQ. Outline
numbers should correspond, in order, to the section numbers contained in this outline and
subsections of Section 4.
5
FINANCIAL REPORT
The Consultant should furnish a current financial report (audited, if available) for the company's
most recent fiscal year.
The financial report should include the size of consultant as measured by:
A. Number of personnel;
B. Number of clients; and
C. Annual sales.
MISCELLANEOUS
The Consultant should provide any supplemental information and attachments relevant to the
proposal, including company literature and catalogs.
3.4 REPRESENTATIVES AND NOTICES
During the RFQ process (from the date of issue through the date of final decision) the Purchasing
Agent is the sole source of official information regarding this RFQ. The designated Purchasing
Agent is:
Kurt J. Conger
Assistant General Manager, Director of Power Supply
Northern Wasco County People’s Utility District
2345 River Road
The Dalles, Oregon 97058-3551
Direct (541) 506-3813
Office (541) 296-2226
All communications, both spoken and written, which are received by any representative of the
Consultant from other sources (such as employees in other departments) should be corroborated
by the Consultant with the Purchasing Agent as being true and accurate prior to incorporating
such information into their response. This refers to both formal and informal conversations and
communications. Please remember that significant changes to the RFQ will always be issued as a
formal, written addendum.
3.5 SUBMISSION OF QUALIFICATIONS
The SOQ must be received no later than 4 P.M. PST, October 23, 2019. Ideally responses
should be emailed to [email protected]. Alternatively, responses, including a
copy in an electronic format, may be delivered to:
6
SOQ: McNary Fishway Elevator Installation and Stairway Replacement
Attention: Kurt Conger
Northern Wasco County People’s Utility District
2345 River Road
The Dalles, Oregon 97058-3551
Consultant shall be responsible for actual delivery of the proposal to the email address or proper
office address before the deadline. Proposals received after this deadline will be late and
ineligible for consideration. All other information will remain confidential, if designated as such.
Unless specifically authorized by the Purchasing Agent, faxed SOQs will not be considered.
However, modifications by email or hardcopy of SOQ’s already submitted will be considered if
received prior to the deadline for SOQs.
3.6 INQUIRIES
Questions arising subsequent to the issuance of this RFQ shall be submitted in writing to
[email protected]. All questions should be received by 4 P.M. PST, September 25, 2019.
Responses will be provided to individual inquiries by 4 P.M. PST, October 8, 2019.
3.7 CONSULTANT’S RESPONSIBILITY FOR SOQ COSTS
NWCPUD is not liable for any cost incurred by the consultant associated with the preparation of
the SOQ or the negotiation of a contract for services prior to the issuing of the contract.
3.8 EVALUATION OF SUBMITTALS
Specific proposal evaluation criteria and methods are included under Section 5, Consultant
Evaluation Criteria, below. The successful Consultant may be chosen without discussion
with consultants.
3.9 ORAL PRESENTATION
NWCPUD may require an oral presentation by Consultant to supplement a written proposal.
These presentations will be scheduled, if required, by the Purchasing Agent after proposals are
received and prior to the award of the contract.
3.10 AWARD OF THE CONTRACT
Upon completion of the evaluation process, NWCPUD may negotiate with and award the
contract to the Consultant whose SOQ is determined to be most advantageous to NWCPUD. An
7
Agreement Between Owner and Design/Builder For Preliminary Services (D-510) may be
developed following the selection process. NWCPUD may elect to use the EJCDC contract
series D-990 Design/Build templates for this project. The contract must be executed by the
parties prior to commencement of performance. The contract will incorporate the provisions of
this RFQ (including any addenda), and general terms and conditions as negotiated by NWCPUD
with the Consultant.
3.11 PROTECTED INFORMATION
Certain information in the proposal submitted may be open for public inspection. If Consultant
desires to have information contained in its proposal protected from such disclosure, the
Consultant may request such treatment by providing a written claim of business confidentiality
and a concise statement of reasons supporting the claim of business confidentiality with the
proposal. All material contained in and/or submitted with the proposal becomes the property of
the NWCPUD and may be returned only at the NWCPUD’s option.
3.12 ADDENDUM TO RFQ
In the event that it becomes necessary to revise this RFQ in whole or in part, an addendum will
be provided to all Consultants that have provided NWCPUD with a notice of their intent to
respond as described in Section 6 below.
3.13 AUTHORIZED REPRESENTATIVES
The RFQ must contain within the “Transmittal Letter” the signature of a duly authorized officer
or agent of the Consultant’s company empowered with the right to bind the Consultant for the
amounts estimated and terms proposed. The Consultant must also provide evidence of the
authority of the officer or agent to bind the Consultant. NWCPUD shall have the option to
change Consultant’s contact person if it is in the best interest of NWCPUD.
3.14 ANTI-COLLUSION
The submission of a proposal constitutes agreement that the Contractor has not divulged its
proposal to, or colluded with, any other Consultant or party to a proposal whatsoever.
3.15 DISQUALIFICATION
Factors, such as, but not limited to, any of the following, may disqualify a submittal without
further consideration:
8
• Evidence of collusion, directly or indirectly, among Consultants in regard to the amount,
terms or conditions of this RFQ;
• Any attempt to improperly influence any member of the evaluation team;
• Existence of any lawsuit, unresolved contractual claim or dispute between Consultant and
NWCPUD;
• Evidence of incorrect information submitted as part of the SOQ;
• Evidence of Consultant’s inability to successfully complete the responsibilities and
obligations; and
• Consultant’s default under any previous agreement with NWCPUD.
3.16 RESTRICTIONS
All proposals must clearly set forth any restrictions or provisions deemed necessary by the
Consultant to effectively service the proposed Contract.
3.17 RIGHT TO REJECT
NWCPUD reserves the right to reject any or all submittals and to waive any informality or
technicality in any SOQ in the interest of NWCPUD.
4. PROPOSAL CONTENTS
Each SOQ must address all the following to be considered for acceptance by NWCPUD:
1. Consultant Qualifications and Experience
a. Outline the Consultant’s design and construction experience for turn-key projects
in the last five years. Include: location, size and other pertinent project attributes
as well as budget vs. total project costs.
b. Describe in detail, Consultant’s experience with a project similar purpose, scope
and size as that described here. Include descriptions of project attributes in item
1.a.
c. Describe experience working with governmental agencies, regulations and
compliance. Experience working on US Army Corps of Engineers facilities
should be explicitly described with references provided.
d. Provide a list of previous clients associated with the items above that may be used
as references.
9
2. Project Scope and Management
a. Provide a general Scope of Work that itemizes the tasks and resources required to
complete design, procurement, permitting, construction and commissioning of
this Project. The final, detailed Scope of Work will be developed in the contract
negotiation process.
b. Describe the Consultant’s project management techniques, including software and
milestone tracking process. Such tool should also provide for the start dates,
durations and end dates of each task such that each task can be identified as either
critical to COD or not.
c. Include the name, address and telephone number of the primary person from the
Consultant who will coordinate the consulting services with NWCPUD.
d. Identify each team member that will be working on Project in the form of a
proposed organizational chart to be used by the Consultant in the performance of
the services described in the Scope of Work. Include the names and qualifications
(including professional training, licenses, experience, awards, etc.) of personnel to
be assigned to this project.
e. Provide a statement about the Consultant’s ability to commit the technical and
administrative resources required to complete the Project within the timeframe
described above.
f. Identify the work location of project personnel who will be committed to this
project.
3. Project Design Techniques
a. Describe Consultant’s ability to provide images and schematics of project features
(ideally in 3D and overlaid on photographs of existing features) including the
software tools used to do this. Include examples of images used on other projects.
b. Indicate how the Consultant will address design analysis associated with Corp’s
structures that the Project will be supported by, attached to, or have any other
dependence on.
5. CONSULTANT EVALUATION CRITERIA
NWCPUD staff will form an Evaluation Committee to review and rank the proposals provided
in response to this RFQ based on the following qualitative elements:
- Quality and completeness of proposal;
- Quality, performance and effectiveness of services to be provided;
- Engineering experience, including project team assigned, with engagements
of similar scope and complexity;
- Examples that demonstrate Consultant’s ability to provide 3D renderings of
project features;
- Ability to provide project management expertise/turn-key solution for The
District;
- Completion of projects similar in size and scope;
- The Firm’s financial stability and length of time in business;
10
- Proximity of Firm’s staff to District Project site;
- Ability to perform the work in a timely and efficient manner;
- Prior record of performance with the District, Corps, regional utilities or
government agencies;
- Proposed fee schedule; and
- References.
Scoring elements for proposals will be based on the following factors:
PERSONNEL EXPERTISE AND QUALIFICATIONS
Demonstration of proposed project team:
• Professional qualifications to perform work in applicable discipline(s), including required
licenses and certifications.
• Knowledge of technical criteria and administrative requirements for projects of similar
scope.
• Past performance level in completing projects of similar size and scope.
CONSULTANT EXPERIENCE
Demonstration of Consultant’s understanding of the Project and Services:
• Qualifications to perform work in applicable disciplines.
• Past performance level in completing projects of similar size and scope.
• Past performance in meeting deadlines and cost benchmarks in project execution.
• Project team’s interview with Evaluation Committee.
References and recommendations from past clients.
GOVERNMENTAL EXPERIENCE
• Demonstration of experience in providing consulting services to governmental agencies
by both the Consultant and the project team.
AVAILABILITY AND COMMITMENT OF RESOURCES
• Demonstration of the Consultant’s ability to commit qualified technical and
administrative resources required to complete projects.
• Proximity of committed resources to project site.
COST OF SERVICES
• Fee Schedule for personnel at Consulting firm
11
EVALUATION PROCESS
The Evaluation Committee will evaluate all the SOQ’s based upon the criteria listed above. The
Committee may request clarifications or additional information, if needed. A selection may be
based on the Evaluation Criteria alone or any combination of the Evaluation Criteria, references,
and interviews.
6. DEADLINES FOR SUBMITTAL OF RELATED INQUIRIES AND PROPOSALS Submit your Consultant’s notice of intent to respond no later than 4 P.M. PST, October 11, 2019
via email to [email protected].
SOQs are due no later than 4 P.M. PST, October 23, 2019. Proposals submitted after that time
will not be accepted or opened.
NWCPUD reserves the right to:
• Reject any and all proposals;
• Issue subsequent Requests for Proposals;
• Postpone opening proposals for its own convenience;
• Remedy errors in the Request for Proposals process;
• Approve or disapprove the use of subconsultants;
• Negotiate with any, all or none of the Consultants;
• Waive informalities and irregularities in the SOQs; and/or
• Enter into an agreement with another Consultant in the event the originally selected
Consultant defaults or fails to execute an agreement with NWCPUD.
An agreement shall not be binding or valid with the NWCPUD unless and until it is approved by
the NWCPUD Board and executed by authorized representatives of NWCPUD and of the
Consultant.
Once a submittal is selected using the evaluation criteria described above, NWCPUD will
determine if they desire to enter into negotiations for a final Contract with the highest scoring
Consultant. The price, cost and other related matters will be negotiated during this period to the
satisfaction of NWCPUD. Any entity responding to this RFQ shall do so at its sole expense;
Consultant is wholly responsible for any costs it incurs in responding to this RFQ.
Copies of this RFQ can be found at https://www.nwascopud.org/operations-safety/bids/
NWCPUD may elect to use the EJCDC contract series D-990 Design/Build templates for this
project.
12
Images of Existing Infrastructure and Project Site Area Existing Stairway
The existing stairway consists of six flights of stairs; the first set of stairs (see below) consists of
four flights from The Corp’s Upper Deck to the roof of the valve room.
Figure 1. Existing stair from Upper Deck to Valve house roof.
The second set of stairs consists of two flights and goes from the roof of the valve room to the
lower 285’ deck (and the entrance to NWCPUD’s project).
13
Figure 2. Vertical clearance area for possible alternative elevator/stair location.
14
Figure 3. Possible two shaft option for elevator/stairway assembly.
One proposed plan for an elevator/stairway installation is for two separate shafts – shown in blue
and green. This photo is taken from the roof of the valve house; the first shaft will go from The
Corp’s upper deck to the roof of the valve house (Blue). The second shaft will go from the roof
of the valve house to the lower 285’ deck (Green).