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

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

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

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

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

REQUEST FOR PROPOSALS

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

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

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

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

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

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

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

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

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

NOTICE OF REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

TOWN AUDITING SERVICES

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSALS For Design Services for New Fire Station

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

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

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

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

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

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

REQUEST FOR PROPOSALS

Request for Proposals

REQUEST FOR PROPOSAL

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

Dakota County Technical College. Pod 6 AHU Replacement

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

City of Malibu Request for Proposal

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

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Request for Proposals for Single Family Trustee Services

REQUEST FOR QUALIFICATIONS. Design Professional Services

Issued by the: Economic Development Corporation of the City of Detroit. Issued on: January 24, 2018

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Digital Copier Equipment and Service Program

REQUEST FOR PROPOSAL CAPITAL FACILITIES AND EQUIPMENT IMPACT FEE ORDINANCE UPDATE AND REVIEW. Town of St. Albans, Franklin County, Vermont

REQUEST FOR PROPOSAL

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

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

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Request for Proposals (RFP) to Provide Auditing Services

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

EFFICIENCY MAINE TRUST REQUEST FOR QUALIFICATIONS FOR VIDEO SERVICES EM Date Issued: August 31, Closing Date: September 30, 2016

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

RESOLUTION NUMBER 2877

Request for Proposal. Housing Opportunity Program Development Services

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

Consulting Services for Update of Countywide Impact Fee Study

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

Below are five basic procurement methods common to most CDBG projects:

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Sonoma State University Request for Proposal No Fundraising and Development Consulting Services

RE: Request for Proposal Number GCHP081517

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

CITY OF HAWAIIAN GARDENS COMMUNITY DEVELOPMENT DEPARTMENT

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

REQUEST FOR INFORMATION Generating Alternative Energy from Philadelphia Waterways CITY OF PHILADELPHIA. Issued by: THE Philadelphia Energy Authority

REQUEST FOR PROPOSALS RFP# CAFTB

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

Request for Proposals for Exterior Concrete Structural Analysis Services for The Mount Umunhum Radar Tower Project

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

REQUEST FOR PROPOSALS RFP # for AMERICAN SIGN LANGUAGE (ASL) ENGLISH INTERPRETATION SERVICES. Issued by:

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Architectural Services

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

FISCAL & COMPLIANCE AUDITS

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

Agency of Record for Marketing and Advertising

Request for Proposals (RFP)

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Transcription:

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY January 28, 2003

TABLE OF CONTENTS Page I PROCESS 1 A. Purpose/Introduction 1 B. Background 1 C. Submission of Proposals 2 D. Acceptance and Rejection of Proposals 2 E. Key Action Dates 3 F. Pre-Proposal Conference 3 G. Proposal Evaluation Process 3 H. Oral Interview 4 I. Award of Contract 4 II REQUIREMENTS 5 A. Scope of Work 5 1. Phase One Project Initiation 6 2. Phase Two Structuring and Designing the Project 8 B. Proposal Content 9 1. Executive Summary Letter 9 2. Scope of Work 9 3. Project Schedule 9 4. Recommendations 9 5. Project Staff 10 6. Home Office 10 7. Insurance 10 8. Exceptions to Contract Terms and Conditions 10 9. Conflict of Interest 10 10. Cost Proposal 10 III CONTRACT TERMS AND CONDITIONS 10 A. Written Contract 10 B. Bonds 10 C. Indemnification 11 Attachments Conflict of Interest and Non-Collusion Affidavit Sample Contract Page i

REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR THE REGIONAL GREEN WASTE PROCESSING FACILITY I. PROCESS A. Purpose/Introduction The Sacramento Regional Solid Waste Authority (SWA) is seeking consulting services to assist with the development of a Regional Green Waste Processing Facility (RGWPF). The SWA is soliciting Proposals to provide technical assistance for structuring a public/private partnership to develop and operate the facility and for facility siting, preliminary design, and permitting assistance. The Sacramento County Department of Waste Management and Recycling (DWMR) is the lead agency for the SWA. B. Background Much of the green material from the SWA member agencies is currently shipped out of county for processing. SWA member agencies use private contractors for materials processing. There have been a number of problems with local green material operations, including high cost, reliability and stability of service issues, facility nuisance impacts, contract and permit enforcement, and adherence to the waste management hierarchy established by California regulations. The SWA hopes to: 1. Develop a new, remotely located, in-county green material processing (composting) facility; 2. Hold the Solid Waste Facility Permit for the facility to assure permit compliance; 3. Control the facility scale house and the nature and quantity of materials received; 4. Develop, finance, and operate the facility in partnership with one or more private companies; 5. Continue to use existing transfer facilities for primary processing of green material from SWA member agencies to retain and increase residential green waste collection program efficiencies and minimize the costs and impacts of hauling green materials. The proposed RGWPF is expected to receive from 170,000 to 270,000 tons per year of green material. Page 1

As a result of a recent Request for Qualifications process, two consultant teams, one led by CH2MHill and the other led by Malcolm Pirnie, are qualified to provide consulting services for this project. C. Submission of Proposals Proposals for providing the services outlined in this RFP must be submitted and received by the SWA no later than 3 p.m. on Friday, March 14 th, at the following address. Sacramento Regional Solid Waste Authority Attention: Pat Quinn, Project Manager 9850 Goethe Road Sacramento, CA 95827-3561 The Bidder must provide ten (10) copies of its proposal at the time of submission. All questions regarding this RFP should be directed to Pat Quinn at (916) 875-7082 or via e-mail at quinnpa@saccounty.net. Proposals must be printed on 8 ½ x 11 recycled-content double-sided paper, bound or stapled, with each page numbered consecutively, include a table of contents, and have information in the order listed in Section II B below. A statement should be provided identifying any information which the Bidder contends is confidential and the legal basis for such a claim. When information is requested under the California Public Records Act, the SWA will assert the confidentiality of such information only if and as requested by the Bidder in the RFP and where the Bidder has entered into an agreement with the SWA to defend and indemnify the SWA for any liability, loss, costs and expenses incurred in asserting such confidentiality as part of the proposal. The final determination as to whether or not the SWA will assert a claim of confidentiality is in the sole discretion of the SWA. D. Acceptance and Rejection of Proposals The SWA reserves the right to: Reject any or all proposals, or any part thereof; Waive any informality in the proposals; and Accept the proposal that is in the best interest of the SWA. The decision of the SWA in rejecting or accepting proposal will be final. The SWA s waiver of an immaterial defect shall in no way modify the RFP or excuse the selected Bidder from full compliance with its specifications. Page 2

E. Key Action Dates 1. Release of RFP Tuesday, January 28 2. Deadline for written questions (3 p.m.) Thursday, February 6 2. Pre-proposal Conference (2:30 p.m.) Tuesday, February 11 3. Response to conference questions (target) Close of business 2/14 4. Proposal Submission Deadline (3 p.m.) Friday, March 14th 5. Interviews (afternoon) Tuesday, March 25 6. Notification of Selection (tentative) Wednesday, March 26 7. Issue Notice to Proceed (tentative) Monday, April 14 F. Pre-Proposal Conference A pre-proposal conference will be held so that the proposing teams will have the opportunity to meet with staff, ask questions and discuss the content of the RFP in further detail. Written questions received prior to 3 p.m. on February 6th, will be answered at the conference. The pre-proposal conference will be held beginning at 2:30 p.m. on Tuesday, February 11, at: Sacramento County Department of Waste Management and Recycling Sierra Conference Room 9850 Goethe Road Sacramento, CA SWA staff will accept oral questions during the conference and will make a reasonable attempt to provide responses prior to the conclusion of the conference. Oral responses provided at the conference shall not be binding on the SWA. A written summary of responses provided at the meeting will be sent to both proposers. Our target date to issue this summary of responses (via FAX) is close of business February 14th. If any questions asked at the conference cannot be adequately answered during the conference, a copy of the questions and the SWA staff responses will be included in the written summary. Failure to attend the pre-proposal conference shall not be grounds for a later claim by any proposer of unfamiliarity with the amended RFP. G. Proposal Evaluation Process The SWA will evaluate all proposals containing the information requested and prepared in the format required by this RFP. After receipt of properly submitted proposals, a review committee will evaluate the proposals in accordance with the following elements: Page 3

CRITERIA Points Possible 1. Overall responsiveness of proposal to RFP 15 2. Responsiveness of the proposed scope of work 20 3. Proposed schedule/availability 10 4. Qualifications/experience of Project Manager 20 and team 5. Qualifications/experience of lead firm 5 6. Interview 10 7. References 10 8. Cost 10 TOTAL POINTS POSSIBLE 100 Since these elements are important in the evaluation, all proposals should provide complete information. Although price will be a factor in the evaluation, it will not be the sole determining factor in awarding the contract. The evaluation will consider both quantitative and qualitative aspects of each proposal. The evaluation committee will appreciate brevity and clarity when making its evaluation. The evaluation of proposals will consider the proposing team s apparent understanding of the project and ability to perform the necessary project work as exemplified by the bidder s response to this RFP, the quality of the proposed Scope of Work, the appropriateness of any scope of work modifications the proposer may have felt necessary or advisable, and the results of the interview. The evaluation committee will recommend to the SWA General Manager/Engineer that an agreement for performance of services be offered to the proposer the committee determines most qualified and responsive. The General Manager/Engineer may review the recommendation and consider whether additional information and evaluation is necessary, may then negotiate scope of work, price and other terms with the recommended proposer, and/or seek SWA Board authorization to execute an agreement with the lead firm for the recommended proposing team. H. Oral Interview As part of the evaluation process, proposing teams will be required to participate in an oral interview, scheduled for the afternoon of Tuesday, March 25th. One hour will be provided for the interview of each proposing team. The interview will consist of a presentation by the proposing team, lasting no more than 30 minutes, followed by up to 30 minutes of questions and answers with the selection committee. I. Award of Contract An award of contract shall be made to the responsible Bidder who provides the best overall response to the requirements of this RFP. The SWA may select whichever proposal it determines will best serve its interests. The successful Bidder will be selected in accordance with the Proposal Evaluation criteria identified in Section G, above, of this and any addenda thereto, except for such immaterial deviation as may be waived by the Page 4

SWA. Written notification of the outcome of the selection process will be mailed to all Bidders who submitted a proposal. II. REQUIREMENTS Section A. below lists the requested Scope of Work; Section B lists the required content of the proposals. A. Scope of Work This project will move forward in phases. Within a phase, the requested Scope of Work may be divided into separate tracks that are different or distinct in their character and that may, in some cases, be undertaken concurrently. Thus, in Phase One of the project, proposals should be structured to address three tracks: Procurement, Planning, and Communications and Stakeholder Relations. At this point, the anticipated phases of the project are: Phase One: Project initiation - Procurement track - Planning track - Communications and stakeholder relations track Phase Two: Structuring and designing the project - Procurement - Planning - Communications and stakeholder relations Phase Three: Facility permitting and contracting Phase Four: Final design Phase Five: Construction Phase Six: Operational start up Proposals should provide detailed Scope of Work and cost proposals only for Phase One. Proposals should address Phase Two by providing a discussion of the proposed approach, staff and staff roles that would be used for Phase Two. Proposals need not address later phases of the project. It is anticipated that upon successful completion of each phase (and upon Board concurrence), additional scope and cost proposals will be requested, and the consultant agreement will be amended. Proposals may include any additional tasks in the scope of work that the consultant believes should be included to improve success but which may have been omitted in this RFP. These additional proposed tasks should be identified as such, and their cost provided as a separate element of the cost proposal. Page 5

1. Phase One -- Project Initiation The purpose of Phase One is to further define the project and to prepare reports for submittal to the SWA Board, so that SWA staff may seek authorization to move forward with the next phase of the project. The proposed consultant scope of work should include two presentations by consultant staff to the SWA Board and the associated effort in preparation for the presentations. Phase One is divided into three tracks: Procurement, Planning, and Communications and stakeholder relations. a) Procurement Track Task 1. Review and analyze existing contractual arrangements of the SWA member agencies for green waste management services. Task 2. Evaluate options, analyze risks, and recommend a preferred structure for public/private partnership(s) to finance, develop, permit, design, build, own and operate the green waste facility project (and its individual elements) that would offer the best allocation of risks and benefits for both the public and private partners. Task 3. Recommend a procurement process for selecting public/private partners, including a recommended management strategy for the procurement process. Deliverable: Final report of analysis and recommendations for partnership structure and process for selecting public/private partners. Preliminary draft report with recommendations shall be provided within 60 days of receiving notice to proceed. Final report addressing staff comments shall be provided within ten days of receipt of comments. Consultant will provide ten copies each of the draft and the final report. b) Planning Track Task 1. Review and analyze existing system conditions (transfer and processing facility usage, materials flow, etc.) for green waste management. The review should assume no major changes in the collection system. Task 2. Recommend preferred system configuration. The purpose of this task is to identify the recommended components of the system, including the facility function, the recommended green waste processing facility design and/or technology approach(s), operational features, facility improvement needs, etc. for each component of the green waste management system. Task 3. Recommend the nature, scale, characteristics, technologies, design approaches, etc. of the preferred project elements for the individual private-sector partners and for the public-sector elements of the project. Page 6

Task 4. Site analysis, recommendation of preferred site, and conceptual site design. SWA staff will identify two potential sites for a green waste facility. The Consultant will evaluate the opportunities and constraints of each site, recommend a preferred site, and recommend a conceptual green waste facility site design. The evaluation and recommendation should include a preliminary identification and evaluation of environmental issues, and recommend potential mitigation measures; both site-wide and for the recommended project elements of the individual private-sector partners. Task 5. Provide a planning level estimate (+/- 25%) of the capital cost both for any recommended system improvements and for the development of the green waste facility. The green waste facility capital cost estimate should include and identify both publicsector and private-sector capital contributions. This capital cost estimation should be consistent with the recommendations of the other tasks and tracks of this phase of the project. Deliverable: Final report of analysis and recommendations for planning track efforts. Preliminary draft report with recommendations shall be provided within 90 days of receiving notice to proceed. Final report addressing staff comments shall be provided within ten days of receipt of comments. Consultant will provide ten copies each of the draft and the final report. c) Communications And Stakeholder Relations Track Task 1. Situation analysis and stakeholder assessment. Task 2. Recommend a communications and stakeholder relations strategy based on project goals. Task 3. Recommend measurable objectives to implement the strategy outlined in Task 2. Deliverable: Preliminary draft white paper with analysis, assessment, and recommendations shall be provided within 30 days of receiving notice to proceed. Final report addressing staff comments shall be provided within ten days of receipt of comments. Consultant will provide ten copies each of the draft and the final report. d) Project Schedule Proposals should include a proposed schedule for completing Phase One upon receiving notice to proceed. The schedule should show how the various tasks of the individual tracks will be accomplished so that the required Phase One deliverables will be produced on schedule. e) Cost Estimate Proposals should include a cost proposal for Phase One tasks. The cost proposal shall identify the individual team members to be assigned to each task, their hourly billing Page 7

rates, and the proposed amount of time allocated. The cost proposal shall clearly identify overhead, travel, and any other administrative components of the cost proposal. The cost proposal must state the total dollar amount (compensation) in the form of a not-toexceed amount by task, for which the Bidder will perform the proposed work. Proposals may include any additional tasks in the scope of work that the consultant believes should be included to improve success but which may have been omitted in this RFP. These additional proposed tasks should be identified as such (refer to the Recommendations section of the Proposal Content later in this RFP), and their cost provided as a separate element of the cost proposal. 2. Phase Two -- Structuring And Designing The Project Proposals should address Phase Two by providing a discussion of the proposed approach, staff and staff roles that would be used for Phase Two. Proposals need not address later phases of the project. Proposals should not include a cost estimate or detailed scope of work proposal for Phase Two. Proposals should, however, contain a discussion of the proposed approach to accomplish the work, identify the key staff that would be used on the effort and their roles for the individual tracks of Phase Two listed below. a) Procurement Track Prepare procurement documents to solicit private-sector partners for the individual components of the project recommended in Phase One Assist with administration and management of the evaluation and selection process for the private-sector partners Prepare proposed public/private partnership agreements, including performance measures and standards for all parties Prepare project financing plan b) Planning Track Consider -- as part of the private-sector partner evaluation and selection process -- the feasibility, cost, and environmental factors associated with the project elements proposed by potential partners Prepare preliminary site design, including the project elements of the selected individual partners, including design of site-wide environmental controls and infrastructure, especially as they pertain to air emissions and odor-control issues Prepare preliminary cost estimate for public-sector improvements. Review preliminary design and cost estimates for the project elements of the private-sector partners Develop a project description suitable for submittal to initiate State and local permit processes and environmental review Page 8

c) Communications and Stakeholder Relations Track Provide on-going assistance with the assessment, research, planning, implementation and evaluation of the communications and stakeholder relations effort. Upon successful completion of Phase One, the consultant would be asked to submit a new scope of work and cost proposal for Phase Two efforts. B. Proposal Content The proposal shall provide the following information in the following order: 1. Executive Summary Letter. A letter that: Summarizes the proposed Scope of Work, Accepts or modifies the RFP s requested Scope of Work as necessary to meet the Bidders understanding of its project goals, Summarizes any additional tasks in the proposed Scope of Work that the consultant believes should be included to improve success but which may have been omitted in this RFP, Provides a summary of the Bidder s approach to fulfilling the requirements of each track of Phase One, and Summarizes the proposed approach to Phase Two. Proposers are urged to be complete but concise in their submittals; a clear and concise presentation of information is encouraged. 2. Scope of Work. This section should contain the proposed Scope of Work for Phase One broken out for the three separate tracks. The Scope should provide any appropriate details on the proposed approach, procedures, and methodology to be used by the Bidder to accomplish the scope. 3. Project Schedule The proposal should contain a separate section containing the proposed schedule to complete the project upon receipt of the notice to proceed. This section should also include any appropriate details on procedures and methods to be used by the Bidder to assure the timely completion of Phase One. The schedule should show how the various tasks of the individual tracks will be accomplished so that the required Phase One deliverables will be produced on schedule. 4. Recommendations. Proposals may include a description of any modifications to the project scope or any additional tasks recommended for the scope of work that the Bidder believes will improve the quality, effectiveness or success of the project. This description should identify any impact on the project schedule. This section should also summarize the cost impacts that these modifications and/or additions to the scope would have if accepted by the SWA. Details concerning the cost of any recommended modifications or additions to the scope should be provided as a separate element of the cost proposal. Page 9

5. Project Staff. The Bidder shall identify the project manager and each project team member, identifying who will be assigned specific responsibility for the various aspects of the proposed Scope of Work. All subconsultants or subcontractors shall be identified and the scope of each subcontractor s services shall be provided. Substitution of the project manager, any subconsultants or subcontractors identified in the proposal shall not be made without the written consent of the SWA. A resume for each member of the team should be attached to the proposal. 6. Home Office. The address of the Bidder s home office and addresses of such other offices at which the project work will be conducted. 7. Insurance. A summary of the Bidder s present and proposed insurance for general liability, automobile liability, workers compensation, employer s liability and professional liability for the duration of the project. 8. Exceptions to Contract Terms and Conditions. A list of any exceptions to contract terms and conditions that the Bidder will seek from the standard contract language. 9. Conflict of Interest. The proposal should indicate if the consultant could potentially have an operational, oversight or other role in the ultimate project, or any other potential conflict of interest, and the consultant shall include their recommended approach to address any such potential conflicts of interest. The proposal should include the Conflict of Interest and Non-Collusion Affidavit (attached). 10. Cost Proposal. Proposals should include a cost proposal for Phase One tasks. The cost proposal shall identify the individual team members to be assigned to each task, their hourly billing rates, and the proposed amount of time allocated. The cost proposal shall clearly identify overhead, travel, and any other administrative components of the cost proposal. The cost proposal must state the total dollar amount (compensation) in the form of a not-to-exceed amount by task, for which the Bidder will perform the proposed work. Proposals may include any additional tasks in the scope of work that the consultant believes should be included to improve success but which may have been omitted in this RFP. These additional proposed tasks should be identified as such in the Recommendations section of the Proposal, and their cost provided as a separate element of the cost proposal. III. Contract Terms and Conditions A. Written Contract: Upon selection of a Bidder to perform the work, the SWA staff will forward to the Bidder a formal written contract for signature, obtain approval from the SWA Board and, if approved, give the Bidder written notice to proceed. B. Bonds: As a part of the execution of the contract, the successful Bidder shall furnish to the SWA a faithful performance bond to the benefit of the SWA in a sum not less than Page 10

one hundred percent (100%) of each item bid on as set forth in the agreement, to guarantee the faithful performance of all covenants and stipulations of the contract. The bond shall contain a provision that the surety thereon waives the provisions of Section 2819 of the Civil Code of the State of California. The surety company shall be acceptable to the SWA and authorized to do business in the State of California. C. Indemnification CONTRACTOR shall indemnify, defend, and hold harmless the SWA, its Board of Directors, officers, directors, agents, employees and volunteers from and against any and all claims, demands, actions, losses, liabilities, damages, and costs, including reasonable attorneys' fees, arising out of or resulting from the performance of this Agreement, regardless of whether caused in part by a party indemnified hereunder. All questions regarding this RFP should be directed to Pat Quinn, Sacramento County Department of Waste Management and Recycling, at (916) 875-7082, or at quinnpa@saccounty.net. P:\Shared Folders\All WMRD\SWA\SWA Facilities\GW\RFP\RFP Final.doc P:\Shared Folders\All WMRD\SWA\SWA-2003\04 Apr Board\Finals\Item6.RFP Attachment.doc Page 11

CONFLICT OF INTEREST AND NON-COLLUSION AFFIDAVIT IN ACCORDANCE WITH THIS PROPOSAL, I CERTIFY THAT OUR BUSINESS: 1. Does not and will not have a financial interest in any business, property or source of income, which could be financially affected or otherwise conflict in any manner with the performance of services under this request for proposals; 2. Has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with this request for proposals; and 3. Is not currently suspended or debarred from doing business with any government entity. I affirm that the above is true and correct to the best of my knowledge under penalty of perjury under the laws of the State of California. Name Date Title Business Name Page 12