rfp - st louis water division (7!17!12_final)(2)

Upload: jessicalussenhop

Post on 04-Apr-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    1/16

    CITY OF ST. LOUIS

    CITY OF ST. LOUIS PUBLIC UTILITIES

    REQUEST FOR PROPOSALS

    WATER UTILITYOPERATIONAL EFFICIENCY AND VALUE CREATION ANALYSIS

    ST. LOUIS WATER DIVISION

    ISSUES:

    The St. Louis Water Division is continually evolving to address increasing regulatoryrequirements, elevated customer service level expectations, business demands, decliningeconomy and customer base, inflation, dynamic workforce, new technologies, privatizationissues, and emerging concerns. The Water Division is placing a greater emphasis on improving

    business practices to address these issues. The Citys Water Division is recognized for providingsuperior water quality to their customer base at a very competitive rate; however, there is a desireto engage specific expertise to assist in their effort to constantly improve.

    PROJECT OBJECTIVE:

    The objective of the St. Louis Water Division is to retain a Consultant or Consultants withexpertise in water system operations that can provide insight and new ideas, programs andapproaches on ways to increase the Water Divisions efficiency and/or revenues in order topostpone or lessen future water rate increases and to improve customer satisfaction. The Cityand the Water Division for the most part would like to identify the ideas, have them bedeveloped into projects or programs and be implemented through Performance Contracting suchthat the City has no additional initial outlay of funds for capital projects or procurement ofequipment or services. There will be some Non-Performance Contracting efforts that will resultin delivery of a report with recommendations and a detailed implementation plan that can beexecuted by the SLWD or others.

    TECHNICAL RQUIREMENTS:

    The City of St. Louis and its Water Division, is seeking Proposals from qualified firms toprovide an Operational Efficiency and Value Creation Analysis of the St. Louis WaterDivision (SLWD). The City of St. Louis intends to retain a firm/s that has experience with largewater systems, including treatment, supply, distribution, finance, customer service andinformation technology. The selected consultant/s shall work with Water Division Staff, over aperiod of approximately four (4) months, to analyze and evaluate the Water Divisions day to dayactivities across all aspects of their operation. Upon completion of the evaluation, the consultantwill be expected to generate a variety of ideas and concepts for improvements to efficiency andreducing costs of operations in a number of the Water Divisions departments. The intent is thatthese ideas be presented as projects the City can evaluate to be implemented via performancecontracting principles. These services may require the use of a licensed, engineering and/or

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    2/16

    utility operator. It is the responsibility of the proposer to ensure their firm complies withapplicable City, County, State and Federal laws for the services rendered.

    All proposers should have demonstrated experience in conducting innovation and efficiencystudies for similar sized water utilities in local governments and/or private industry. Firms must

    be capable of performing an expert analysis and developing recommendations for the Cityswater programs, and executing the Performance Contracting through self performance orsubcontracts without compromising or interrupting the Citys current high level of service to itscustomers. Note: All deliverables from the Consultants Phase I and II activities will become theproperty of the City of St. Louis.

    SCOPE OF SERVICES:

    This project is to be accomplished in two phases. Phase I - Departmental Overview, Assessmentand Operational Improvements Recommendations (Efficiency and cost savings idea generationwith recommended projects) and Phase II - Implementation of accepted solutions for

    improvement, as identified in Phase I, using performance contracting on a project by projectbasis.

    Phase I Services Perform Operational Efficiency and Revenue Creation Analysis for the entireSt Louis Water Division and support services, both internal and external. Firms are encouragedto expound on areas of opportunities and outline creative approaches and projects toOperational Efficiency and Revenue Creation Analysis, within their Proposal.

    Objectives and criteria identified by City staff as critical to the success of this strategic programincludes:

    Reduce Overall Cost of Water Treatment Maintain or Improve Revenue to Expense Ratio

    Continue to meet Partnership for Safe Drinking Water Quality Standards

    Maintain or Improve Water Main Repair Time and Efficiency

    Increase Wholesale Water Sales

    Reduce Non-Revenue Water

    Maintain or Improve the St. Louis Water Divisions AA- Bond Rating

    In addition, the Water Division has indentified areas it is currently implementing or has plans toimplement improvements and acknowledges that an additional evaluation by the consultant may

    support the Citys effort to increasing efficiency measures in the following areas:

    IT Functions

    Lab Data collection and transfers

    Work flows and approval process for routine activities

    Time Sheets/Cost Accounting

    Fleet Maintenance

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    3/16

    Page 3 of 16

    Customer Service

    Document Retrieval and Archiving

    Asset Management system

    SCADA

    Implementation and upgrades Ideal preliminary table of organization to be further developed in Phase II

    Additional areas for consideration in Phase I services may include:

    o Benchmark data and comparisono Projected capital cost to implement improvements(business case)o P3 recommendations and implementation procedureso New business opportunitieso New customer base (wholesale water)o Metering recommendations with supporting datao High level energy analysis and recommendationso Organizational makeup recommendations with cost savings identified and quantifiedo Recommendations for consolidation or decommissioning of existing facilitieso Major Operational process evaluation for efficiencies (electricity, chemicals, people)

    Phase I will be limited to four (4) months. The Consultant will be compensated a lump sum feefor this effort. The fee shall cover all costs of the assessment and development of proposedefficiency improvements, required recommendations and proposed projects to be implementedvia performance contracting outlined in this subsection of the Request for Proposals and allappurtenances necessary to satisfy the Phase I contract.

    During Phase I, the Consultant will observe and analyze the overall operations of the St. LouisWater Division, assess potential areas for efficiency improvements and additional revenuegeneration. The Consultant will also identify the potential projects for efficiency improvement.In addition, the Consultant will be asked to review the organizational makeup of the WaterDivision and provide recommendations for any organizational changes or reallocation ofmanpower within the Division (no reduction in force other than a normal rate of attrition shall berecommended; however, the existing and projected future workforce may be realigned andallocated but must be accomplished within current Civil Service Rules and Regulations).

    Note: Some viable recommendations from the Consultants may be in conflict with City Policy.

    If, the Consultant wishes to make recommendations or propose processes and procedures thatconflict with City policies they may but will be required to identify the conflict and provide abusiness case outlining the efficiency gained and economic benefit that will be achieved throughimplementation.

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    4/16

    Page 4 of 16

    The Water Division will require the Consultant to evaluate, analyze, and providerecommendations for efficiency improvement to Water Division Support Services. The reviewmay include the following services:

    Human Resources (HR)

    Call Center IT services

    Purchasing

    Warehousing

    Fleet Maintenance

    Heavy Maintenance

    Engineering Inspection

    GIS

    Asset and SOP Documentation*

    *This area is to be focused on the issue that many SLWD senior staff may be retiring in the short term. TheConsultant shall identify and provide recommendations for best practices for documenting assets, and SOPs,

    establishing the method for storage of documented information and offering a streamlined workflow process for

    ease in retrieving data, information and SOPS for use by others in the Water Division.

    The above services will be classified as Non-Performance Contracting of DesiredImprovements. In the case of Non-Performance Contracting, it is recognized that not allpotential efficiency improvements will lend themselves to performance contracting deliveryunder Phase II. The Phase I lump sum fee shall include the effort to provide recommendationsand implementation plans for the above topics. Therefore, for each Non-Performancecontracting issue, the Consultant shall provide a summary memorandum that consists of thefollowing items:

    Background and documentation of the current situation

    Assessment of the current level of operations, new improvements or modernization toimprove execution of functions in comparison to other similar sized Water Utilities

    Explanation of required areas of improvements and reasons why Determination of the benefit, and/or cost avoidance to be achieved if improvements to

    the operation are made

    Specific recommendations for changes, improvements and modernizations of the specificarea of operations

    Estimate of the cost and the suggested time frame and steps for implementation of theimprovements if done internally by SLWD staff and management

    If applicable, suggest other means of implementation of recommendations using thirdparty or consulting services and the anticipated cost range for implementation byoutsourcing to the SLWD organization.

    Note: All Phase I and II deliverables will become property of the City of St. Louis.

    Proposers are also encouraged to include in your proposal, any additional services not shownabove that may result in efficiency improvements and outline how your firm will bring addedbenefits to the SLWD by providing additional recommendations for improving other areas of theSLWD operations under Performance Contracting or Non-Performance ContractingImprovements.

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    5/16

    Page 5 of 16

    Compensation for Phase I services will be a lump sum stipend paid by the City of St. Louis. Thestipend will be a variable amount dependent on the number of firms retained for Phase I services.The total stipend will not exceed $250,000 and will be allocated based on the level of effort foreach portion of Phase I services contracted for.

    Phase II Services includes the implementation of Phase I recommendations that the Citydeems viable and desired, using a Performance Contracting Delivery Model. Phase II mayinclude the implementation of any one or a combination of recommendations identified in PhaseI. The City reserves the right to accept or decline any recommendation made in Phase I by theConsultant, or award any or all elements of the recommendations provided in Phase I to otherperformance contracting firms. The City also reserves the right to reject any or allrecommendations by the Consultant. It is intended that Phase II activities may be provided undera performance contracting model where the Consultant will be compensated using thedocumented savings accomplished by implementing the recommendation. Note: All Phase I andII activities will become the property of the City of St. Louis.

    As part of Phase II services, the Consultant will prepare a more detailed recommendations and abusiness plan for attaining efficiencies and cost savings. Execution of the cost savings should bedeveloped in enough detail to allow the development of a compensation plan that is based onsharing quantified cost savings over a period of time. This compensation is achieved fromefficiencies gained by implementing specific recommendations. The report shall containrecommendations for implementing the idea, the execution strategy to be employed and shallinclude at the minimum the following:

    1. A detailed description of the improvement process or project to be executed.2. A definition of boundaries of the scope and the responsibilities and deliverables by the

    Consultant.3. Identification of firms and personnel that will be used in executing the implementation of

    the efficiency improvement program or project.4. A task summary of the steps to be taken to implement the recommendation along with a

    timeline showing the specific date or milestone that establishes the point where costsavings will be measured and monitored.

    5. The specific deliverables to be provided by the Consultant and their contractor toimplement the recommendations.

    6. The exact baseline measurement to be used to measure cost savings due to improvedefficiencies.

    7. An agreement that sets forth the time frame over which compensation will be calculatedand made based on cost savings achieved. A full listing of services and facilities to bedelivered to implement the recommendations.

    8. All other technical, financial or legal terms binding the cost savings recommendationsand compensation to the Consultant based on Savings Achieved.

    Compensation for all Phase II services provided by the Consultant will be negotiated on a projectby project basis, once the City of St. Louis agrees to implement the recommendation and agreesto enter into a performance based contract for delivery and implementation of the Phase Irecommendation.

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    6/16

    Page 6 of 16

    DELIVERABLES:

    Phase I Services Consultant shall develop and recommend measures to improve the WaterDivision in the areas described above. Each recommendation should quantify the potentialimpact on Capital and O&M cost and state the pros and cons of implementation. The impact of

    ongoing O&M initiatives by the Water Division shall also be reflected in the consultantsrecommendations and summary report. For recommendations that require a capital investment,the consultant will develop a business case for that improvement.

    Provide field operations services concurrent with Water Division staff to implement proposedefficiency improvements, including data acquisition and testing of recommendations. Prepare awritten report summarizing findings and recommendations to the Water Commissioner. Allrecommendations shall include implementation measures. Specific deliverables expected underPhase I are:

    1. Project Kick-Off Meeting

    2. Project Schedule3. Monthly Updates to the Water Division4. Monthly Expenditure Reports

    5. Optimization Study Report

    6. Optimization Study Briefing to UtilityDivision Management

    Phase II Services - Consultant shall provide a summary report on each recommendation thatthey wish for the City to consider for implementation. Upon review of the report the City willdetermine if they will choose to implement this recommendation or not. Based on the Scope ofthe proposed recommendation/project the Consultant fee based on cost savings achieved will benegotiated to implement specific recommendation agreed to from Phase I.

    Phase III Services

    To be negotiated after completion of Phase II. For each recommendation implemented, therewill be a mutually agreed to terms for determining the performance and guarantees of savingsfrom the implementation of the recommendation.

    SUPPORTING HISTORICAL DATA:

    The City of St Louis is approximately 13 miles long, and five miles wide, adjoining theMississippi River. The City operates over 1300 miles of water main, two water supply sourcesand two water treatment facilities; one on the Mississippi and one on the Missouri River. TheCity distributes water to three pressure zones.

    The City of St. Louis Water Division has a stellar record of performance:

    2007 Best tasting Water in America US Council of Mayors.

    The City of St. Louis Water Division is a charter member (1994) of the Partnership forSafe Drinking Water.

    Their drinking water meets or exceeds the standards set by the U.S. EnvironmentalProtection Agency and the Missouri Department of Natural Resources. SLWD has neverviolated a water quality regulation in 106 years of testing.

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    7/16

    Page 7 of 16

    SLWD Water system received the ISOs highest rating for Water system service.

    The Water Division has a exceptional Standard and Poors bond rating of (AA-), higherthan any City agency.

    A notably HIGH Customer Service Satisfaction Rating.

    It is important that the Water Divisions status in these areas be maintained at the current highlevel.

    Background on City Operations

    The Water Division maintains two water treatment plants that draw water from the area's twomain rivers. The Chain of Rocks Plant is located on the Mississippi River about eleven milesnorth of the center of the City and about five miles south of the confluence of the Missouri andMississippi Rivers. The Howard Bend Treatment Facility is located on the Missouri River, 37miles above the confluence of the Missouri and Mississippi Rivers and 15 miles west of the Citylimits. Combined, these two plants have the capacity to treat and distribute 360 million gallons ofwater per day (MGD).

    The Howard Bend Plant serves the high pressure zone with water being bled into the other twozones as needed. The intermediate pressure zone is supplied with water from the high-pressurezone. The Chain of Rocks supplies water into both the high and low pressure zones, but thereare portions of the high pressure zone it cannot supply. All pumping is done from the watertreatment plants. The system does not contain any booster pump stations. There is a 100 MGstorage reservoir in the high pressure zone supplied by the Howard Bend Plant. There are twostorage tanks (14 MG each) in the low pressure zone primarily supplied by the Chain of RocksPlants.

    The City operates a Pipe Yard and Distribution System Maintenance complex at McRee Avenue

    and Kingshighway. This facility is adjacent to the Water Division Headquarters Building atKingshighway and I-44. This building houses the Water Divisions customer service,administrative offices and finance, accounting and Information Technology groups. The City ofSt Louis provides the purchasing, Human Resources, legal, vehicle maintenance, and othersupport functions for the Water Division, from City Hall and other locations.

    The Chain of Rocks Water treatment plant was originally constructed in 1880s, and has acapacity of 240 MGD, Howard Bend treatment plant was built in 1929 and has a capacity of 120.Both plants have received many upgrades and improvements since they went on line. The totalannual production of the two plants has an average flow of approximately 135 MGD, for the pastfew years. Peak day demand for the system is 240 MG.

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    8/16

    Page 8 of 16

    PROPOSAL SUBMITTAL REQUIREMENTS:

    The selection will be made in accordance the City of St Louis Ordinance 64102 and it is rulesand procedures for entering into certain Professional Services Agreements.

    Interested firms can download a copy of the RFP from the St. Louis Water Division Website atwww.stlwater.comor by contacting Black & Veatch c/o Tom Ratzki at [email protected]. Allfirms wishing to be considered must register their intention to propose in order to get access toall reference documents to be allowed to submit questions of clarification, received answers toall questions regarding the RFP.

    To register your intent to propose please submit the following in an e-mail [email protected]

    Name of Firm

    Contact Person

    Office Phone

    Cell PhoneE-mail

    Mailing Address Street

    Mailing Address - City, Zip

    Please cut and paste this information into an email to Tom Ratzki.

    Interested firms shall submit an original and six (6) complete hard bound copies of theirProposal in a spiral bound document and one electronic copy in PDF format. The Proposal shallbe limited to thirty (30) double sided printed 8-1/2 x 11 pages with a minimum font size of 11(the page limit does not apply to a Cover letter, resumes, the M/WBE Utilization forms,

    Unauthorized Alien Employee Affidavit and Signature Sheet of Memorandum of Understandingwith Homeland Security for E-Verify). A maximum of 4, 11 x 17 pages may be included in the30 page limit. No pages larger than 11 x 17 shall be included.

    The Cover letter shall not exceed a single one sided page. The remaining documents not includedin the thirty (30) page Proposal limit shall be provided in an Appendix. No more than 20 resumesshall be provided. Each resume shall not exceed one double sided page with a maximum fontsize of 11.

    In addition, Dividers/tabs will not be included in the page count as long as they do not containmore than 5 printed words and a single picture or graphic.

    NO OTHER MATERIAL WILL BE ACCEPTED THIS INCLUDES Brochures or other

    preprinted qualifications or promotional material, advertisements, or excerpts from

    newspaper articles or publications or, COPY OF CERTIFICATIONS, REGISTRATIONS,

    etc. If additional information is included in the Proposal, it will be removed from the ProposalSOQ before distributing to the Selection Committee members.

    http://www.stlwater.com/http://www.stlwater.com/mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]://www.stlwater.com/
  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    9/16

    Page 9 of 16

    The Proposal shall be submitted in an envelope that shall identify the submittal is for:

    PROPOSAL FOR PROFESSIONIAL SERVICES FOR

    WATER UTILITYOPERATIONAL EFFICIENCY AND VALUE CREATION

    ANALYSIS

    ST. LOUIS WATER DIVISION

    Proposals will be received no later than5:00 p.m., Friday, September 07, 2012 at the Office ofthe St Louis Water Division, 1640 S. Kingshighway, and St Louis, MO 63110. Proposalenvelope shall be marked to the Attention ofCurt Skouby. Responses received after this timewill not be accepted.

    The St. Louis Water Division reserves the right to accept or reject any or all responses, or tocancel this request in part or in its entirety. All submittals become and remain the property of theCity.

    Reference information and responses to questions and clarifications of information will beprovided on the SLWD website at www.stlwater.com. As additional information is provided orrequested, it will be posted on the website. All interested firms are encouraged to review thewebsite regularly. It is the intent to post responses to questions received and additional referenceinformation each Tuesday morning during the Proposal preparation period beginning August 1

    st

    through September 5th.

    INFORMATION TO BE SUBMITTED WITH THE PROPOSAL:

    Proposals shall include the following:

    1. Cover Letter2. Firm Overview; Provide the firms name, headquarters location, location where thelargest percentage of the work on this project will be completed, and what that percentage willbe. Provide a contact persons name, address, e-mail address, phone and fax number for theFirms primary representative on this Project. Provide abrief history of your firm, indicating thenumber of years involved in the water industry, approximate number of water systems your firmhas direct operational involvement with, and the largest sized water systems you have providedoperations or consultation on operations for, in terms of average day water production/deliveryand population served at the time of operations or consulting services on operations.

    Provide abbreviated financial information regarding the firm, with evidence that the firm has theavailable financial and operating resources to complete the work within the timeframe required.

    Provide an overall description of your firms resources and capacity to complete the projectwithin the timeframe required. Please assure the brief overview is supported by the project team,its size makeup and its technical qualifications as presented in the Project Team Section.

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    10/16

    Page 10 of 16

    3. Approach and Innovative Solutions: Present your teams approach to the Phase Iactivities described in SCOPE. Discuss your approach to identifying area of efficiencyimprovement and cost savings. In general, describe the effectiveness of your team to identifyrecommendations and type and variety of efficiency improving, cost savings, and revenuegenerating ideas you feel you can identify and implement through performance contracting.

    Identify any unusual issues/problems/difficulties anticipated. Outline any innovative ideas orsolutions your team has for improving Water Division efficiency and increasing revenues.Present your teams understanding of any special requirements, circumstance, obstacles, codes,and regulations pertinent to the project and how you will address them in successful execution ofthe project. Discuss your approach to efficiently and succinctly providing the requiredimplementation plans for Non Performance Contracting Improvements. Present your internalquality control procedures.

    4. Experience: Provide examples of five (5) comparable projects that demonstrate yourfirms experience, qualifications, and technical competence, for which your firm was the prime.These projects should be complete, in progress, or near completion. Include record of meeting

    M/W/DBE goals for these projects. Provide the project manager for the project, start andcompletion dates and state the record of performance for meeting the schedule. Discuss theoverall performance of your firm in completing the work and summary of the quality of the finalproduct. Provide a reference with name, phone number, and e-mail address of ownersrepresentative who is most knowledgeable of your firms performance. Also include a briefdescription of the project including any unique or specialized experience utilized in the work,any innovative approaches and outline the technical competencies demonstrated in performingthe work. Projects with incomplete information will not be considered toward the firmsexperience.

    5. Project Team: For the key employees proposed to be engaged this project, present theirexperience, qualifications, and technical competence. Describe the organization of your team,their roles and contributions to the overall execution of the services. List the firms ProjectManagers experience in managing similar projects and explain how their experience and pastproject performance will benefit the SLWD on this engagement. List the office locations for eachperson presented on the team, and describe the percentage of time they will perform work on thisproject within the city limits of the City of St. Louis. If professional certification or licensing isrequired for those services proposed, list area of licensure and license number (do not include acopy of license).

    If applicable, Proposer shall present experience, qualifications, and technical competence ofeachsubconsultant on the team.

    Present a team organizational chart identifying each members role (including team membernames) and responsibility within this project. Indicate availability of team members for thisproject. List the number of employees by employee classification for the prime and ifapplicable, each Sub-consultant that may be utilized for this project.

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    11/16

    Page 11 of 16

    6. Proximity. Describe theProximity of your firm's team performing the work to the City ofSt. Louis. Explain the level of familiarity your team has with the St. Louis geographic area andprovide examples that demonstrate that familiarity. Provide information about how and where

    the team will execute the work to allow the selection committee to effectively evaluate thepercentage of work to be completed within in the City Limits of St. Louis, and by residents of theCity of St. Louis and/or St. Louis County.

    7. M/WBE UTILIZATION PLAN. The M/WBE plan will be evaluated for the feasibility ofimplementation as proposed, the level of responsibilities and contribution from M/WBE firmsand the verification that the Plan meets the Citys M/WBE participation levels.

    The following forms shall be completed and submitted with the Proposal. (Note these pages donot count against the page limit and shall be included in an Appendix).

    A.

    MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISES (M/WBE)PARTICIPATION:

    The City of St. Louis is fully committed to involving M/WBE firms in meaningful roles on allconsultant contracts. To that end, the City, acting through the Airport Authority DBE Office, hasestablished goals of25% MBE and 5% WBE participation for this Consultant contract. Thegoal is a per cent of the original contract amount for the utilization of firms owned and controlledby minorities and women. (Note these pages do not count against the page limit and shall beincluded in an Appendix).

    A copy of the current directory of Certified M/WBEs is available on the internet atwww.mwdbe.org or by contacting the Airport DBE Office at (314)426-8111.

    8. ACKNOWLEDGEMENT OF CLARIFICATIONS AND ANSWERS TOQUESTIONS. All registered firms shall acknowledge the review of all comments, questions,and information posted on the website have been reviewed.

    B. UNAUTHORIZED ALIEN EMPLOYEES:As a condition for the award of this contract or grant, CONSULTANT, shall, pursuant to theprovisions of Sections 285.530 through 285.555 of the Revised Statutes of Missouri 2000, asamended, by sworn affidavit and provision of documentation, affirm its enrollment andparticipation in E-Verify, a federal work authorization program, with respect to the employeesworking in connection with this Agreement. CONSULTANT shall also sign an affidavitaffirming that it does not knowingly employ any person who is an unauthorized alien inconnection with this Agreement pursuant to the above-stated Statutes.

    In addition to the affidavit the CONSULTANT shall provide a copy of the front page andsignature page of their Memorandum of Understanding with Homeland Security for E-Verify.(Note these pages do not count against the page limit and shall be included in an Appendix).

    http://www.mwdbe.org/http://www.mwdbe.org/http://www.mwdbe.org/
  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    12/16

    Page 12 of 16

    REFERENCE DOCUMENTS:

    The following data may be acquired upon request via a secure website.

    2011 Audited Financial Statement

    FY 2012 and 2013 Annual Operating Plan and the 2011 Operating Budget

    http://stlouis-mo.gov/government/departments/budget/documents/ St. Louis, Missouri, Code of Ordinances, Title 23 Public Utilities, Division I. Water

    http://library.municode.com/HTML/16330/level2/TIT23PUUT_DIVIWA.html#TOPTITLE

    Service Area Map of Distribution System

    Water treatment plant, summaries and process diagrams

    Monthly Operating Reports (MOR)o City of St. Louis Consumer Confidence Water Quality Report

    Operations descriptions for the following SLWD/city departmentso Purchasingo Personnel

    City of St. Louis, Civil Service Policyo Financeo ITo Laboratory Operations including data handling

    Customer Service Fleet Maintenance

    Summary of City Services provided to SLWD

    Overview of SCADA system

    Description of SLWD drawings and document storage and retrival process

    Summary of available GIS information

    List of rolling stock and material in storage

    Table with organization for SLWD Departments List of wholesale customers to SLWD

    http://stlouis-mo.gov/government/departments/budget/documents/http://stlouis-mo.gov/government/departments/budget/documents/http://library.municode.com/HTML/16330/level2/TIT23PUUT_DIVIWA.html#TOPTITLEhttp://library.municode.com/HTML/16330/level2/TIT23PUUT_DIVIWA.html#TOPTITLEhttp://library.municode.com/HTML/16330/level2/TIT23PUUT_DIVIWA.html#TOPTITLEhttp://library.municode.com/HTML/16330/level2/TIT23PUUT_DIVIWA.html#TOPTITLEhttp://library.municode.com/HTML/16330/level2/TIT23PUUT_DIVIWA.html#TOPTITLEhttp://stlouis-mo.gov/government/departments/budget/documents/
  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    13/16

    Page 13 of 16

    CONSULTANT SELECTION PROCESS:

    The Selection Committee consists of:Curt Skouby Water CommissionerJim Kummer Representative of the SLWD

    Tom Shephard Representative of the President of the Board of Alderman for the City ofSt. LouisSam Dotson Representative of the Mayors office, of the City of St. LouisJohn Zakibe Representative of the Comptrollers office, of the City of St. Louis.

    No representatives of any proposing firms shall contact any selection committee member, or thestaff reporting to a selection committee member. All contacts related to this RFP shall be madethrough the Water Divisions agent, Black & Veatch (see Point of Contact on the followingpage).

    Selection Criteria: In making a decision to select a firm to provide professional services, the

    selection committee will consider, at a minimum, the following, as related to the particularselection:

    Specialized experience, qualifications and technical competence of the firm, itsprincipals, project manager and key staff.

    Ability of the firm to provide innovate solutions.

    Approach to the project the quality of ideas, recommendations and approach forgenerating and implementing efficiency improvement and cost savings ideas viaperformance contracting. Describe how any unusual problems will be addressed.

    The capacity and capability of the firm to perform the work within the time limitations.

    Past record and performance ofthe firm on similar projects and their record for schedule

    compliance, cost control, and quality ofwork. Proximity of the firm to the City and percentage of work performed in St. Louis.

    Fees or fee structure as may be appropriate for the designated service.

    Availability offinancial and operational resources to complete the work.

    MWBE and/or DBE participation.

    Ability of the firm to meet statutory or ordinance requirements.

    Other items that arise as the result ofthe proposal or interview.

    ANTICIPATED SCHEDULE OF EVENTS:

    Request for Proposals Issued July 27, 2012

    Proposal Submission Deadline September 07, 2012Notice of Interview Schedule (shortlist) October 19, 2012Complete Finalist Interviews No later than November 16, 2012Complete Negotiation of Contract and Award No later than December 21, 2012

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    14/16

    Page 14 of 16

    POINT OF CONTACT:

    The St Louis Water Division has retained Black & Veatch as their agent to facilitate thesolicitation of proposals. Black & Veatch shall keep a record and list of firms receiving aRequest for Proposal and who has registered, on behalf of the SLWD. Black & Veatch will

    maintain such a list and will use the list to provide all firms who are in a receipt of the RFP withany addenda and response to questions or requests for information. All questions regarding theRequest for Proposals shall be directed to Black & Veatch in writing. Interested firms shall notcontact City of St. Louis officials, St. Louis Water Division Employees or members of theselection committee. Failure to comply may result in rejection of proposal. The latest date forreceipt of questions is seven (7) calendar days prior to the due date for delivery of proposals.

    The contact for Black & Veatch is Mr. Tom Ratzki; phone number (636) 532-7940 or by email [email protected]. All questions or requests for clarification and information shall be inwriting; e-mail is the preferred method for such requests. Please use the Subject Line belowwhen sending an e-mail. Answers to technical questions will be made available in writing to all

    firms to the person for which contact information was provided when they received the RFP.

    SLWD Operational Efficiency RFP (Nature of the message/question etc.)

    END OF REQUEST FOR PROPOSALS

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    15/16

    15

    CITY OF ST. LOUIS

    MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE (M/WBE) UTILIZATION PLAN

    CONTRACTING AGENCY: Project Goal: ___% MBEPROJECT NAME: ___% WBE

    NAME OF PRIME CONSULTANT:

    The prime Consultant shall utilize and require all subconsultants to utilize the maximum number of certified minority and women-

    owned business enterprises possible and will purchase materials and supplies from minority and women-owned business enterprises tothe maximum extent feasible, and to this end, the prime Consultant will inform each subconsultant of this requirement. The primeConsultant shall utilize the services and/or supplies to be provided by the following certified

    FIRM NAME

    minority and women-owned businessenterprises inthe execution of this contract.

    ADDRESSPHONE NUMBERCONTACT PERSON

    CERTIFYING AGENCYCERTIFICATION DATECATEGORYCERTIFICATION NO.

    WORK TO BE PERFORMED M/WBE PERCENT

    ____________________________________________ _________________PRIME CONSULTANT AUTHORIZED SIGNATURE DATE

  • 7/30/2019 Rfp - St Louis Water Division (7!17!12_final)(2)

    16/16

    16

    STATE OF _________________ ))SS.

    COUNTY OF _______________ )

    AFFIDAVIT

    Before me, the undersigned Notary Public, personally appeared_____________________ (Name) who, by me being duly sworn, deposed as follows:

    My name is ___________________________ (Name), I am of sound mind, capable ofmaking this Affidavit, and personally acquainted with the facts herein stated:

    I am the ______________ (Position/Title) of ______________________. (Consultant)

    I have the legal authority to make the following assertions:

    1. _____________________ (CONSULTANT) is currently enrolled in and activelyparticipates in E-Verify, a federal work authorization program, or any otherequivalent electronic verification of work authorization program operated by theUnited States Department of Homeland Security under the Immigration Reformand Control Act of 1986(IRCA), as required pursuant to Sections 285.525 through285.555 of the Revised Statutes of Missouri 2000, as amended.

    2. Pursuant to Sections 285.525 through 285.555 of the Revised Statutes of Missouri2000, as amended, _____________________ (CONSULTANT) does notknowingly employ any person who is an unauthorized alien in connection withthe contracted services under this Agreement.

    _____________________Affiant

    IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed myofficial seal this ____ day of ____________, 20__.

    _____________________Notary Public

    My Commission Expires:

    ** NOTE: Signature page of Memorandum of Understanding with

    Homeland Security for E-Verify must be submitted with proposal.