Loading...
HomeMy WebLinkAboutContract 54817 CSC No.54817 CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH(the"City"),a home rule municipal corporation situated in portions of Tarrant, Parker,Denton, and Wise Counties, Texas, as executed by Valerie Washington, its duly authorized Assistant City Manager, and Burns &McDonnell Engineering Company, Inc. ("Consultant"), a Missouri Corporation, as executed by Scott Pasternak , its duly authorized Department Manager, each individually referred to as a "party"and collectively referred to as the"parties." CONTRACT DOCUMENTS: The Contract documents shall include the following: 1. This Agreement for Consulting Services 2. Exhibit A—Scope of Services,Payment Schedule and Hourly Rates for Optional Services All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes. In the event of any conflict between the documents,the terms and conditions of this Consulting Services Agreement shall control. 1. SCOPE OF SERVICES. The Scope of Services represents an overall project by the City to 1) evaluate the performance of the City's Solid Waste contractors and to provide a third-party perspective of the performance history of the these contractors and their operational relationship with the City; 2) to prepare a Request for Proposals for the procurement of the Solid Waste services and 3)to assist the City in the procurement process as identified in the Tasks listed in Exhibit"A",attached and incorporated into this Agreement. Consultant warrants that it will exercise reasonable skill, care and diligence in the performance of its services and will carry out its responsibilities in accordance with customarily accepted professional practices and applicable laws. Except for the express representations and warranties set forth hereinabove and otherwise in this Agreement,Consultant does not make any other express or implied warranties or representations of any kind whatsoever relating to this Agreement or the Services,including any implied warranty of merchantability or fitness for a particular purpose. 2. TERM. This Agreement shall commence upon the date of full execution("Effective Date")and shall continue until the completion of Tasks in Exhibit "A", unless terminated earlier or extended in accordance with the provisions of this Agreement or agreed upon by written amendment to this Agreement by both parties. 3. COMPENSATION. The City shall pay Consultant an amount not to exceed$469,850 in accordance with the provisions of this Agreement and the Payment Schedule shown in Exhibit "A," which is incorporated for all purposes herein.Consultant shall not perform any additional services for the City not specified by this Agreement unless the City requests and both parties approve in writing the additional scope,schedule,and costs for such services. Either party may seek a change order for a change in scope schedule and costs related thereto,which must be OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX agreed upon by both parties by a written amendment to this Agreement. The City shall not be liable for any additional expenses of Consultant not specified by this Agreement unless the City first approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. The City or Consultant may terminate this Agreement at any time and for any reason by providing the other party with 30 days written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder,City will notify Consultant of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay Consultant for services actually rendered up to the effective date of termination and Consultant shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Consultant hereby warrants to the City that Consultant has made full disclosure in writing of any existing conflicts of interest related to Consultant's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Consultant hereby agrees promptly to make full disclosure to the City in writing upon its first knowledge of such conflict. Consultant, for itself and its officers, agents and employees, further agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City, except to the extent that such disclosure is required by applicable law or court order and then only after prior notice to and consultation with the City. Consultant shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Consultant shall notify the City promptly if the security or integrity of any City information has been compromised or is believed to have been compromised. 6. RIGHT TO AUDIT. Consultant agrees that the City shall, until the expiration of three (3)years after final payment under this Agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the Consultant involving transactions relating to this Agreement at no additional cost to the City. Consultant agrees that the City shall have access during normal working hours to all necessary Consultant facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Consultant at least five (5)business days' advance notice of intended audits. Consultant further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall,until expiration of three(3)years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, Page 2 of 8 documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. The audit rights conferred by this section shall not permit the City to access records related to the pricing of fixed-price or lump sum amounts, the build-up of agreed rates or unit prices, or Consultant's estimating records. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Consultant shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Consultant shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers,agents, servants,employees,contractors and subcontractors. Consultant acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Consultant, its officers, agents, employees, servants, contractors and subcontractors. Consultant further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Consultant. 8. LIABILITY AND INDEMNIFICATION. CONSULTANT SHALL RELEASE, DEFEND, INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS,AGENTS AND EMPLOYEES FROM AND AGAINST ALL DAMAGES, CLAIMS, LOSSES, DEMANDS, SUITS, JUDGMENTS AND COSTS, INCLUDING REASONABLE ATTORNEY'S FEES AND EXPENSES, FOR PERSONAL INJURIES (INCLUDING DEATH) AND THIRD-PARTY PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACT OR OMISSION OF CONSULTANT, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS IN THE PERFORMANCE OF SERVICES UNDER THIS AGREEMENT.THE CONSULTANT SHALL NOT BE OBLIGATED OR LIABLE TO THE CITY FOR ANY CLAIM ARISING IN CONNECTION WITH THIS AGREEMENT EXCEPT ITS OWN NEGLIGENCE THAT IS THE FAULT OF THE CONSULTANT, AND/OR ITS AGENTS, EMPLOYEES, OR SUBCONTRACTORS, OR OTHERS FOR WHOM CONSULTANT IS LEGALLY RESPONSIBLE. NOTWITHSTANDING THE FOREGOING, CONSULTANT AGREES, TO THE FULLEST EXTENT PERMITTED BY LAW, TO INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES AGAINST COSTS, DAMAGES, OR LOSSES, INCLUDING REASONABLE ATTORNEYS'FEES AND EXPENSES,RESULTING FROM CLAIMS BY THIRD PARTIES FOR PERSONAL INJURIES (INCLUDING DEATH) OR PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OF CONSULTANT, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS IN THE PERFORMANCE OF PROFESSIONAL DESIGN AND ENGINEERING SERVICES UNDER THIS AGREEMENT. CONSULTANT SHALL NOT BE OBLIGATED TO DEFEND OR INDEMNIFY CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES FOR THEIR RESPECTIVE NEGLIGENCE OR WILLFUL MISCONDUCT. 9. ASSIGNMENT AND SUBCONTRACTING. Consultant shall not assign or subcontract any of its duties,obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall Page 3 of 8 execute a written agreement with the City and the Consultant under which the assignee agrees to be bound by the duties and obligations of Consultant under this Agreement, and Consultant shall have no further liability or obligations under the assigned portion of the Agreement. If the City grants consent to a subcontract, the Consultant shall require such subcontractor to execute a written agreement with the Consultant referencing this Agreement and requiring subcontractor to be bound by duties and obligations substantially similar to those of the Consultant under this Agreement as such duties and obligations may apply to the subcontractor's scope of services. The Consultant shall provide the City with a fully executed copy of any such subcontract upon request,with any financial and proprietary information redacted. 10. INSURANCE. Consultant shall provide the City with certificate(s)of insurance documenting policies of the following coverage limits that are to be in effect prior to commencement of any services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability $1,000,000 Each Occurrence $2,000,000 Aggregate (b) Automobile Liability $1,000,000 Each accident on a combined single limit basis or $250,000 Bodily injury per person $500,000 Bodily injury per occurrence $100,000 Property damage Coverage shall be on any vehicle used by the Consultant, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle"shall be any vehicle owned,hired and non-owned. (c) Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease-per each employee $500,000 Disease-policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act(Art. 8308— 1.01 et seq., Tex. Rev. Civ. Stat.) and policy limits for Employers' Liability of $100,000 each accident/occurrence,$500,000 bodily injury disease policy limit and$100,000 per disease per employee. (d) Professional Liability(Errors&Omissions) $1,000,000 Each Claim Limit $1,000,000 Aggregate Limit Page 4 of 8 Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made, and maintained for the duration of the contractual agreement and for two(2)years following completion of services provided.An annual certificate of insurance shall be submitted to the City to evidence coverage. 10.2 Certificates. Certificates of Insurance evidencing that the Consultant has obtained all required insurance shall be delivered to the City prior to Consultant proceeding with any services pursuant to this Agreement. All policies except Workers' Compensation and Professional Liability shall be endorsed to name the City as an additional insured thereon, as its interests may appear. All policies except Professional Liability and Employer's Liability shall contain a Waiver of Subrogation for the benefit of the City of Fort Worth.The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30) days' notice of cancellation of coverage shall be provided to the City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Consultant's insurance policies.Notice shall be sent to the Risk Manager,City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, with copies to the City Attorney at the same address. 10.3 Waiver of Subrogation for Property Insurance. The City and Consultant waive all rights against each other and their officers,officials, directors, agents, or employees for damage covered by builder's risk insurance during and after the completion of Consultant's services. If the services result in a construction phase related to the project, a provision similar to this shall be incorporated into all construction contracts entered into by the City,and all construction contractors shall be required to provide waivers of subrogation in favor of the City and Consultant for damage or liability covered by any construction contractor's policy of property insurance, including builder's risk provided by such contractor,if applicable. 11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Consultant agrees to comply with all applicable federal, state and local laws, ordinances, rules and regulations. If the City notifies Consultant of any violation of such laws, ordinances, rules or regulations, Consultant shall promptly desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Consultant, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Consultant's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. Page 5 of 8 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1)hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or(3)received by the other party by United States Mail,registered,return receipt requested,addressed as follows: To The CITY: To CONSULTANT: City of Fort Worth Burns&McDonnell Engineering Company,Inc. Attn: Valerie Washington Scott Pasternak 200 Texas Street 8911 N Capital of Texas Fort Worth TX 76102-6311 Suite 3100 Facsimile: (817)392-8654 Austin,TX 78759 Facsimile: (512)329-2707 14. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement,the City does not waive or surrender any of its governmental powers. 15. NO WAIVER. The failure of the City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 16. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action,whether real or asserted, at law or in equity, is brought on the basis of this Agreement,venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 17. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity,legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 18. FORCE MAJEURE. The City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 19. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. Page 6 of 8 20. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 21. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No extension, modification or amendment of this Agreement shall be binding upon a party hereto unless such extension, modification, or amendment is set forth in a written instrument, which is executed by an authorized representative and delivered on behalf of such party. 22. ENTIRETY OF AGREEMENT. This Agreement contains all of the covenants, statements, representations and promises agreed to by the parties. To the extent of any conflict,this Agreement supersedes the terms,conditions,and representations set forth in the City's Request for Proposals, Consultant's Proposal and revised cost. No agent of either party has authority to make, and the parties shall not be bound by, nor liable for, any covenant, statement, representation or promise not set forth herein. The parties may amend this Agreement only by a written amendment executed by both parties. 23. SIGNATURE AUTHORITY. The person signing this agreement hereby warrants that he/she has the legal authority to execute this agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. 24. LIMITATION OF LIABILITY. NEITHER THE CITY NOR CONSULTANT SHALL BE LIABLE TO THE OTHER FOR ANY INDIRECT, SPECIAL, EXEMPLARY OR CONSEQUENTIAL DAMAGES INCLUDING, WITHOUT LIMITATION, LOSS OF PROFITS OR REVENUE,LOSS OF PRODUCTION, COSTS OF CAPITAL NON-OPERATION OR INCREASED EXPENSE OF OPERATION OF OTHER EQUIPMENT OR SYSTEMS, INJURED REPUTATION, COSTS OF SUBSTITUTE EQUIPMENT, FACILITIES OR SERVICES, DOWNTIME COSTS, OR CLAIMS BY CUSTOMERS, WHETHER LIABILITY IS BASED ON CONTRAT, WARRANTTY, NEGLIGENCE, STRICT LIABILITY OR OTHERWISE. SUCH WAIVER SHALL NOT INCLUDE PENALTIES ENFORCED BY GOVERNMENTAL OR REGULATORY AGENCIES WITH JURISDICTION, SUCH AS THE TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ), TO THE EXTENT CAUSED BY CONSULTANT'S NEGLIGENT PERFORMANCE OF SERVICES UNDER THIS AGREEMENT. TO THE FULLEST EXTENT PERMITTED BY LAW, AND NOTWITHSTANDING ANY OTHER PROVISION OF THIS AGREEMENT, THE TOTAL LIABILITY, IN THE AGGREGATE, OF CONSULTANT, ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, AND SUBCONSULTANTS, OR ANY OF THEM, TO THE CITY AND ANYONE CLAIMING BY, THROUGH OR UNDER THE CITY, FOR ANY AND ALL CLAIMS, LOSSES, LIABILITIES, COSTS OR DAMAGES WHATSOEVER ARISING OUT OF,RESULTING FROM OR IN ANY WAY RELATED TO THE SERVICES OR THIS AGREEMENT FROM ANY CAUSE INCLUDING, BUT Page 7 of 8 NOT LIMITED TO, THE NEGLIGENCE, PROFESSIONAL ERRORS OR OMISSIONS, STRICT LIABILITY, BREACH OF CONTRACT, OR WARRANTY (EXPRESS OR IMPLIED) OF CONSULTANT,ITS OFFICERS,DIRECTORS,EMPLOYEES,AGENTS OR SUBCONSULTANTS, OR ANY OF THEM, SHALL NOT EXCEED ONE MILLION DOLLARS ($1,000,000). THE PARTIES AGREE THAT SPECIFIC CONSIDERATION HAS BEEN GIVEN BY THE CONSULTANT FOR THIS LIMITATION AND THAT IT IS DEEMED ADEQUATE. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples this day of ,2020. CITY OF FORT WORTH UKW't- Valerie Washington(Nov 9,202020:06 CST) Valerie Washington Assistant City Manager APPROVAL RECOMMENDED: RobertS~U"- Robert Smouse(Nov 8,202018:39 CST) Robert Smouse Assistant Director,Code Compliance Department 4d�oonpti ATTEST: a F�°°°ORp�B� a O °°.' �' ° °�9 d0 aluU � u Mary Kayser a�a� City Secretary inn nex oo. Date: Nov 10, 2020 APPROVED AS TO FORM AND LEGALITY: Chris--a R. 1_=-Reynolds Christa R.Lopez-Reynolds(Nov 9,202014:03 CST) Christa R.Lopez-Reynolds Sr.Assistant City Attorney M&C No.: Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. CLIy&a#fZewm Christian Harper(Nov 6,20 10:56 CST) Name of Employee OFFICIAL RECORD Contract Services Administrator CITY SECRETARY Title FT.WORTH, TX Page 8 of 8 SIGNATURE PAGE FOR CONSTULTANT CONTRACT BURNS &MCDONNELL ENGINEERING ENGINEERING COMPANY,INC. Steve Hoffine Principal Date: Nov 5, 2020 WITNESS: By:scott Pasternak(Nov 6,202010:53 CsTO) Print: OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Page 8 of 8 EXHIBIT A City of Fort Worth: Solid Waste & Recycling Procurement Consulting This proposal is for Burns&McDonnell to assist the City of Fort Worth(City)with solid waste and recycling consulting services focused on the preparation for the procurement of the following contracts: ► Residential collection Recycling processing' i Cart purchase and maintenance i Drop-off station hauling i Mulch/compost operations This procurement will build from prior engagements completed by our proposed project team,which included reviews of select solid waste and recycling contracts in 2012 and 2020,as well as the conduct of a recycling processing procurement process in 2017. This proposal includes our scope of work,schedule and fee. Scope of Work Task 1: Project Initiation & Management TASK IA: INITIAL DATA REOUFI-T & REVIEW Following receipt of the Notice to Proceed,Burns&McDonnell will provide the City with a detailed initial data request that will encompass data needs for completing the project. The data request will itemize our needs for understanding the operational,technical,contractual and financial considerations that must be addressed. Since we have recently completed several related projects for the City,we expect that our data needs will be relatively streamlined for this project but may include updated versions of data previously received.This task also includes organization and preliminary analysis of all data received.We recognize that the City may not have all information requested readily available or may track information differently than requested. We will work with the appointed project manager to arrive at reasonable substitutes for the key data,if needed. TASK 113: KICK-OFF MEETING & PROJECT Refine MANAGEMENT ' Members of the project team will conduct a virtual kick-off meeting with keyCreate A4F Confirm City Goals City staff. At this kick-off meeting we will discuss: ► Project work plan Pathways Policies ► Key issues to be addressedKICK-OFF ► Confirm participants for the Task 2 workshops(e.g.,composition of MEETING the City's Internal Team(or Procurement Task Force(PTF)) "�Confirm _ ► Key findings from previous engagements Schedule Information Confirm the timing associated with the various project tasks Mako ► Initial data request(as previously described)that we will have 1. Assignments provided to the City staff 7 to 14 days prior to the kick-off meeting Burns&McDonnell will provide the agenda and any handout materials at least four days in advance. During the meeting,we will also identify primary contacts for our project team and the City and establish protocol for the exchange of information and the resolution of issues that arise in the normal course of this engagement. To facilitate effective communication between project team members and the City throughout the course of this project,Burns& McDonnell will: Schedule and participate in periodic conference calls as needed to discuss project matters(as identified in the specific tasks of this scope of work) 'The prior RFP for recycling processing also included an option for vendors to propose on alternative materials processing technologies. As a part of the Scope of Work for this proposal,we will have preliminary discussions with the City to determine which of the identified alternative material processing technologies would be included. If the City decides to move forward with having this topic included in the RFP,we will complete the services described in Task 11. Page 8 of 8 ► Provide periodic status updated via electronic format ► Be available for other communication(s)as needed TASK 1 DELIVERABLES No. Initial data request No. Electronic copies of the kick-off meeting agenda,handouts,and follow-up summary ► Participation of Burns&McDonnell project manager and key staff in virtual kick-off meeting Task 2: Workshops and Procurement Strategy In order to gain a diverse perspective and increase buy-in for the outcomes of this procurement process,the City is planning to have staff from the Code Compliance Department as well as additional City departments participate in the development and implementation of the procurement strategy and process.Burns&McDonnell shall facilitate multiple workshops with the City's Procurement Task Force(PTF)as shown below. Burns&McDonnell shall work with the City in developing the structure of the group. The following table summarizes the purpose of each worksho : Goal:Workshop attendees will have a fundamental understanding of the services already provided to the City,evaluation of the current contracts and those to be being procured and an understanding of the procurement process. Description:Provide an overview of each of the contracted operations:residential collection, recycling processing,cart purchase and maintenance,drop-off station hauling and I mulch/compost operations. For each contracted operation,describe the services provided and discuss comprehensive procurement issues that will be addressed during the Request for Proposal(RFP)and contracting process(itemized following this table). Provide an overview of the procurement process and answer questions from the PTF. Discuss whether the recycling processing portion of the RFP should allow for alternative materials processing technologies. Some content from Workshop 1 may continue during Workshop 2. Goal:Review the basis for recommendations to be provided to the City Manager regarding 2 whether each contract should be reprocured,extended or renegotiated.Description:Request input on recommendations to be provided to the City Manager regarding whether each contract should be reprocured,extended or renegotiated. Goal:Review key issues and answer key questions for to be discussed service contracts. 3 Description:Conduct an in-depth discussion of the detailed issues for the following contracted operations:residential collection,cart purchase and maintenance and drop-off station hauling. Focus of the workshop will be modified based on direction from the City Manager. Goal:Review key issues and answer key questions for to be discussed service contracts.Have clear direction on drafting the RFP and contractual terms,as detailed in Task 4. Description:Conduct an in-depth discussion of the detailed issues for the following contracted 4 operations:recycling processing and mulch/compost operations. If needed,we can continue any outstanding discussions from Workshop 2 at this time.Focus of the workshop will be modified based on direction from the City Manager.Review decisions made during the first three workshops,as well as provide time to discuss any items that may need further discussion. Workshops 2 and 3 are designed to discuss the advantages and disadvantages of various aspects of the procurement process in order to assist the project team in determining how to structure the procurement documents. In preparation for the workshops,Burns&McDonnell will review future residential solid waste collection agreement modification ideas developed by the Code Compliance staff. The procurement workshops may include but not be limited to discussion of the following topics: Comprehensive Procurement Issues(Workshops I and 2) Page 8 of 8 Overview of each contract included in the procurement: include PowerPoint slides that provide an overview/history of the services provided,identify key goals and issues and describe future changes in services to be included in the RFP and specific decision points of the RFP process;PTF members will be able to refer to the PowerPoint slides as a reference during the procurement Discuss and provide recommendation to the City Manager for each contract in terms of whether each contract should be reprocured,extended or renegotiated ► Alternative materials processing technologies:decide whether the RFP should allow for the inclusion of alternative proposals,which may include technologies such as mixed waste processing,eco-industrial park or other conversion technologies;include discussion on impacts on the other services included in the procurement(such as the City's refuse and recycling collection operations and cart purchases and management) Procurement process overview and schedule Type of procurement process(i.e.,one-step or multi-step RFP process) No. Pre-proposal meeting(s) ► Evaluation criteria:discuss the process and strategy for the comprehensive evaluation criteria;decision- making process to award one or multiple contracts:request discounted pricing for being awarded multiple contracts ► Award procedure ► City's option to extend current contracts that have remaining extension periods(e.g.,residential collection and recycling processing) ► Administrative aspects of the procurement process: submittal requirements(content and format);contact persons;standard City RFP and contract language;how exceptions to RFP/contracts are addressed;and handling of proprietary/confidential information Composition of the evaluation committee(assumed that a smaller subset of the PTF will serve on the actual evaluation committee for the proposals received) ► Miscellaneous issues:merger/acquisition;bankruptcy; strike;equipment failure;termination Potential impacts from Covid-19 for the City's decision-making process for whether each contract should be reprocured,extended or renegotiated Issues to be Discussed for Each Topic/Contract(Workshops 3 and 4) ► Evaluation process,including minimum requirements to merit a detailed evaluation - Evaluation criteria and weighting for each contract and requested service(separately or consolidated with options) ► Scope of services to be provided by the successful vendor(s) ► Initial and renewal terms of the agreement Rate adjustments:review existing indices and formulas and consider potential changes,including potential to establish standard CPI/Indexes to be used within each,multiple or all contracts Description of current and projected billing units ► Hours of operation ► Vendor submittal requirements:minimum experience;additional experience;cost/revenue;proposed approach;business diversity(M/WBE);added value(e.g.additional benefits proposed for the City) ► Billing Bonds and insurance ► Liquidated damages and administrative charges:evaluate current fees and consider potential increases Planning and reporting Ownership of materials Issues Specific to Residential Collection(Workshop 3) Page 8 of 8 Consideration of service level options for refuse,recycling,yard trimming,brush and bulk collection services(i.e.,frequency,quantity limits,diversion requirements) Potential new services: collection of residential food waste/scraps;provision of bag-based pay-as-you- throw collection ► Performance standards: complete routes within designated time frames;minimum numbers of frontline and backup staff and equipment;maximum number of households per route;total number of routes Collection operations:optimal number of collection districts;update Standard Operating Procedures(SOP) section of the contract to reflect key issues(such as cart tagging,enforcement,documenting and collecting improper setouts(with extra fees),contamination reporting,equipment availability reports,enforcing current bulk setout requirements,collection of extra/broken down cardboard, and documenting/collecting overloaded refuse and recycling carts based on established rates/fees for documenting and servicing overloaded carts with up to four(4)bags of extra trash and between five(5)to nine(9)bags of extra trash) Collection vehicle requirements and technology Carts:contractor and/or City responsibilities;responsibilities for damaged carts Public education assistance:determine role to be provided by the contractor and services to be provided Disposal and material processing:facility locations;discuss who is responsible for costs of disposal and material processing(requesting responses to include rate based on established City responsibility at the Southeast Landfill and an alternate rate if the hauler is responsible for the disposal costs) ► City-provided facilities for Contractor(collection yard,offices,maintenance facility and CNG fueling station) ► Customer service and complaints: should the City or contractor be responsible for customer service and/or billing Storm debris clean-up Solar powered trash compactors for City facilities/public spaces:City to decide whether to include this in the RFP ► Provision of refuse cart collection service for commercial customers ► Grant of Privilege requirements Damage to property Spillage and leakage Issues Specific to Cart Purchase and Maintenance(Workshop 3) Scope of services:information packet,cart retrieval,cart cleaning,disposal of material in retrieved carts, protocol for provision of new and refurbished carts Responsibilities for damaged carts Cart standards Cart warranty Provision of cart maintenance services and financial arrangement(e.g.consideration of a work order basis rather than on a per cart in service basis) Storage of carts Ownership of carts Issues Specific to Drop-off Station Hauling(Workshop 3) Scope of services: materials collected,disposal/processing locations,site and container maintenance Number of containers empty containers on site,ready for use Response time and collection requests for full containers Responsibility for load contamination ► Ownership of containers ► Hours of operation ► Vehicle and equipment standards ► Damage to property Page 8 of 8 Spillage and leakage Issues Specific to Recycling Processing(Workshop 4) Scope of services:processing services agreement for single-stream;priority for processing City's residential program,but also address other material types;transfer station option; schedule requirements Processing facility requirements:facility location;processing capacity,scale requirements;vehicle turn- around time;priority access;facility/equipment/technology requirements;ability to process materials in the City's program;recovery rate Accepted recyclable materials:required materials;potential for vendors to identify additional materials; process to add/delete materials ► Other financial terms:processing fees/revenue share/formula;public education contribution;disposal costs ► Audit requirements and procedures Public education Acceptance/rejection of loads Issues Specific to Mulch/Compost Operations(Workshop 4) Scope of services:Use of the Southeast Landfill or a location provided by the vendor as the processing location,acceptance,processing and marketing of organic waste material;type of mulch/compost operation;materials and quantities that the City will bring to the compost operation; sale/distribution of composting material;litter control;vector control;dust control;odor control;fire or other emergency response ► Mulching/composting facility requirements:facility capacity for dry and wet material: site and infrastructure development;equipment requirements(quantity,age,maintenance);provision of necessary amendments; scales and scale house protocol;ripping area requirements;vehicle turnaround time and prioritization of vehicles under contract with City; storage of post-processed material.Requirements may vary based on whether the facility operations are at the SELF as compared to a privately owned facility. Reporting requirements Accepted materials Acceptance/rejection of loads Processing fee and/or revenue share ► Audit requirements and procedures ► Disposal of compost residue ► Quality specifications for end products Burns&McDonnell requests that the City arrange for a meeting room and coordinate attendance to ensure that appropriate individuals are present. Burns&McDonnell will develop an agenda and any handout materials in advance of the workshops to provide an opportunity for City staff to consider the issues prior to the workshops. Burns&McDonnell will deliver a memorandum summarizing the key decisions made during the workshops and action items to be completed by the project team and City staff. Our budget is based on three Burns&McDonnell staff attending the four workshops. If feasible,the project team will conduct the workshops in person,but will be prepared to the workshops in a virtual manner if needed due to Covid-19. TASK 2 DELIVERABLES ► Four on-site workshops(virtual if needed) ► Workshop agenda and handouts,including a list of issues to be discussed ► Memorandum summarizing the workshops Task 3: Stakeholder Engagement Burns&McDonnell recognizes the importance of gaining community support through active participation of the public from inception to completion of the procurement process. Our approach to the public participation process Page 8 of 8 will include collaboration with City staff in order to seek support and involvement from the community in order to have a greater impact on the future of the City's solid waste strategy. If requested,we may also interview potential vendors who may have an interest in participating in the procurement process. Stakeholder engagement services will be determined based on discussions between the City and Burns&McDonnell. We have included a budget allowance to provide the City with flexibility on the stakeholder services that may be included. Potential tasks could include some combination of public meetings,surveys,and/or focus groups. TASK 3 DELIVERABLES ► To be determined Task 4: Preparation of Procurement Documents As part of this task,Burns&McDonnell will assist the City with the development of the procurement documents. For all parts of this task,Burns&McDonnell will coordinate with the City's Purchasing and Legal Departments and will rely on the City for any standard language to be included in the procurement documents. This task has been divided between developing the RFP and developing key terns and conditions that will be included in the RFP and will form the basis of a contract. We will also structure the documents to reflect the five included services: residential collection,recycling processing,cart purchase and maintenance,drop-off station hauling and SELF mulch/compost operations. Burns&McDonnell shall provide drafts of the RFP as reasonably requested to the City for approval prior to finalizing the RFP.The parties will work collaboratively and make its best efforts to make only two deliverable drafts.Upon delivery of each draft version of the RFP,we will participate in a meeting with City staff to discuss the draft procurement documents. Our budget includes a conference call,to allow for a thorough page-turn of the first draft of the RFP and to provide opportunity for in-depth discussion of key contract terms and conditions. If there are additional comments developed outside of the meeting,the City will be responsible for consolidating comments to the draft procurement documents from multiple reviewers for incorporation by the project team. Burns& McDonnell will participate in additional conference calls with City staff to discuss any additional comments. The City will be responsible for final production and distribution of the procurement documents to potential proposers. Burns&McDonnell will assist the City in notifying potential proposers in advance of the release of the RFP. Specifically,we will provide the City with a listing of companies and contacts that may have an interest in the services being procured. PREPARATION OF RFP Burns&McDonnell shall prepare an RFP as described herein and as directed by the City. The City shall work collaboratively with Burns&McDonnell to assist in the preparation of the RFP.The RFP shall include the following based on the outcomes from the workshops described in Task 2: General terms and conditions of the RFP,including any standard terms and conditions provided by the City Background information,including explanation of why the RFP is being developed,historical program data,City demographic information,tonnage data,etc. Proposal format and content Proposal process,including schedule and evaluation criteria Schedule requirements Provision of processing services on an interim basis following expiration of the current agreement(if applicable) Proposal response forms,including personnel,experience,cost,etc. Other sections of the RFP as directed by the City In developing the RFP,our team will focus on describing performance-based criteria(as opposed to prescriptive criteria)for which the vendors will be evaluated. PREPARATION OF KEY CONTRACT TERMS AND CONDITIONS Burns&McDonnell recommends including draft contract terms and conditions in the RFP. In order to minimize negotiations with proposers,it will be important for the terms and conditions to be clear and robust in representing the City's contractual position. The City shall work collaboratively with Burns&McDonnell to assist in the preparation of the contract terms and conditions in the RFP. Burns&McDonnell will prepare draft terms and Page 8 of 8 conditions for each of the five services being considered,and that would address the following specific elements of future contracts,as well as review the City's standard terms and conditions: Definitions Scope of Services ► Performance Benchmarks ► Pricing and Revenue Sharing No. Equipment and Personnel Requirements(if applicable) No. Hours of Operation and Holidays ► Public Outreach and Education r Liquidated Damages ► Other terms and conditions,as requested by the City Burns&McDonnell shall work with the City's Legal Department to incorporate the terms above in a contract template with the City's standard requirements,terms and conditions. This will be incorporated in the final version of the RFP. TAS& 4 DELIVERABLES ► At least two drafts and one final version of the RFP,inclusive of key contract terms and conditions ► Two conference calls to discuss the draft documents Task 5: Pre-Proposal Coordination and Addendum Preparation PKL-YhvrUJAL l,vvr-,LifNAllviv Key members of the project team will attend the pre-proposal meeting to assist the City in responding to questions related to the procurement package. We will also participate in a site tour of the SELF mulch/compost area,carts storage and maintenance facility and the collection facility. We have allocated two days for the pre-proposal meeting and site visits. ADDENDUM COORDINATION As necessary,the project team will make revisions to the procurement package(via addenda)based on the results of the pre-proposal meeting and will provide responses to questions. We will provide the revised procurement package and questions/responses to the City for distribution to all interested vendors. A portion of the cost of this task will depend on the level of effort required to respond to questions from the respondents. TASK 5 DELIVERABLES ► Participation at the pre-proposal meeting and site visits - Development of content for any addenda that need to be developed Task 6: Proposal Evaluations This task describes the efforts associated with evaluating the submitted proposals in conjunction with City staff. The project team will perform an evaluation of proposals received from vendors in response to the RFP. The goal of this task is to evaluate proposals based on the evaluation criteria set forth in the RFP. As part of the evaluation of proposals,Burns&McDonnell would initially evaluate whether the proposer meets the minimum requirements to be established. Recognizing the open-ended aspect of the RFP,we will structure our evaluation based on the type services. The level of effort for the project team to complete the evaluation for each company will vary depending on the services that each company is proposing to provide. For example if company A is proposing to provide only one service (e.g.,recycling processing),the fee to evaluate that company would be lower than the fee to evaluate company B that is submitting a proposal to for all five services under a combination of operations. The budget for this task is based on the assumption that the City will receive 3—5 proposals per service category for a total of 15—25 proposals. The total number of companies submitting proposals will be lower than the estimated number of proposals. The evaluation of any submittals beyond this basis will be billed as Additional Services. We assumed that each proposal will meet the minimum requirements. For proposals that meet the minimum requirements,we will evaluate the submittals based on the following: Page 8 of 8 Review and evaluate each proposer's technical and operational capability(including evaluation of proposed technology,proposed work plan,siring,permitting and infrastructure) Review of proposer's experience and references No. Evaluation of proposer's financial stability and litigation history ► Evaluation of cost proposals,including proposed revenue sharing arrangements,via Excel model; evaluation will allow for comparison of multiple combinations of service providers to fully understand the financial proposals - Evaluation of exceptions taken to key terms and conditions and alternative contract language and or service procedures submitted by proposers,if applicable Upon the conclusion of the evaluation,Burns&McDonnell will participate in one conference call with City staff to discuss the results of the findings. This task does not include identification of proposals as compliant or non- compliant with proposal procedures(e.g.,attendance at pre-proposal meeting,if mandatory; submittal on or prior to due date and time; signed by an authorized agent;contains a statement to the effect that the proposal is firm for the required period from the closing date)since it is assumed that the identification of proposals as compliant and non- compliant will be performed by City staff. TASK 6 DELIVERABLES ► Matrices that summarize the technical and financial evaluation ► One conference call with City staff Task 7: Facilitation of Proposer Interviews Following the evaluation of proposals,Burns&McDonnell will assist the City with the facilitation of proposer interviews. As part of this task,the project team will: ► Assist with identifying proposers to be interviewed Develop questions for proposer interviews Participate in proposer interviews The budget for this task assumes that two Burns&McDonnell project team members will attend three days of vendor interviews at City offices. We would anticipate that 3—4 interviews can be conducted in a single day. TASK 7 DELIVERABLL ► Interview questions ► Participation of two project team members at three days of vendor interviews Task 8: Contract Negotiations Burns&McDonnell will provide contract negotiations assistance to the City. The project team will customize this task to allow for flexibility in the role played by our team. The role in the contract negotiations will be determined by various factors including: i Approach selected by the City(i.e.,negotiate with one company or with multiple companies simultaneously) ► Composition of the negotiations team(i.e.,technical,legal and financial) Number of contracts awarded(i.e.,one or multiple contracts) The cost for this task will depend on the length and duration of the contract negotiation process. As part of this task, we could conduct activities including,but not limited to,the following: On-site meetings with prospective provider(s) Conference calls with City staff and/or service provider(s) Update financial analysis to reflect negotiated rates and revenue sharing arrangements Review of proposed changes or amendments to contract terms and conditions Assist the City Attorney with drafting and/or reviewing portions of the contract,with the understanding that the City Attorney will have the lead role in refining the contract(s) ► Other tasks as needed Page 8 of 8 Burns&McDonnell recognizes that the amount of time will vary based on the pace and progress of the negotiations. The budget will significantly depend on the type of contract awarded. Our budget is based on an allowance.In the event contract negotiations services are requested by the City,such services would be billed on a time and expense basis,based on hourly rates included in this proposal. TASK 8 DELIVERABLES ► As requested by the City During the course of the project,there may be a need for in-person and/or conference call meetings with the City Manager and/or City Council.Burns&McDonnell has identified key timeframes in which it could request a meeting and recognizes the need and right of the City Manager to also request a meeting. Our budget assumes that we will have four in-person meetings. The budget includes time to develop presentation materials and meetings handouts. Burns&McDonnell recommends the first meeting with the City Manager occur after Workshop 2,as described in Task 2,tentatively prior to the December 14,2020 deadline. The purpose of this meeting will be to seek direction from the City Manager regarding whether each contract should be reprocured,extended or renegotiated. Depending on the outcome from this task,prior tasks described in this Scope of Work may need to be amended in writing if mutually agreed upon. — 9 L.�LIVERABLES ► Participation at up to four meetings ► Meeting handouts and presentation materials Task 10: Additional Services The project team can provide additional services that are outside of the scope of work that will be agreed to between the City and the project team. In the event additional services are requested by the City,such additional services would be billed on a time and expense basis,based on hourly rates included in this proposal. Given the wide range of potential services that could be required for this project,we have included a budget allowance of$20,000. Included below is a summary of Additional Services that could be provided by the project team: Review of additional proposals(beyond described in Task 6) Conduct additional interviews(beyond described in Task 7) City Council presentation(s)and stakeholder involvement implementation(beyond described in Tasks 3 and 9) Contract negotiations(beyond described in Task 8) ► Implementation assistance No. Financial analysis(beyond described in Task 6)or updates to cost of service analysis ► Additional meetings and/or workshops ► Other requested services related to the procurement We would emphasize that these services are beyond those described in the scope of work and would only be utilized with prior written approval from the City. Upon request,we will provide a detailed estimate of the costs to provide requested services. 3K 10 DELIVERABLES ► To be determined Task 11: Inclusion of Alternative Materials Processing Technologies in the RFP Process (Conditional Task) The prior RFP for recycling processing included an option for vendors to propose on alternative materials processing technologies. As a part of the scope of work for this proposal,we will have preliminary discussions with the City regarding any potential interest to consider alternative materials processing technologies as a part of this procurement during the workshops described in Task 2. If the City decides to move forward with having this Page 8 of 8 service included in the RFP,we will complete the services described in this task(they will not be completed unless we are directly authorized by the City). Services to be included in the scope of work include the following: Task 2:Workshop 3:Expand discussion to include alternative materials processing technologies during workshops 2 and 3 ► Task 4: Preparation of Procurement Documents:Increase scope of work to include alternative materials processing technologies in the RFP and contract terms,as well as update other sections of the RFP to allow for the consideration of impacts to the respective operations. For example,if a"one-bin"mixed-waste processing proposal is received,it has the potential to impact collections(collecting one cart instead of two),landfill operations(reduce tons from the City collections),cart maintenance(one cart instead of two), and the compost operations(potential change to volume and quality of feedstocks). ► Task 5: Pre-Proposal Coordinate and Addendum Preparation:Add 16 hours to address questions related to alternative materials processing technologies Task 6: Proposal Evaluations:Increase the number of companies submitting proposals by up to three companies and evaluate additional combinations of service providers(e.g.,this will include not only the evaluation of the alternative processing technology,but also include an assessment of the impact to other proposals. Depending of the type of alternative material processing alternative,there may be a need to request updated cost proposals from other vendors. ► Task 7:Facilitation of Proposer Interviews:Add one day to the proposer interviews ► Task 8: Contract Negotiations:Increase the amount of time dedicated for contract negotiations TASK 11 DELIVERABLES ► Update the deliverables to include the topics identified in this task Assumptions There are a number of assumptions required in any procurement. For this assignment, the project team notes that our proposal is based on the understanding that: Burns&McDonnell will coordinate with the City's Purchasing Department and City Attorney's Office and will rely on the City for any standard City language to be included within the RFP. ► The City Attorney's Office will provide all legal advice and will review the procurement documents and prepare and negotiate the contract documents. ► City staff will be responsible for distribution of the procurement documents,advertising costs to announce the procurement,coordination of the receipt of the proposals and review of proposals regarding City requirements. Fee The following table provides an outline of the services to be provided and includes the fee of$469,850,inclusive of professional fees and out-of-pocket expenses for all tasks. Services for Tasks 1,2,4,5,6,7,9 and 11 will be invoiced on a percent complete basis as accepted and approved by the City. Tasks 3,8 and 10 will be invoiced on a time and expense basis(based on the rate schedule). Should Burns&McDonnell reach the budget maximums for the tasks being invoiced on a time and expense basis,Burns&McDonnell will request a budget amendment from the City.Further services on these tasks will not be completed until we receive written authorization from the City. Without the conditional Task 11,the total fee is$388,720. 1:Project Initiation&Management $12,370 2:Workshops and Procurement Strategy $44,250 3: Stakeholder Engagement $30,000 4:Preparation of Procurement Documents $87,470 Page 8 of 8 5:Pre-Proposal Coordination and Addendum Preparation $25,860 6:Proposal Evaluations $85,730 7:Facilitation of Proposer Interviews $20,560 8: Contract Negotiations $40,000 9: City Manager and City Council Meetings $22,480 10:Additional Services $20,000 11:Inclusion of Alternative Materials Processing Technologies in the RFP Process (Conditional Task) $81,130 Total $469,850 Additional Services will not be provided until we receive approval from the City. Depending on the requested services,there may be a need for additional budget,and this will be communicated in writing to the City,and no additional work will occur until we receive authorization from the City. To the extent that estimates can be provided at this time,the following table estimates the cost of additional services described in Task 10:Additional Services. Page 8 of 8 Review of additional proposals(beyond described in Task 6) $5,000 per additional proposal' Conduct additional interviews(beyond described in Task 7) $4,800 per day' City Council presentation(s)and stakeholder involvement $3,500 per in-person meeting;'conference calls implementation(beyond described in Tasks 3 and 9) based on actual time Contract negotiations(beyond described in Task 8) To be determined Implementation assistance To be determined Financial analysis(beyond described in Task 6)or updates to To be determined cost of service analysis Additional meetings and/or workshops $4,800 per in-person workshop;conference calls based on actual time Other requested services related to the procurement To be determined 1. Could include a company submitting on multiple services or a new company 2. Assumes two Burns&McDonnell team members attend the interviews 3. Assumes one Burns&McDonnell team member attends the City Council meetings All work completed on a time and expense basis will utilize the following hour' rates. Senior Technical Adviser $249 Senior Project Manager $245 Senior Engineer/Consultant $213 Consultant 2 $175 Consultant 1 $129 Administrative $81 There will also be a$4.75 per hour technology charge for each hour. These rates are effective through December 31,2021. Page 8 of 8 Schedule We have developed the following schedule based on the assumption that we will receive the Notice to Proceed from the City no later than November 1,2020. The schedule does not include impacts from the inclusion of the conditional Task 11. Depending on the decision to include Task 11 and the direction from the City on how it is implemented,the schedule shown below may need to be revised. Including Task 11 would increase the overall schedule by no more than two months. The following schedule assumes that the Kick Off meeting will occur between November 3,2020 and November 9, 2020,the City's Overview meeting will occur between November 9,2020 and November 13,2020 and the first two workshops for Task 2 will occur between November 16,2020 and December 4,2020. This schedule will allow for the PTF's recommendation and briefing with the City Manager by identified December 14,2020 deadline.Based on the City Manager's direction towards advancing the procurement of the identified contracts,Workshops 3 and 4 would then occur in December 2020 and January 2021. This would allow the PTF's review and recommendation to include the final results and outcome of both influential activities.The schedule provides approximately 15 months from contract award assumed to occur in November 2021 to the commencement of services on April 1,2023. 1: Project Initiation&Management November 1-30,2020 2:Workshops and Procurement Strategy November 1—January 31,2020 City Manager's PTF Recommendation December 14,2020 3: Stakeholder Engagement To be determined,as requested' 4:Preparation of Procurement Documents February 1,2021—April 30,2021 City Publishes RFP Mid-May 2021 5:Pre-Proposal Coordination and Addendum Preparation June 2021 Vendors Develop Proposals June—September 2021 6:Proposal Evaluations September —October 2021 7:Facilitation of Proposer Interviews October 2021 8: Contract Negotiations October—December 2021 9: City Manager and City Council Meetings To be determined,as requested 10:Additional Services To be determined,as requested 11:Inclusion of Alternative Materials Processing May require up to an additional two months for the Technologies in the RFP Process(Conditional Task) entire project schedule 1. The remaining schedule could be impacted by the nature and extent of the Stakeholder Engagement process. Page 8 of 8