Loading...
WATER ENTERPRISE FUND RFQ 8/19/2014 HARNETT COUNTY FINANCE/PURCHASING REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL MANAGEMENT AND FINANCIAL SERVICES WATER AND WASTEWATER ENTERPRISE FUND FOR COUNTY OF HARNETT, NORTH CAROLINA DUE DATE: NO LATER THAN 5:00 PM AUGUST 19, 2014 QUESTIONS TO BE SUBMITTED IN WRITING TO: Mr. Tommy Burns, County Manager, County of Harnett, PO Box 759, 102 East Front Street, Lillington, NC 27546. tburns@harnett.org FAXED OR E-MAILED RESPONSES ARE NOT ACCEPTED FOR THIS STATEMENT OF QUALIFICATIONS THE COUNTY OF HARNETT RESERVES THE RIGHT TO REJECT ANY OR ALL STATEMENTS RECEIVED, OR TO SELECT THE STATEMENT WHICH, IN OUR OPINION, IS THE BEST OVERALL INTEREST OF THE COUNTY. MAIL OR DELIVER SEVEN (7) BOUND COPIES OF YOUR STATEMENTS IDENTIFIED “RESPONSE TO REQUEST FOR STATEMENT OF QUALIFICATIONS–HCM-08192014”, YOUR FIRM NAME AND THE DUE DATE ON THE OUTSIDE OF THE ENVELOPE. TO: Renea Warren-Ford Purchasin g Agent 102 E. Front Street P.O. Box 760 Lillington, N.C. 27546 REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL MANAGEMENT AND FINANCIAL SERVICES WATER AND WASTEWATER ENTERPRISE FUND COUNTY OF HARNETT, NORTH CAROLINA 1.0 INTRODUCTION The Harnett County Board of Commissioners, through the County Manager, has elected to retain the services of a qualified management and financial consultant that has demonstrated qualifications in North Carolina to assist the County in reviewing and evaluating the organizational, management and financial status of the County’s Water and Wastewater Enterprise Fund. The consultant selected must offer a team of management, financial analysis and planning, and engineering professionals to work closely with the County Manager and County leaders to identify and evaluate alternatives and recommend solutions aimed at improving operational efficiencies, planning and decision-making within the fund. STATEMENT OF QUALIFICATIONS SUBJECT TO PUBLIC RECORDS LAWS All data, materials and documentation originated, prepared and submitted to the County pursuant to this Request for Qualifications (“RFQ”) shall belong exclusively to the County and may become available to the public in accordance with the North Carolina Public Records Act as provided in N.C.G.S. §132-1 et. seq. County will make reasonable attempts to maintain, in accordance with the Public Records Laws and the Act, the confidentiality of any trade secrets or confidential information that meets the requirements of N.C.G.S. §132-1.2 of the Public Records Laws if such Respondents properly and conspicuously identify the particular data or other materials which are Confidential Information in accordance with the Public Records Laws. ISSUANCE OF RFQ AND INCURRED EXPENSES Issuance of this RFQ does not constitute a commitment on the part of the County to award or execute a Contract. The County shall not be liable or responsible for any costs, expenses, reimbursements or fees incurred by a Respondent in preparing and submitting a Statement of Qualifications or in performing any other action in connection with this procurement. The successful respondent shall commence work only after execution of an acceptable Agreement satisfactory to Harnett County is executed by both parties and approval of insurance by Harnett County. RIGHT TO USE INFORMATION IN THE STATEMENT OF QUALIFICATIONS Upon submission, all materials submitted to the County by Respondents shall become the County’s property and may be used as the County deems appropriate. NONEXCLUSIVE RIGHTS Nothing in this RFQ or any Contract resulting from this RFQ shall preclude the County from acquiring any consulting or related services from other Respondents, individuals or entities as the County, in its sole discretion, shall determine. 2.0 FORMAT AND CONTENT OF QUALIFICATIONS STATEMENT Each Statement of Qualifications shall follow the topic outline shown in Sections 2.1 through 2.6 of this document. The overall submittal is limited to twenty (20) 8.5 x 11 written pages, including the cover letter, with a font size of 11 pt. Failure to comply with these directions may result in disqualification of the submittal. 2.1 STATEMENT OF WORK The selected consultant(s) will be responsible for developing a project methodology that addresses the following preliminary outline of work for the project: Project management and facilitation services Organizational structure assessment Water and Wastewater Fund management Operational efficiencies assessment Fund financial status and financial and capital planning Executive Summary 2.2 PROPOSED SCHEDULE OF WORK The respondent will provide a schedule and work plan necessary to accomplish the tasks outlined within this document from the date of the Notice to Proceed. 2.3 COMPANY INFORMATION The respondent will provide information concerning: the name of the company(ies) involved in the delivery of proposed services; any prime, joint venture, or sub-contractor relationships proposed; summary of key services offered; areas of work responsibilities by company; office location(s) where the work will be performed; and brief company(ies) history. 2.4 PROPOSED STAFF AND QUALIFICATIONS The respondent shall provide an organization chart indicating its proposed team organization, key staffing, assigned project roles, and company affiliations. A written description and resumes shall accompany this chart briefly describing each team member’s role, professional certifications, years of experience, background (educational & professional), and qualifications for the work. 2.5 RELEVANT PROJECT EXPERIENCE The respondent shall provide a list of relevant experience with providing organizational and management structure assessment, financial analysis and planning, revenue forecasting, capital projects planning and funding, and program efficiency assessments for organizations of similar nature and size. A reference shall accompany each project listed as experience, along with client contact information (name, title, and phone number). 2.6 OTHER REQUIREMENTS The respondent shall provide a written evidence of their general liability insurance coverage in the amount of $1,000,000.00 minimum per incident and $3,000,000.00 aggregate. Employer liability and professional liability limits (including coverage for errors and omissions) shall not be less than $1,000,000.00. Any additional information that the firm believes will help aid in the selection process may also be included under this section. By submission of this Proposal, the Respondent certifies that it and any subcontractors complies with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. County is an equal employment opportunity employer. The County is a federal contractor, and therefore the provisions and affirmative action obligations of 41 CFR §601.4(a), 41 CFR 60-741.5(a), and 41 CFR 60-250.4 are incorporated herein by reference, where applicable. 3.0 EVALUATION CRITERIA Harnett County will consider, but not be limited to, the following evaluation criteria in reviewing the Statements of Qualification: Qualifications of key team members offer by the consultant Firm’s relevant project experience in the management and financial areas summarized above Knowledge of Harnett County’s enterprise fund and experience with similar funds of comparable size and program scope Record of successful performance with similar projects Consistency of proposed project approach and methodology Other relevant considerations Harnett County retains the right, in its sole discretion, to at any time reject any or all Statement of Qualifications, in whole or in part, and to cancel or cancel and reissue the RFQ, before or after receipt and opening of RFQs in response thereto, or take any other actions, if it considers it to be in the best interests of the County. 4.0 ANTICIPATED COUNTY SCHEDULE The following is an anticipated schedule and is subject to change without notice. Selection Process: August 2014 Contracting Process/ Notice to Proceed: September 2014 Project Completion: November 2014 5.0 CONTACT INFORMATION The following person is designated to be the County’s contact for further information. Please note that any request to or contact with Harnett County elected officials or staff other than the person identified below regarding this Request for Statement of Qualifications will result in disqualification. Any request for clarification of this Request for Statement of Qualifications shall be directed in writing to: Mr. Tommy Burns County Manager County of Harnett PO Box 759 102 East Front Street Lillington, North Carolina 27546 tburns@harnett.org 6.0 SUBMISSION REQUIREMENTS Each respondent shall submit seven (7) bound copies of its Statement of Qualifications by 5:00 pm on August 19, 2014 and should be identified “Response to Request for Statement of Qualifications HCM-08192014” to Renea Warren-Ford, Purchasing Specialist, as follows: Physical Address: Maili ng Address: 102 E. Front Street P.O. Box 760 Lillington, North Carolina 27546 Lillington, North Carolina 27546 Submittals received after that date and time will not be considered. Faxed or emailed submittals will not be accepted.