CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Similar documents
REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

City of Malibu Request for Proposal

TOWN AUDITING SERVICES

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Londonderry Finance Department

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Amalgamation Study Consultant

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Grant Seeking Grant Writing And Lobbying Services

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

Spokane Airport Board (Spokane International Airport, Airport Business Park, Felts Field) GENERAL OVERVIEW

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

Request for Proposals

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSALS RFP# CAFTB

REQUEST FOR PROPOSALS

INVITATION TO BID (Request for Proposal)

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

REQUEST FOR PROPOSAL

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR PROPOSAL

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

REQUEST FOR PROPOSAL

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposal for: Financial Audit Services

Request For Proposal; Stockpile Tire Cleanup. Issued by Ontario Tire Stewardship

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

City of Gainesville State of Georgia

TOWN OF TAOS, NM REQUEST FOR PROPOSALS FOR LOBBYIST CONSULTANT SERVICES. CONTROL NO. : RFP No. SB07-PO1516

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

1:1 Computer RFP School Year Harrison School District Two

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR PROPOSALS RFP No IBM Software Subscription and Support Renewal

REQUEST FOR PROPOSALS RFP No IBM Software Subscription and Support Renewal

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

Tourism Marketing Strategy

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

All proposals must be submitted in a sealed package plainly marked:

Request for Proposal ONLINE TICKETING SERVICES PROVIDER RFP Lake Metroparks Concord Woods Spear Road Concord Township, Ohio 44077

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Ontario College of Trades

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

NORTHWEST FLORIDA STATE COLLEGE FOUNDATION, INC. REQUEST FOR PROPOSALS FOR RFP MAJOR GIFTS CAMPAIGN/FUNDRAISING CONSULTANT

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Request for Proposal for: Financial Audit Services

SCHOOL BOARD ACTION REPORT

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

Dakota County Technical College. Pod 6 AHU Replacement

Bowen Island Municipality

NOTICE OF REQUEST FOR PROPOSALS

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

REQUEST FOR PROPOSAL FOR Network Penetration and Vulnerability Testing

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSAL

The University of Texas System Request for Proposal to. Launch an Entrepreneurship Mentor Network Pilot Program RFP# OTC

Transcription:

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL 2011 PREPARED BY THE CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT FINANCE DEPARTMENT Ronnie J. Campbell Director of Finance Firm Name: Contact Name: Contact Email: Contact Phone:

NOTICE REQUEST FOR PROPOSALS/QUALIFICATIONS WATER AND SEWER RATE STUDIES Notice is hereby given that sealed proposals will be received at the Finance Department, until Monday, May 16, 2011, 4:00 pm local time, for performing all work necessary and incidental to: Conducting comprehensive Water and Sewer Rate Studies to independently assess and evaluate the City of Camarillo and Camarillo Sanitary District s existing water and sewer rates and provide recommendations to adequately fund water and sewer utility operations and capital costs while minimizing rates to the greatest degree possible. The two studies are to be conducted by one consulting firm. Proposals shall be delivered and addressed to: City of Camarillo Finance Department Ronnie J. Campbell 601 Carmen Drive Camarillo, CA 93010 Proposals shall be submitted in a sealed envelope and plainly marked on the outside of the envelope, Request for Proposals for Water and Sewer Rate Studies, (Proposer s Name), and are due before Monday, May 16, 2011, 4:00 pm local time. No oral, telegraphic, electronic, facsimile, or telephonic proposals or modifications will be considered. Proposals received after the scheduled Submittal Deadline will be returned unopened. Proposals postmarked prior to submittal deadline, but received after the deadline will be returned unopened. Copies of the Proposal Package may be obtained by contacting Yolanda Espinoza at 805-388-5320, or by email at yespinoza@ci.camarillo.ca.us. Yolanda Espinoza is the Administrative Specialist in the Finance Department for the City of Camarillo and Camarillo Sanitary District (City/CSD). Proposals will not be opened publicly, and the City/CSD will endeavor to keep such confidential until a preferred service provider is recommended to the City Council and CSD Board of Directors. Proposals must bear original signatures and figures. Jeffrie Madland, City Clerk Published:, 2011 2

Water and Sewer Rate Studies TABLE OF CONTENTS Section Page No A. Scope of Work 4 Studies Objectives 4 Studies Requirements 5 Studies Elements 6 Services to be provided by Consultant 7 Services to be provided by the City of Camarillo and Camarillo Sanitary District 7 B. Instruction to Proposers 9 Technical Proposal 9 Cost Proposal 9 Agreement 9 Current Rates 10 Deadline for Submission of Proposals 10 Selection of Consultant 10 Standard Terms Applicable to All Proposals 11 C. Proposal Review Process 15 Proposal Review and Award Schedule 15 Proposal Opening/Rejection/Waiver 15 Proposal Review Process and Award of Contract 16 D. Planning Calendar 18 E. Form of Agreement Exhibit A F. Current Rate Structures Exhibit B 3

Water and Sewer Rate Studies Section A SCOPE OF WORK The City of Camarillo (City) and Camarillo Sanitary District (CSD) are requesting proposals from qualified consultants to conduct comprehensive Water and Sewer rate studies. The intent of the studies is to independently assess and evaluate the City/CSD s existing water and sewer rates and provide recommendations. The broad objective of each study is to adequately fund water and sewer utility operations and capital costs while minimizing rates to the greatest degree possible. Each study will be based on a comprehensive review of the City/CSD s water and sewer funds and budgets, Water and Sewer System Master Plan Updates, capital improvement plans, water and sewer system improvement feasibility studies, customer classes, current usage data, future planned growth of the City/CSD and any other information deemed necessary. A. STUDIES OBJECTIVES 1. Propose water and sewer rates within the City/CSD s existing rate structure that are fair and objective and reflect the cost of services. 2. Propose water rates that encourage water conservation. 3. Propose recycled water rates (where supply is available) for landscape customers to capture capital and operational expenditures 4. Propose sewer flat rates depending on customer class. 5. Provide a comparison of current water and sewer system costs (operations, capital improvements, environmental resource management) against appropriate industry benchmarks. 6. Identify those portions of water and sewer system revenues that fund water and sewer system costs. 7. Recommend a baseline rate structure required to fund water and sewer system costs as well as adjustments to rates needed to fund other costs for a two year period. 8. Review the City/CSD s current water and sewer connection buy-in or capital improvement project (CIP) fee for future new service locations, and assess its suitability for cost recovery. 4

B. STUDIES REQUIREMENTS The studies are to be performed in conformance with the following policy directions: 1. The City/CSD s existing rate structures shall be evaluated. 2. The recommended rates shall be based on cost of service and shall be sufficient to meet the short and long-term revenue requirements of the City Water and CSD s Sewer utility operations. 3. The studies shall recommend rates that consider and make provisions for the following factors: a) Current and future cost of providing water and sewer in accordance with established and anticipated standards and regulations. b) Projected demands. c) Availability of water supply. d) Age and condition of water and sewer systems and the need to fund longterm capital improvement/replacements. e) Upcoming revisions to California State s Water and Sewer codes. f) Impact of current and future environmental regulations. g) Other impacts as identified. 4. The recommended rates shall provide direct identification of revenues appropriate to fund operating activities and infrastructure. 5. The recommended rates shall be consistent with industry practice for utility rate making in California. The studies shall recommend rates based upon standard rate practices that meet the criteria. 6. The water study shall include two separate models: one non-conservation, and one conservation with a provision for an emergency rate structure to address loss of ground water supply, drought, etc. 7. The benefits of any proposed modifications shall be weighed against the financial impacts on ratepayers. 8. Justifications for any special classes of customers under the recommended rate structure shall be demonstrated. 9. The recommended rates shall result in no decrease in stability of the revenue stream to the Water and Sewer Funds, as compared to the current structure. 10. The recommended rates shall consider the type and amount of reserves appropriate to the City Water and CSD Sewer operations taking into consideration reserves for cash flow, catastrophes, infrastructure replacement and other appropriate purposes. 5

11. Any proposed rates must take into consideration, the City/CSD s automated billing system capabilities. 12. The recommended rates shall be planned for at least two years. 13. The rate studies shall include an easy-to-use electronic model, in either Microsoft Excel or Access to be used by the City/CSD for future rate setting. C. EACH STUDIES ELEMENTS In making its rate recommendations, the final reports shall explicitly include the following elements and analysis: 1. Current Rate Structure: Assess the current rate structure s suitability for sustaining cost recovery based on customer demands. 2. Equity: Assess the equity of recommended water and sewer rates for all types of property ownership. 3. Conservation Impacts: Assess the interaction between the water conservation elements of the recommended rates and their impacts on the ability to fund water and sewer operations, as well as their impact on the economic well-being of the community. 4. Environmental Regulations: The studies shall include an assessment of the revenue stream generated by the recommended rates and their ability to continue to fully fund water and sewer system costs under the impacts of future water quality and environmental regulations and standards. 5. Other Service Charges: Assess existing customer service fee structure and identify other potential areas for service and system charges (shut-down activities, back-flow devices, plan reviews, water and sewer service shut-offs, etc.) and recommend changes, if appropriate. Assessment is to note any resulting increase in liability the City/CSD may incur as result of assessing the fees. 6. Annual Operating Fund Balance Targets: Recommend reserve levels for operating and capital replacement as well as cash flow and unforeseen events. 7. Electronic Rate Model: Provide an easy-to-use electronic rate model for the City/CSD to use in future rate setting. D. SERVICES TO BE PROVIDED BY CONSULTANT 6

1. Conduct a detailed review of the existing water and sewer rates and status of the water and sewer funds, and develop a general familiarity with the City/CSD s billing system. 2. Meet or confer with staff as needed and attend one meeting (evening) with the City Council and CSD Board of Directors at a working session to present the interim status of the studies and obtain their input. Attend the public hearing (evening) where the water and sewer rates are considered for adoption. 3. Conduct analyses as required to address the scope of work. 4. Preliminary Reports: a) Prepare preliminary studies reports and tentative rates. b) Present preliminary reports and tentative rates to the City Council and CSD Board of Directors at a Joint Study Session. 5. Final Reports a) Incorporate changes pursuant to comments received at the first presentation. b) Submit 15 copies of each report, plus one reproducible copy. c) Provide a disk with report in MS Word format, with spreadsheets in Excel format. d) Present the final reports and recommended rates to the City Council and CSD Board of Directors and members of the public at a regular CSD and Council meeting. 6. Supply a time schedule for developing the preliminary and final reports. The preliminary reports shall be delivered to the City/CSD by Friday, August 12, 2011, and the final reports by September 9, 2011. 7. Provide an easy-to-use electronic rate model in MS Excel or Access for the City/CSD to use in future rate setting. E. SERVICES TO BE PROVIDED BY THE CITY/CSD The services to be provided by the City/CSD include, but are not necessarily limited to the following: 1. Furnish all reasonably available records and information, including financial reports, budgets, consumption data, meter sizes and customer classes. 2. Provide a loaner copy of the most recent Water and Sewer System s Master Plans. 3. Provide information on the most recent Capital Improvement Project list. 7

4. Provide staff support and assistance as required and agreed to in advance of the studies. 8

Water and Sewer Rate Studies Section B INSTRUCTION TO PROPOSERS PROPOSAL REQUIREMENTS Each individual or firm (Proposer) submitting a proposal shall meet all of the terms and conditions specified in this Request for Proposal (RFP). By its proposal submittal, the Proposer acknowledges agreement with the acceptance of all provisions of the RFP. A. TECHNICAL PROPOSAL The following information is to be submitted as part of the proposal. The proposal is not to be more than ten single-sided pages in length including single page resumes of persons to be assigned to the project. Three copies of the proposal are to be provided. Other material may be attached as deemed appropriate, to include copies of rate studies performed by the applicant that most closely fit the scope of work outlined above. The ten-page portion of the proposal is to be organized as follows: 1. Approach to the Project: Describe your approach to this project and any special ideas, techniques or suggestions that you think might make the project proceed smoothly. 2. Experience: Describe the experience of the firm and of the individuals assigned with related projects of a similar nature. The team s experience with creating various rate structures, including the MWD rate structure, and potable, recycled, and sewer rate structures, will be considered during the review process. Provide at least three references. 3. Qualifications: Describe your staff's unique qualifications and training for this type of work. 4. Schedule: Describe your plan/schedule for completing the work. A shorter timeline is preferred and will be given added value in the evaluation of the proposals. B. COST PROPOSAL A separate sealed envelope shall be provided containing the Cost Proposal for the studies. The Cost Proposal shall separate costs for Water and Sewer studies separately. C. AGREEMENT A copy of a proposed agreement is attached, as Exhibit A. Insurance must be received prior to agreement implementation. Evidence of 9

D. CURRENT RATES Copies of the current rate structures are included as Exhibit B. E. DEADLINE FOR SUBMISSION OF PROPOSALS 1. Interested firms should submit proposals by 4:00 P.M. Monday, May 16, 2011 to: City of Camarillo Finance Department Ronnie J. Campbell 601 Carmen Drive Camarillo, CA 93010 2. Technical Proposals should be sealed and marked: Technical Proposal Water and Sewer Rate Studies City of Camarillo and Camarillo Sanitary District 3. Cost Proposals should be sealed and marked: Cost Proposal Water and Sewer Rate Studies City of Camarillo and Camarillo Sanitary District SELECTION OF CONSULTANT A committee made up of City/CSD employees will evaluate proposals. They will be evaluated on the basis of experience, qualifications, your approach to the project, degree of City/CSD staff time required to complete the project, and any innovative ideas you have for making the project go quickly and smoothly. Final selection will be based on the evaluation of proposals unless it is deemed necessary by the committee to conduct interviews of closely scored consultants. The consultant determined best qualified to perform this project will be recommended to the City Council and CSD Board of Directors for contract award. The City/CSD reserves the right to reject any and all proposals for any reason deemed appropriate by the City/CSD. 10

Standard Terms Applicable to All Proposals Acceptance Period Unless otherwise specified herein, proposals are firm for a period of ninety (90) days. Time frame may be longer depending on your needs. Addenda Acknowledgment Each proposal shall include specific acknowledgment of receipt of all addenda issued during the solicitation period. Failure to so acknowledge may result in the proposal being rejected as not responsive. Authorized Signatures Every proposal must be signed by the person or persons legally authorized to bind the Proposer to a contract for the execution of the work. Upon request of the City/CSD, any agent submitting a proposal on behalf of a Proposer shall provide a current power of attorney certifying the agent s authority to bind the Proposer. If an individual makes the proposal, his or her name, signature, and post office address must be shown. If a firm or partnership makes the proposal, the name and post office address of the firm or partnership and the signature of at least one of the general partners must be shown. If a corporation makes the proposal, the proposal shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person signing on behalf of the corporation. Upon request of the City/CSD, the corporation shall provide a certified copy of the bylaws or resolution of the board of directors showing the authority of the officer signing the proposal to execute contracts on behalf of the corporation. Proposal Retention City/CSD reserves the right to retain all proposals for a period of ninety (90) days for examination and comparison. Business Tax The selected Proposer must have a valid City of Camarillo Business Tax Certificate prior to execution of the contract. Additional information regarding the City s Business Tax program may be obtained by calling (805) 388-5330. Cancellation of Solicitation The City/CSD may cancel this solicitation at any time. Compliance with Laws All proposals shall comply with current federal, state, and other laws relative thereto. RFP Documents, Examination of It is the responsibility of the Proposer to carefully and thoroughly examine the documents contained in this RFP. Proposer shall satisfy himself as to the character, quantity, and quality of work to be performed and materials, labor, supervision or equipment necessary to perform the work as specified by this RFP. The failure or neglect of the Proposer to examine the RFP Documents shall in no way relieve him from any obligations with respect to this solicitation. The submission of a proposal shall constitute an acknowledgment upon which the City/CSD may rely that the Proposer has thoroughly examined and is familiar with the RFP and the project. No claim will be allowed for additional compensation that is based upon a lack of knowledge of any solicitation document. 11

Cost of Proposal The City/CSD is not liable for any costs incurred by Proposers before entering into a formal contract. Costs of developing the proposals or any other such expenses incurred by the Proposer in responding to the RFP, are entirely the responsibility of the Proposer, and shall not be reimbursed in any manner by the City/CSD. Definition of Terms For the purposes of this RFP, the following definitions apply: a. City of Camarillo and Camarillo Sanitary District and City/CSD. City of Camarillo, Camarillo Sanitary District, CSD, and City/CSD are used interchangeably and are synonymous with one another. b. Contractor. Same as Successful Proposer. c. May/Should. Indicates something that is not mandatory. Failure to do what may or should be done will not result in rejection of your proposal. d. Must/Shall. Indicates a mandatory requirement. A proposal that fails to meet a mandatory requirement may be deemed non-responsive and not be considered for award. e. Proposer. The person or firm making the offer. f. Proposal. The offer presented by the Proposer. g. RFP. Acronym for Request For Proposals. h. Submittal Deadline. The date and time on or before all proposals must be submitted. i. Successful Proposer. The person, contractor, or firm to whom the award is made. Disqualification of Proposer If there is reason to believe that collusion exists among the Proposers, the City/CSD may refuse to consider proposals from participants in such collusion. No person, firm, or corporation under the same or different name, shall make, file, or be interested in more than one proposal for the same work unless alternate proposals are called for. A person, firm, or corporation who has submitted a sub- Proposal to a Proposer, or who has quoted prices on materials to a Proposer, is not thereby disqualified from submitting a sub-proposal or quoting prices to other Proposers. Reasonable grounds for believing that any Proposer is interested in more than one Proposal for the same work will cause the rejection of all Proposals for the work in which a Proposer is interested. If there is reason to believe that collusion exists among the Proposers, the City/CSD may refuse to consider Proposals from participants in such collusion. Proposers shall submit as part of their Proposal documents the completed Non-Collusion Affidavit provided herein. 12

Documents to be Returned with Proposal Failure to completely execute and submit the required documents before Submittal Deadline may render a proposal non-responsive. The documents that must be returned by the Submittal deadline are listed on the form entitled Proposal Forms to be Returned and attached hereto. Execution of Agreement The Successful Proposer will be required to execute an agreement in the form attached hereto in Section E of this RFP and comply with all requirements of said Agreement. In case of failure of the Contractor to execute and return the contract and all required documents within the time allowed, the City/CSD may, at its option, consider that the Proposer has abandoned the contract, in which case the Proposal Security Bond, if one was required, shall be forfeited by the Proposer and become the property of the City/CSD. Conflict of Interest Proposer covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the services hereunder. Contractor certifies that to the best of his knowledge, no one who has or will have any financial interest under this contract is an officer or employee of the City or CSD. Questions and Comments PRE-SUBMITTAL QUESTIONS The City/CSD will accept pre-submittal questions from RFP participants in the interest of clarity and complete responses to the RFP. The RFP participants are encouraged to cover all questions in one request so that City/CSD staff can provide timely and effective responses. All pre-submittal questions will only be accepted by email until Wednesday, May 11, 2011. Responses to all questions will be emailed to all RFP participants. RFP questions are to be submitted to Yolanda Espinoza at yespinoza@ci.camarillo.ca.us. In order to assure that the City/CSD has one contact person per Water and Sewer rate studies firm, please provide this contact information to Yolanda Espinoza via email as early as possible. The City/CSD will conclude that the Water and Sewer rate studies firms that do not provide email contacts do not want to be included in Pre-Submittal information sharing. Any response will be in a form of an addendum and will be sent as promptly as is practical to all parties registered with the City/CSD pursuant to the Registration Section set out below. All such addenda shall become a part of the RFP. Any prospective Proposer who obtained the RFP from anyone other than the City/CSD is responsible for registering with the City/CSD and wish to receive subsequent Addenda. Submittal One original and (2) copies of the Technical Proposal and one original Cost Proposal must be submitted on or before the Submittal Deadline. Proposers shall submit one (1) original proposal marked ORIGINAL and all required identical copies. If discrepancies are found between the copies, or between the original and copy or 13

copies, the ORIGINAL will provide the basis for resolving such discrepancies. If no document can be identified as original bearing original signatures, Proposer s proposal may be rejected at the discretion of the City/CSD. Proposal Deadline Proposals shall be submitted in a sealed envelope and plainly marked on the outside of the envelope, Technical Proposal - Water and Sewer Rate Studies, (Proposer s Name), and Cost Proposal - Water and Sewer Rate Studies, (Proposer s Name), and are due before Monday, May 16, 2011, 4:00 pm local time. No oral, telegraphic, electronic, facsimile, or telephonic proposals or modifications will be considered. Proposals received after the scheduled Submittal Deadline will be returned unopened. Proposals postmarked prior to submittal deadline, but received after the deadline will be returned unopened. The City/CSD reserves the right to extend the Submittal Deadline when it is in the best interest of the City/CSD. A Proposer who fails to register with the City/CSD as outlined above may be deemed non-responsive and not be considered for award. Proposal Modifications Any Proposer who wishes to make modifications to a proposal already received by the City/CSD must withdraw his proposal in order to make the modifications. All modifications must be made in ink, properly initialed by Proposer s authorized representative, executed, and submitted in accordance with the terms and conditions of this solicitation. It is the responsibility of the Proposer to ensure that modified or withdrawn proposals are resubmitted before the Submittal Deadline. Proposal Withdrawal A Proposer may withdraw proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to Ronnie J. Campbell, Director of Finance for the City of Camarillo, to withdraw, in which event the proposal will be returned to the Proposer unopened. Proprietary Information The original copy of each proposal shall be retained for official files and will become public record after the award of a contract unless the proposal or specific parts of the proposal can be shown to be exempt by law. Each Proposer may clearly label part of a proposal as CONFIDENTIAL if the Proposer thereby agrees to indemnify and defend the City/CSD for honoring such a designation. The failure to so label any information that is released by the City/CSD shall constitute a complete waiver of all claims for damages caused by any release of the information. If a public records request for labeled information is received by the City/CSD, the City/CSD will notify the Proposer of the request and delay access to the material until seven working days after notification to the Proposer. Within that time delay, it will be the duty of the Proposer to act in protection of its labeled information. Failure to so act shall constitute a complete waiver. 14

Water and Sewer Rate Studies Section C PROPOSAL REVIEW PROCESS PROPOSAL REVIEW AND AWARD SCHEDULE The following is an outline of the anticipated schedule for proposal review and contract award: Issued RFP 04/28/11 Pre-Submittal Questions Deadline 05/11/11 Proposals Submittal Deadline 05/16/11 Conduct Interviews (if necessary) 05/18-19/11 Award Studies Contract 05/25/11 Preliminary Draft Studies Delivered 08/12/11 Final Studies Completed 09/09/11 Proposal Opening/Rejection/Waiver All proposals, irrespective of irregularities or informalities, will be opened at the time stipulated in the RFP document. This is not a public opening. A tally of the names will be performed and may be released upon request. No other information will be released. The City/CSD reserves the right to postpone the Submittal Deadline and opening of proposals any time before the date and time announced in the Request For Proposals or subsequent addenda. The City/CSD reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. The City/CSD also reserves the right to reject the Proposal of any Proposer who previously failed to perform adequately for the City/CSD or any other governmental agency. The City/CSD expressly reserves the right to reject the Proposal of any Proposer who is in default on the payment of taxes, licenses or other monies due the City/CSD. 15

PROPOSAL REVIEW PROCESS AND AWARD OF CONTRACT Proposals will be evaluated by a review committee of City/CSD staff using a two-stage selection process described below. The Committee will evaluate all proposals received in accordance with the Evaluation Criteria. The City/CSD reserves the right to establish weight factors that will be applied to the criteria depending upon order of importance. The criteria, however, are not listed in any order of preference. Weight factors and evaluation scores will not be released. The City/CSD is not obligated to accept the lowest proposal, but will make an award in the best interests of the City/CSD after all factors have been evaluated. Phase 1 Written Proposal Review/Finalist Candidates Selection The City/CSD reserves the right to further negotiate the proposed work scope and/or method and amount of compensation. A group of finalist candidates may be selected for follow-up interviews and presentations. The Evaluation Criteria are as follows: 1. Mandatory Elements a. The Water and Sewer rate studies firm is independent and licensed to practice in California. b. The firm has no conflict of interest with regard to any other work performed by the firm for the City/CSD. c. The firm adheres to the instructions in this request for proposal on preparing and submitting the proposal. 2. Technical Quality a. The quality of the firm s professional personnel to be assigned to the engagement and the quality of the firm s management support personnel to be available for technical consultation. b. Adequacy of proposed staffing plan for various segments of the engagement. Discussions may, at the City/CSD s sole option, be conducted with responsible Proposers who submit proposals determined to be reasonably susceptible of being selected for an award. Discussions may be for the purpose of clarification to assure full 16

understanding of, and responsiveness to, the solicitation requirements. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and written revision of proposals. Revisions may be permitted after submissions and before award for obtaining best and final proposals. In conducting discussions, the City/CSD will not disclose information derived from proposals submitted by competing Proposers. Contract award will be based on a combination of factors that represent the best overall value for completing the work as determined by the City/CSD, including: the written proposal criteria described above; results of background and reference checks; results from the interviews and presentation phase; and proposed compensation. A Notification of Intent to Award may be sent to any Proposer selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing Proposers unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City/CSD in its sole discretion may negotiate a contract with another Proposer or withdraw the RFP. 17

Water and Sewer Rate Studies Section D PLANNING CALENDAR Request for Proposal (RFP) Issued April 28, 2011 Last Date for Pre-Submittal Questions May 11, 2011 Due Date for Proposals May 16, 2011 Conduct Interviews May 18-19, 2011 Award Studies Contract May 25, 2011 Draft Studies August 12, 2011 Final Studies September 9, 2011 18