Loading...
Request for Proposals - Solid Waste Operations and Rate Review Study Copyrighted April 2, 2018 City of Dubuque Consent Items # 5. ITEM TITLE: Request for Proposals -Solid Waste Operations and Rate Review Study SUMMARY: City Manager recommending approval to issue a Request for Proposals for consulting services for a solid waste operations and rate review study. SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Approve ATTACHMENTS: Description Type Solid Waste Operations and Rate ReviewStudy RFP- City Manager Memo NNM Memo Staff Memo Staff Memo Solid Waste Operations Study RFP Supporting Documentation THE CITY OF Dubuque � AIFA�erlwGh UB E '�� III► Masterpiece on the Mississippi Z°°'�w'2 7A13 2017 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Request for Proposal for Consulting Services DATE: March 19, 2018 Public Works Director John Klostermann recommends City Council approval to issue a Request for Proposals for consulting services for a solid waste operations and rate review study. I concur with the recommendation and respectfully request Mayor and City Council approval. �L;� 1��, ����.� Mic ael C. Van Milligen �� � MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Teri Goodmann, Assistant City Manager Cori Burbach, Assistant City Manager John Klostermann, Public Works Director THE CTTY OF Dubuque �" ui���eNe�ary DUB E 'il��i;' Masterpiece on the Mississippi Z°°' Z°'Z 2013 2017 TO: Michael C. Van Milligen, City Manager FROM: John Klostermann, Public Works Director JK SUBJECT: Request for Proposal for Consulting Services — 67054500 DATE: March 19, 2018 INTRODUCTION The purpose of this memorandum is to request your permission to proceed with issuing a Request for Proposals (RFP) for consulting services for a solid waste operations and rate review study. DISCCUSSION In the fiscal year 2018 Refuse Collection (67054500) activity provided $30,000 (62716) for a consultant to help co-create a collection efficiency study to guide the department in the area of solid waste services. The RFP was developed by Resources Management Coordinator and Supervisor Anderson Sainci and reviewed by Assistant City Manager Cori Burbach and Green Dubuque President Paul Schultz. I am recommending that the City release the attached RFP, soliciting proposals from qualified consulting firms to develop the solid waste operations and rate review study. I am also recommending the following staff inembers serve on the review committee: Assistant Public Works Director Renee Tyler, Resources Management Coordinator and Supervisor Anderson Sainci, Purchasing Coordinator Tony Breitbach, Solid Waste Administrator John Foster, and myself. BUDGETIMPACT There is $30,000 budgeted for this project in fiscal year 2018. ACTION I request your approval of the attached RFP and authorization to release the RFP to the public. ATTACHMENTS REQUEST FOR PROPOSAL (RFP) THE CITY OF ISSUE DATE: CONTACT: Anderson Sainci DUB E PHONE NO: 563-589-4250 FAX NO: 563-589-4252 Masterpiece on the Mississippi EMAIL: asa"'°'@cityofdubuque.org SUBMIT PROPOSAL/OFFER PRIOR TO: SUBMIT TO: City Clerk,City Hall,50 W 13�' CLOSING DATE: May 1,2018 Street,Dubuque IA CLOSING TIME 3:00 PM ocal time FAX/EMAIL NOT ACCEPTED DESCRIPTION: Performance Analysis of Solid Waste Operations and Rate Review RECEIPT OF PROPOSAL ACKNOWLEDGEMENT If you are considering a response to this RFP, please mark the box to � the left, fill in the information below and return this sheet as a confirmation that you received this RFP. NO RESPONSE REPLY � If you do not want to respond to this RFP at this time, please mark the box to the left fill in the information below and return this sheet only. COMPANY NAME: DATE: MAILING ADDRESS: CITY/STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: 1 THE CITY OF DUB E Masterpiece on the Mississippi CITY OF DUBUQUE PUBLIC WORKS DEPARTMENT REQUEST FOR Proposals Performance Analysis of the Solid Waste Operations and Rate Review _.,� �� ' ti'� f�'� .,�. � 16�r�.�� �I� '°�+'�� �- d ( y..� r..3�wC. .`�'b �� . �_ — . ... ,.A^H'. . -.s���3.�'. Sa T9`�".S I�"v.� � _ � �1l� 1�� �1 �� �w� __.. . , _ ..' .�� y, � i �� _ � �...,�:.��s I -'I'� , ��� � .�.� .�i--� �` . � , � _ � � � � � � � � � — ���� i , ; �_ �a � _ _ ,� ��� -,� -- '� �� _ � � __ �,�:, w ��' � . . _ _ _. --�� - � � __ �.: � `�--__ -'. -� ' ��� � � �� �� - - :�° .�. _ ,�,: �_ �; Proposal Due 3:00 pm May 2, 2018 At Office of the City Clerk 50 W13th Street Dubuque, lowa 52001 2 RFP ORGANIZATION Performance Analysis of the Solid Waste Operations and Rate Review Table of Contents: SECTION PAGE 1.0 Introduction... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 4 2.0 Background... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 4 3.0 Scope of Services... ... ... .... ... ... ... ... ... ....... ... ... ... ... ... ... 6 4.0 Proposal Contents ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ..... 7 5.0 Selection Process ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 8 6.0 Submittal Requirements ... ... ... ... ... ... ... ... ... ... ... ... ... ... .. 8 7.0 Contractual Requirement ... ... ... ... ... ... ... ... ... ....... ... ... ... 8 Appendix A Insurance Requirements... ... ... ... ... ... ... ... ... ... ... ..... 9 3 1. I ntrod uction The City of Dubuque Public Works Department ("City") is soliciting competitive sealed proposals from qualified consulting firms to help co-create a collection efficiency and rate study to improve the effectiveness and efficiencies of the City's Resources Management program. The goal of this project is to enhance the existing programs while exploring new opportunities including innovative systems that may be beneficial for the community, including best management practices for modern collection systems, advanced truck technologies, and, identifying ways to enhance programs. The study should also review and suggest ways to optimize the current rate structure and identify costs related to a potential phased implementation of automated collection services where appropriate. A critical component of this study will be co-conduct a community engagement process, in collaboration with City staff, the Resilient Community Advisory Commission, and City partners, to ensure the community has an opportunity to provide public input on the City's collection options and future direction. 2. Background Dubuque strives to become a more viable, livable, and equitable community. We embrace economic prosperity, environmental integrity, and social/cultural vibrancy to create a sustainable legacy for generations to come. In 2006, the City of Dubuque made a strong commitment to the environment and all the elements of sustainability, as outlined in the Sustainable Dubuque Plan. That commitment has remained strong and is a key component to the City's "Imagine Dubuque 2037 " Comprehensive Plan. The comprehensive plan helps guide Resource Management and desires reductions in the City's Green House Gas and Carbon Footprint. Increased reduction and diversion of food waste was the highest priority identified in community input to the Resource Management element in the plan. Dubuque is the oldest city in lowa with hilly terrain, many tight streets and alleys and dense areas with little off-street parking. The City provides weekly residential solid waste and recycling (single-stream) curbside collection to an estimated 20,000 single family and multi-family households, in up to six (6) dwelling units per building, located within the city limits. In addition to scheduled weekly services, other collections provided by the City include curbside collection for yard debris, food scraps (including services to schools and some businesses), appliances, leaf rake out collection and bulky waste collection. The City has a total of twelve (12) semi-automated collecton routes using six (6) refuse trucks, five (5) recycling tucks and one (1) yard debris/food scrap truck that collect customer discards Monday-Friday. The City also has a truck with a crane for assisting in collection of bulky item and a smaller flatbed truck with a tailgate lift to collect appliances. The selected consultant will make recommendations for improving collection operations, including potential costs related to implementation of phased automated collection services where desirable. 4 The City uses a Pay-As-You-Throw (PAYT) program, also known as variable rate or unit based pricing. A customer generally pays according to the quantity of material they discard. Basic services for a residential customer includes one thirty- five (35) gallon can or bag, not to exceed forty (40) pounds, with unlimited recycling. Customers are also offered multiple options to divert materials other than trash disposal at little or no additional cost. The City has over twenty (20) service fees. The selected consultant will make specific recommendations for appropriate rates where changes are desirable. Current service options and fees are provided in Table 1 below. Table 1 Service Options and Rates Monthl Services Fees Basic Service: 35 allon can $15.11 Ti er cart: 48 allon alle collection $15.11 Ti er cart Subscri tion: 65 allon $20.65 Ti er cart Subscri tion: 65 allon alle collection discount $16.00 Ti er cart Subscri tion: 95 allon $29.00 Ti er cart Subscri tion: 95 allon alle collection discount $24.00 Ti er cart: 65 allon for ard debris $11 .00 Extra can: 35 allon $8.00 Oversize can: 50 allon $5.00 2"a Oversize can: 50 allon $12.00 18 allon ellow rec clin bins: non customers subscri tion $3.00 Food scra :13 allon Cit Accts & K-12 $1 .00 Food scra : 48 allon Cit Accts & K-12 $8.00 Food scra : 65 allon Cit Accts & K-12 $11 .00 Food scra : 13 allon Commercial $4.00 Food scra : 48 allon Commercial $15.00 Food scra : 65 allon Commercial $20.00 One Time Rate Sin le Setout Sin le use sticker reen for refuse $1 .50 Sin le use sticker ellow for ard debris $1 .30 Leaf rake out ro ram $20.00 Brush ties $1 .30 Lar e Item Bul Waste Collection: First load $10.00 Lar e Item Bul Waste Collection: Second load $12.50 Lar e Item E-Waste Collection: First devise $20.00 Lar e Item E-Waste Collection: Second devise $15.00 Tire Collection: on rims $6.00 Tire Collection: off rims $4.00 All acce table a liances $10.00 Annual Rate Annual ard waste decal $35.00 s 3. Scope of Services Task I is to complete a holistic review of City resource management operations to identify opportunities for improved resiliency and efficiency. Then to make specific recommendations to improve the Resource Management programs. There is extensive actionable historic collection and operational data that will be available to the selected consultant. Deliverables include: • Specific recommendation on alternative funding models to convert vehicles and containers to automated collection where desirable. Task II of the project is to co-create a community engagement process to ensure every resident has an opportunity to participate in waste minimization strategies identified in the City's "Imagine Dubuque 2037" Comprehensive Plan. Deliverables include: • Specfic recommendations identifying best practices, action plans, and/or strategies to adopt and implement "paths to zero waste" including measurable goals, targets, timelines, and outcomes. Task III is to perform a comprehensive rate analysis of all collection rates and fees to determine how the fee structure could be improved. Deliverables include: • Specific recommendations on how the rate structure could be changed and what effect changes will have on our current revenues and expenses. The recommendation should include a plan to purchase various cart sizes proposed for a phased implementation to automated trash collection services where appropriate. . The recommendation should include the following; o Revenue Requirement - compares the revenues to the expenses of the proposed collection implementation to determine the overall rate adjustment required; o Cost of Service Analysis - allocates the revenue requirement to the various customer service classes in a fair and equitable manner; and, o Rate Design Analysis which considers both the level and the structure of the rate design to collect the target level of revenues o The vendor should include a projection of debt service along with the revenue for a five year period. 6 4. Proposal Contents To be considered responsive, all proposals must include at a minimum the following information: 4.1 Description of Proposed Services and Products This section of the proposal should convey the consultanYs understanding of the proposed project and the consultanYs proposed approach and work plan for providing the requested services as outlined in the Scope of Services. This section should also include any proposed changes in the Scope of Services that the consultant thinks necessary to reach the projecYs objectives. The description of proposed services should be broken down into separate tasks for presentation in an orderly fashion. Key personnel assigned for each major task should be identified, including the overall project manager. 4.2 Proposed Project Schedule and Costs This section of the proposal should include a proposed schedule for completion of major activities, as well as the total cost for the proposed services and products. The consultant should provide a bar chart depicting the estimated period, task overlaps, and staffing allocation to complete the various tasks presented in the proposed services. Please note that the final report must be received no later than September 1 , 2018. A detailed presentation of the consultanYs fees to perform the proposed services is essential. The proposal should indicate the amount and level of staff time for each major task, with a cost estimate for labor expenses. All other anticipated expenses should be provided on a task-by-task basis, including those for preparing documents, providing multiple copies of the documents, travel, meeting attendance, etc. 4.3 Statement of Qualifications This section of the proposal should identify previous experience in projects similar to this project. Project descriptions and references should be provided in the proposal. In addition to the firm's qualifications, the qualifications of key personnel assigned to this project should be provided. � 5. Selection Process Once the proposals have been received, they will be reviewed by an RFP review committee made up of City staff. Proposers may or may not be interviewed. The proposals will be evaluated by the following general criteria: 1 . Responsiveness to the RFP, including the completeness, adequacy, and thoroughness of the proposal. 2. Qualifications/experience of the firm, particularly experience in similar work. 3. Understanding of the work required and the conceptual and technical approach proposed to accomplish the project in an efficient and timely manner. 4. Cost of the proposed services. 6. Submittal Requirements Proposals are due by 3:00 p.m. CDT on May 2, 2018. Proposals received after this time will be excluded from consideration. Faxed proposals are not acceptable. Seven (7) copies of the proposal should be submitted to: Office of the City Clerk 50 W13th Street Dubuque, lowa 52001 Questions regarding the RFP should be directed to Mr. Anderson Sainci at (563) 589-4250. The City reseroes the right to reject any and all proposals, to reject any provisions of any proposal, to select a proposal that is not the "low bid," to investigate the experience and qualifications of any proposer and to negotiate the requested services and contract terms with any proposer. 7. Contractual Requirements 7.1 Insurance Requirements The City requires that consultants and contractors meet specified insurance requirements. Appendix A shows the standard insurance requirements. You should indicate in your proposal the levels of insurance carried by your firm for the categories specified in Appendix A or include a copy of your most recent Certificate of Insurance. 7.2Consulting Agreement Upon award of work, a Consulting Agreement should be executed between the successful firm and the City. s APPENDIX A INSURANCE SCHEDULE J 1. shall furnish a signed certificate of insurance to the City of Dubuque, Iowa far the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of wark is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Finance Director. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Eg: Project # or Project Location at or construction of 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each certificate shall be furnished to the Department of the City of Dubuque. 4. Failure to provide coverage required by this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Contractors shall require all subconsultants and sub-subconsultants to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurances from all such subconsultants and sub-subconsultants. Contractors agree that they shall be liable for the failure of a subconsultant and subsubconsultant to obtain and maintain such coverages. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to certificate of insurance. 7. Whenever a specific ISO form is listed, required the current edition of the form must be used, or an equivalent form may be substituted if approved by the Finance Director and subjectto the contractor identifying and listing in writing all deviations and exclusions from the ISO form. 8. Contractors shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit L If the contractor's limits of liability are higher than the required minimum limits then the provider's limits shall be this agreemenYs required limits. 9 INSURANCE SCHEDULE J(continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit(any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made,form. The general liability coverage shall be written in accord with ISO form CG0001 or business owners form BP0002. All deviations from the standard ISO commercial general liability form CG 0001, or business owners form BP 0002, shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate LimiY' or CG 25 03 "Designated Construction Project(s) General Aggregate LimiY' as appropriate. 3) Include endorsement indicating that coverage is primary and non- contributory. 4) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 5) Include an endorsement that deletes any fellow employee exclusion. 6) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees, and volunteers. Use ISO form CG 2026. 7) Policy shall include Waiver of Right to Recover from Others endorsement. B) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 io C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85 as amended. Coverage A Statutory State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee-Disease $100,000 Policy Limit-Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Nonelection of Workers' Compensation or Employers' Liability Coverage under Iowa Code sec. 87.22 yes form attached INSURANCE SCHEDULE J (continued) D) UMBRELLA/EXCESS LIABILITY $1,000,000 Umbrella/excess liability coverage must be at least following form with the underlying policies included herein. E) PROFESSIONAL LIABILITY $1,000,000 Provide evidence of coverage for 5 years after completion of project. F) CYBER LIABILITY $1,000,000 yes no Coverage for First and Third Party liability including but not limited to lost data and restoration, loss of income and cyber breach of information. ii PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunitv. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Covera�e. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non-Denial of Coveraee. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) iz