TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES



Similar documents
Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Request for Proposals for Upgraded or Replacement Phone System

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

1. Applicants must provide information requested in the section titled Required Information.

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

Insurance Requirements Professional Services

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

CITY OF LEAWOOD. Independent Contractor Agreement

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

Attachment 04 Contractor s Insurance Requirements

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

Attachment 4: Insurance Requirements

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

How To Work For A City Of Germany Project

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

LAS VEGAS VALLEY WATER DISTRICT

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

How To Insure Construction Contracts In Northern California Schools Insurance Group

CITY OF BONITA SPRINGS, FLORIDA RFP #

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

Attachment 4. Contractor Insurance Requirements

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention:

Department of Purchasing & Contract Compliance

Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

Air Conditioning Maintenance Services

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

St. Andrews Public Service District

December 1, Dear Valued Brannan Companies Subcontractor,

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

HAMILTON COUNTY SCHOOL DISTRICT

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

Appendix J Contractor s Insurance Requirements

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL


SAMPLE SERVICES CONTRACT

TOWN OF SCITUATE MASSACHUSETTS

SECTION 3 AWARD AND EXECUTION OF CONTRACT

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT Request for Qualification

INDEPENDENT CONTRACTORS AGREEMENT

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

INSURANCE REQUIREMENTS

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

CONTRACT INSURANCE REQUIREMENTS

BRITISH SOCCER CAMP A G R E E M E N T

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Hillsborough County Aviation Authority Standard Procedure S Contractual Insurance Terms and Conditions

REQUEST FOR PROPOSALS For HEALTH INSURANCE BROKER SERVICES. FOR THE County of Baldwin, Alabama

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

Invitation for Bid. For. Bank Courier Services

Requirements for Qualifications Package Submittals

REQUEST FOR QUOTATION

REQUEST FOR QUALIFICATIONS (RFQ) NO. PS FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL REQUEST FOR QUALIFICATIONS (RFQ) FOR

Request for Statements of Qualifications # for Electric Motor Repair

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Request for Proposal No Moving Services

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

How To Build A Data Backup System In Town Of Trumbull

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

Transcription:

951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES

LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING SERVICES The Toho Water Authority invites firms to submit a statement of qualifications for professional financial services. The purpose of this Request for Qualification (RFQ) is to seek qualified firms to provide Rate Consulting Services. The Toho Water Authority intends to award a contract to one (1) qualified finance or accounting Firm to perform the required services. In determining whether a Firm is qualified, the Authority shall consider such factors: Similar project experience Firm s capabilities of providing comprehensive rate studies, feasibility reports and financial modeling Abilities of the professional Firm s project personnel Firm s project approach. Qualification packages must be received no later than 2:00 p.m., local time, on October 22, 2010. Any qualification package received after the above noted time will not be accepted under any circumstances and shall be returned unopened. Any uncertainty regarding the time a qualification package is received will be resolved against the Respondent. Firms interested in providing the required professional services shall submit one (1) original and five (5) copies of their qualifications to the Toho Water Authority Purchasing Division by the submission deadline to the attention of: Adana Lumsden, Purchasing Manager Toho Water Authority 951 Martin Luther King Blvd. Kissimmee, FL 34741 Phone: (407) 944-5181 Fax: (407) 931-4308 alumsden@tohowater.com No fax or electronic submissions will be accepted. Only written (email acceptable) inquiries and/or questions regarding this RFQ will be accepted and shall be directed to the Purchasing Manager. Deadline for receipt of written inquiries shall be 2:00 P.M., local time, on October 18, 2010. Firms should not contact Authority staff, with the exception of the Purchasing Manager, or other Authority consultants for information regarding this RFQ before the selection date. Any contact with any other member of the Authority Staff during the RFQ, award, and protest period may be grounds for Respondent disqualification. Interested Firms may secure a copy of the RFQ documents through Demandstar at www.demandstar.com or copies are available from the Purchasing Manager. RFQ 11-003 Rate Consulting Services 2

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) 11-003 RATE CONSULTING SERVICES A. INTRODUCTION 1. The Toho Water Authority (Authority) is soliciting statements of qualifications from interested Professional Financial or Accounting Firms to provide rate consulting services. 2. All Qualification Packages must be received by the Authority at the location stated in paragraph 4 of the RFQ not later than no later than 2:00 p.m., local time, on October 22, 2010. Any Qualification Package received after the above stated time and date shall not be considered. It shall be the sole responsibility of the Respondent to have the Qualification Package delivered to the location stated in paragraph 4 by U.S. mail, hand delivery, or any other method available to them. Delay in delivery shall not be the responsibility of the Authority. Qualification Packages received after the deadline shall not be considered and shall be returned unopened. Any request to withdraw a Qualification Package must be addressed in writing. Such requests must be received by the Authority prior to the deadline of the submission 3. Each Respondent shall examine all Qualification Packages and shall determine all matters relating to the interpretation of such documents. All contacts shall be made to Adana Lumsden, Purchasing Manager, in writing, no later than 2:00 P.M., local time, on October 18, 2010. Firms should not contact Authority staff, with the exception of the Purchasing Manager, or other Authority consultants for information regarding this RFQ before the submittal deadline date. Any contact with any other member of the Authority Staff during the RFQ period may be grounds for Respondent disqualification. 4. One (1) original and five (5) copies of the RFQ must be submitted to the Toho Water Authority in one (1) sealed package, clearly marked on the outside with the appropriate RFQ number and closing date and time and sent or delivered to: Toho Water Authority Attn: Adana Lumsden, Purchasing Manager 951 Martin Luther King Blvd. Kissimmee, FL 34741 Phone: (407) 944-5181 Fax: (407) 931-4308 alumsden@tohowater.com No fax or electronic RFQ submissions will be accepted. 5. The interested and qualified firms shall submit a Statement of Qualifications describing their qualifications and experience in the type of work requested. Submissions shall be limited to a total of twenty (20) 8.5 x 11 pages (including resumes and 2-page cover letter but excluding front and back covers, dividers, and Company Information Form), single-sided, portrait orientation, 12-point font. The person signing the RFQ on behalf of the Respondent shall have the legal authority to bind the Respondent to the submitted Qualification Package. RFQ 11-003 Rate Consulting Services 3

6. All expenses for providing Qualification Packages to the Authority shall be borne by the Respondent. 7. Action on Qualification Packages is expected to be taken within sixty (60) days of the due date; however, no guarantee or representation is made herein as to the time between receipt of the Qualification Package and subsequent Board action. 8. The Authority reserves the right to accept or reject any or all Qualification Packages, to waive irregularities and technicalities, and to request resubmission or to re-advertise for all or any part of the RFQ. The Authority shall be the sole judge of the Qualification Package and the resulting negotiated agreement that is in the Authority s best interest. The Authority s decision shall be final. 9. All applicable laws and regulations of the United States, the State of Florida, and the Authority will apply to any resulting agreement. The provisions of the Consultant s Competitive Negotiations Act (Section 287.055, Florida State Statutes) shall apply, where applicable. 10. The successful Respondent shall be required to execute an agreement, in form and content acceptable to the Authority, indemnifying and holding harmless the Authority, its officials, officers, employees, and agents from all claims. 11. The successful Respondent shall be required to provide evidence of both General (Public & Property) Liability and Professional Liability Insurance in the form of a certificate of insurance issued on behalf of the Authority and naming the Authority as an additional insured, by companies acceptable to the Authority at the following minimum limits and coverage s with deductible amounts acceptable to the Authority: INSURANCE TERMS AND CONDITIONS The Consultant shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the Authority, nor shall the Consultant allow any Subconsultant to commence work on a subcontract until all similar insurance required of the subconsultant has been so obtained and approved. Policies other than Workers Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best s Rating of A or better and a Financial Size Category of VII or better according to the A.M. Best Company. Policies for Workers Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The Authority shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Consultant and/or subconsultant providing such insurance. b) Workers Compensation Insurance: The Consultant shall obtain during the life of this Agreement, Worker s Compensation Insurance with Employer s Liability Limits of $300,000/$300,000/$300,000 for all the Consultant s employees connected with the work of this project and, in the event any work is sublet, the Consultant shall require the subconsultant similarly to provide Workers Compensation Insurance for all of the latter s employees unless such employees are covered by the protection RFQ 11-003 Rate Consulting Services 4

afforded by the Consultant. Such insurance shall comply fully with the Florida Workers Compensation Law. In case any class of employees engaged in hazardous work under this contract for the Authority is not protected under the Workers Compensation statute, the Consultant shall provide, and cause each subconsultant to provide adequate insurance, satisfactory to the Authority, for the protection of the Consultant s employees not otherwise protected. Include Waiver of Subrogation in favor of the Authority. c) Consultant s Public Liability and Property Damage Insurance: The Consultant shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the Authority as an additional insured, and shall protect the Consultant and the Authority from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Consultant or by anyone directly or indirectly employed by the Consultant, and the amounts of such insurance shall be the minimum limits as follows: Automobile Bodily Injury Liability & Property Damage Liability $1,000,000 Combined single limit per occurrence (each person, each accident) All covered automobile will be covered via symbol 1 Liability coverage will include hired & non-owned automobile liability Include Waiver of Subrogation in favor of the Authority Comprehensive General Liability (Occurrence Form) - this policy should name the Authority as an additional insured and should indicate that the insurance of the Consultant is primary and noncontributory. $2,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE $1,000,000 PER OCCURRENCE $1,000,000 PERSONAL & ADVERTISING INJURY Include Waiver of Subrogation in favor of the Authority Subconsultant s Comprehensive General Liability, Automobile Liability and Worker s Compensation Insurance: The Consultant shall require each subconsultant to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subconsultants in the Consultant s policy, as specified above. Owner s Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured s liability that arises out of operations performed for the named insured by independent consultants and are directly imposed because of the named insured s general supervision of the independent consultant. The Consultant shall procure and furnish an Owner s Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the Authority as the Named Insured. Commercial Umbrella: $1,000,000 PER OCCURRENCE $2,000,000 Aggregate Including Employer s Liability and Contractual Liability RFQ 11-003 Rate Consulting Services 5

Certificates of Insurance: Certificate of Insurance Form naming the Authority as an additional insured will be furnished by the Consultant upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Manager. This certificate shall be dated and show: The name of the Insured consultant, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. B. SCOPE OF SERVICES In compliance with the Authority s Board policy, the scope of services to be provided shall include: Provide consulting services on developing a uniform rate structure and rate for water, irrigation, and reclaimed water services throughout the Authority s service area. Provide services in the design, implementation and periodic update for capacity development charges. Provide financial reports and analyses associated with various forms of debt financing (i.e. bond feasibility study). Provide assistance in developing financial models for utility purchases, capital financing, asset management, etc. C. SUBMITTALS Qualification Packages shall be designed to portray to the Authority how the Respondent s range of services can best achieve the anticipated Scope of Services. In order for the Authority to evaluate the Qualification Packages, each Respondent shall provide information relative to their ability to provide services that will best meet the needs of the Authority. The required submission materials shall include the following: 1. Current Standard Forms 254 2. Overview summary of capabilities Orlando, Florida and Corporate capabilities 3. A summary (limit 2 pages per individual) of the professional credentials and experience of the Firm s key members within the local office proposed to support the appointment. 4. A short descriptive summary of the Firm s key member s experience in each of the areas outlined in the Scope of Services. 5. A concise summary of the Firm s key member s capabilities in water and wastewater studies and financial modeling in addition to the specific services identified in the Scope of Services. Each program area identified in the submittal should be limited to a one (1) page summary. RFQ 11-003 Rate Consulting Services 6

6. A list of a minimum of three (3) municipal or local government utilities within Florida as client references for which work similar to that outlined in the Scope of Services has been performed in the past five (5) years. 7. Proof of professional liability insurance as described in Section A/Insurance Terms and Conditions. 8. Listing of any potential conflict of interest. 9. Submitted separately with the Statement of Qualifications shall be examples of a recent: Comprehensive Rate Studies Financial Feasibility Studies 10. Project Approach overall plan of action and description of work tasks. 11. Project Schedule overall project schedule, milestones, submittal dates, and staff/board meetings. D. SELECTION CRITERIA Qualification Packages will be reviewed and evaluated by a Selection Committee and a short-list of qualified firms may be invited to make a formal presentation. The Qualification Packages will be reviewed and evaluated in accordance with the following criteria: Category Points 1. Firm s project member s experience 30 2. Firm s past experience on similar projects 30 3. Project Approach 30 4. Office Location 10 E. SELECTION PROCEDURES & CONTRACT NEGOTIATIONS The criteria for selection shall be based on the selection criteria above, including the firm s qualifications, location, past performance, and reference check. The Authority reserves the right, before awarding the contract, to require a Respondent to submit such evidence of its qualifications, as it may deem necessary. The Authority shall be the sole judge of the competency of Respondents. An Authority selection committee will evaluate each respondent s qualifications and will short-list and recommend to the Authority s Board up to three (3) firms based upon the selection committee s evaluation of the proposals and interviews. The Authority s Board decision shall be final. The Authority will attempt to negotiate an agreement with the top-ranked Respondent. If no agreement is reached with the top-ranked Respondent, negotiations will be terminated and initiated with the second-ranked Respondent, and so on, until an agreement is reached. RFQ 11-003 Rate Consulting Services 7

The successful Respondent shall be required to execute an agreement. Upon the successful negotiation of an agreement, a formal contract will be prepared and submitted to the Authority s Board for approval, and executed by both parties. F. SCHEDULE The following is the anticipated schedule for RFQ: 1. Advertising of RFQ October 7, 2010 2. Last Request for Information October 18, 2010 2:00 P.M. 3. Submittal Deadline October 22, 2010, 2:00 P.M. 4. Short List October 27 thru 28, 2010 5. Interviews, if necessary November 1 thru 4, 2010 6. Contract Award by Board of Supervisors November 10, 2010 Dates are subject to change at the Authority s discretion END INSTRUCTIONS RFQ 11-003 Rate Consulting Services 8

COMPANY INFORMATION/SIGNATURE SHEET RFQ #0702 FAILURE TO COMPLY WITH THESE RFQ INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR QUALIFICATION PACKAGE. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFQ INSTRUCTIONS AND THAT YOU UNDERSTAND THAT THE SUCCESSFUL RESPONDENT WILL BE REQUIRED TO ENTER INTO A LEGALLY BINDING CONTRACT WITH THE CITY OF OCOEE. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS AUTHORIZED SIGNATURE (manual) NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: FEDERAL ID # Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of, 20. Personally Known or Produced Identification (Type of Identification) Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFQ 11-003 Rate Consulting Services 9