Loading...
HomeMy WebLinkAbout213-24 RESOLUTION Page 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 213-24 File Number: 2024-416 RAFTELIS FINANCIAL CONSULTANTS, LLC. (SERVICE CONTRACT): A RESOLUTION TO AUTHORIZE A CONTRACT WITH RAFTELIS FINANCIAL CONSULTANTS, LLC. PURSUANT TO RFP 24-08, IN THE AMOUNT OF $111,858.00 FOR THE DEVELOPMENT OF A COMPREHENSIVE RATE STUDY FOR THE RECYCLING AND TRASH COLLECTION DIVISION, TO APPROVE A 10% PROJECT CONTINGENCY, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, in December 2018, City Council adopted the City’s last Recycling and Trash Collections rate study and implemented the City’s current rates; and WHEREAS, that rate study and recommended rate structure was designed to provide revenue stability for a five-year operational period; and WHEREAS, with the continued growth of the city and associated expansion of Recycling and Trash Collection Services along with increased landfill tipping fees, staff believes that an updated rate study is necessary to adequately fund the existing and future solid waste services and anticipate capital and debt service costs; and WHEREAS, the study will include an assessment of existing operations and analysis of the City of Fayetteville’s Recycling and Trash Collection user characteristics, a review of the City’s current collection equipment, and review of the City’s current collection routes and timing; and WHEREAS, the study will make recommendations for refinements and modifications to the rate structure necessary to fund existing and future activities and necessary infrastructure investments. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Raftelis Financial Consultants, LLC, pursuant to RFP 24-08, in the amount of $111,858.00 for the development of a comprehensive rate study for the recycling and trash collections division, and further approves a 10% project contingency. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on August 20, 2024 Resolution: 213-24 File Number: 2024-416 Approved: Attest: Page2 Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2024-416 MEETING OF AUGUST 20, 2024 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff FROM: Peter Nierengarten, Environmental Director SUBJECT: A resolution to award RFP #24-08 and authorize a contract with Raftelis Financial Consultants, LLC for $111,858.00 for the development of a comprehensive rate study for the Recycling and Trash Collection Division, approving a budget adjustment and approving a ten percent (10%) project and contract contingency RECOMMENDATION: Approve a contract with Raftelis Financial Consultants, LLC for the development of a comprehensive cost-of- service and rates study for the Recycling and Trash Collection Division, approving a ten (10%) project contingency and approving a budget adjustment BACKGROUND: In December 2018, the Fayetteville City Council adopted the City’s last Recycling and Trash Collections rate study and implemented the City’s current rates. That rate study and recommended rate structure was designed to provide revenue stability for a five-year operational period. DISCUSSION: With the continued growth of the city and associated expansion of Recycling and Trash Collection Services along with increased landfill tipping fees, staff believes that an updated rate study is necessary to adequately fund the existing and future solid waste services and anticipate capital and debt service costs. The study will include an assessment of existing operations and analysis of the City of Fayetteville’s Recycling and Trash Collection user characteristics, a review of the City’s current collection equipment, and review of the City’s current collection routes and timing. The study will make recommendations for refinements and modifications to the rate structure necessary to fund existing and future activities and necessary infrastructure investments. BUDGET/STAFF IMPACT: The study cost is $111,858 plus a 10% project contingency. Sufficient funds have been budgeted for the rate study in the Recycling and Trash Collections CIP. ATTACHMENTS: SRF (#3), BA (#4), RFP 24-08 Contract - Signed (#5), RFP 24-08, Appendix A - Scope of Work (#6), RFP 24-08, Appendix B - Raftelis Proposal (#7), RFP 24-08, Appendix C - City Issued RFP (#8) Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2024-416 A resolution to award RFP #24-08 and authorize a contract with Raftelis Financial Consultants, LLC for $111,858.00 for the development of a comprehensive rate study for the Recycling and Trash Collection Division, approving a budget adjustment and approving a ten percent (10%) project and contract contingency A RESOLUTION TO AUTHORIZE A CONTRACT WITH RAFTELIS FINANCIAL CONSULTANTS, LLC. PURSUANT TO RFP 24-08, IN THE AMOUNT OF $111,858.00 FOR THE DEVELOPMENT OF A COMPREHENSIVE RATE STUDY FOR THE RECYCLING AND TRASH COLLECTION DIVISION, TO APPROVE A 10% PROJECT CONTINGENCY, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, in December 2018, City Council adopted the City’s last Recycling and Trash Collections rate study and implemented the City’s current rates; and WHEREAS, that rate study and recommended rate structure was designed to provide revenue stability for a five-year operational period; and WHEREAS, with the continued growth of the city and associated expansion of Recycling and Trash Collection Services along with increased landfill tipping fees, staff believes that an updated rate study is necessary to adequately fund the existing and future solid waste services and anticipate capital and debt service costs; and WHEREAS, the study will include an assessment of existing operations and analysis of the City of Fayetteville’s Recycling and Trash Collection user characteristics, a review of the City’s current collection equipment, and review of the City’s current collection routes and timing; and WHEREAS, the study will make recommendations for refinements and modifications to the rate structure necessary to fund existing and future activities and necessary infrastructure investments. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a contract with Raftelis Financial Consultants, LLC, pursuant to RFP 24-08, in the amount of $111,858.00 for the development of a comprehensive rate study for the recycling and trash collections division, and further approves a 10% project contingency. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget Resolution: 213-24 File Number: 2024-416 Page 2 adjustment, a copy of which is attached to this Resolution. City of Fayetteville Staff Review Form 2024-416 Item ID 8/20/2024 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda Item Peter Nierengarten 7/30/2024 RECYCLING/TRASH COLLECTION (750) Submitted By Submitted Date Division / Department Action Recommendation: Approve a contract with Raftelis Financial Consultants, LLC in the amount of $111,858.00 for the development of a comprehensive cost-of-service and rates study for the Recycling and Trash Collections Division, approving a ten (10%) project contingency and approving a budget adjustment Budget Impact: 5500.750.5080-5314.00 Recycling and Trash Collections Account Number Fund 10004.1 Solid Waste Rate Study Project Number Project Title Budgeted Item?Yes Total Amended Budget $174,388.00 Expenses (Actual+Encum)$167.99 Available Budget $174,220.01 Does item have a direct cost?Yes Item Cost $123,043.80 Is a Budget Adjustment attached?Yes Budget Adjustment $- $269.00 Remaining Budget $51,176.21 V20221130 Purchase Order Number:Previous Ordinance or Resolution # Change Order Number:Approval Date: Original Contract Number: Comments: City of Fayetteville, Arkansas - Budget Adjustment (Agenda) Budget Year Division /Org2 RECYCLING/TRASH COLLECTION (750) Adjustment Number 2024 Requestor:Daryl Brigman BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approve a contract with Raftelis Financial Consultants, LLC in the amount of $111,858.00 for the development of a comprehensive cost-of-service and rates study for the Recycling and Trash Collections Division, approving a ten (10%) project contingency and approving a budget adjustment COUNCIL DATE:8/20/2024 ITEM ID#:2024-416 Holly Black 8/1/2024 2:30 PM Budget Division Date TYPE:D - (City Council) JOURNAL #: GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED:/ v.2024725TOTAL-- Increase / (Decrease)Project.Sub# Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X 5500.750.5080-5801.00 (23,826)-10004 1 EX Fixed Assets 5500.750.5080-5314.00 12,640 -10004 1 EX Professional Services 5500.750.5080-5911.99 11,186 -10004 1 EX Contingency - Capital Project -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- 1 of 1 City of Fayetteville, AR  RFP 24‐08, Recycling and Trash Collection Rate Study   Contract: Raftelis Financial Consultants, Inc.  Page 1 of 6  City of Fayetteville  RFP 24‐08, Recycling and Trash Collection Rate Study  Contract – Between City of Fayetteville, AR   and Raftelis Financial Consultants, Inc.  This  contract  executed  this  __  day  of  ________,  2024,  between  the  City  of  Fayetteville,  Arkansas  (City),  of 113 W. Mountain, Fayetteville, AR 72701 and Raftelis Financial Consultants, Inc. (RAFTELIS) of 341  N.Maitland, Suite 300, Maitland, FL 32751 in consideration of the mutual covenants contained herein, the parties agree as follows: 1.Purpose: The purpose of this Contract is to provide the terms and conditions necessary for the completion of a Recycling and Trash Collection Rate Study for the City of Fayetteville (the “Project”), as defined in the scope of work of RFP 24‐08, Recycling and Trash Collection Rate Study. 2.Contract Documents: The Contract documents which comprise the contract between the City of Fayetteville and RAFTELIS consist of this Contract and the following documents attached hereto, and made a part hereof: a.Appendix A: Scope of Work & Fees b. Appendix B: City Issued Solicitation for RFP 24‐08, Recycling and Trash Collection Rate Study c.Appendix C: RAFTELIS’s RFP Submittal d. Appendix D: RAFTELIS’s Certificate of Insurance 3.City’s Responsibilities: a.The City shall make available to RAFTELIS, all relevant information or data it has pertinent to the Project which is required by RAFTELIS to perform the Services. RAFTELIS shall be entitled to rely upon the accuracy and completeness of all information and data furnished by the City, including information and data originating with other consultants employed by the City whether such consultants are engaged at the request of RAFTELIS or otherwise. Where such information or data originates either with the City or its consultants then RAFTELIS shall not be responsible to the City for the consequences of any error or omission contained therein. b.When requested by RAFTELIS, the City may engage specialist consultants directly to perform items of work necessary to enable RAFTELIS to carry out the Services. Whether arranged by the City or RAFTELIS, these services shall be deemed to be provided under direct contracts to the City unless expressly provided otherwise. If the City chooses not to engage specialist consultants, then the Parties will work cooperatively to modify the scope of services to reflect any reductions or additions to the services to be provided by RAFTELIS. c.The City shall give prompt consideration to all documentation related to the Project prepared by RAFTELIS and whenever prompt action is necessary shall inform RAFTELIS of City's decisions in such reasonable time so as not to delay the schedule for providing the Services. 20 August City of Fayetteville, AR  RFP 24‐08, Recycling and Trash Collection Rate Study   Contract: Raftelis Financial Consultants, Inc.  Page 2 of 6  d.The City of Fayetteville’s Environmental Director is the project representative with respect to the services to be performed under this Agreement.  The Environmental Director shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 4.RAFTELIS’s Responsibilities: a.RAFTELIS shall furnish the necessary qualified personnel to provide the Services. RAFTELIS represents that it has access to the experience and capability necessary to and agrees to perform the Services with the reasonable skill and diligence required by customarily accepted professional practices and procedures normally provided in the performance of the Services at the time when and the location in which the Services were performed. This undertaking does not imply or guarantee a perfect Project and in the event of failure or partial failure of the product or the Services, RAFTELIS will be liable only for its failure to exercise diligence, reasonable care, and professional skill. This standard of care is the sole and exclusive standard of care that will be applied to measure RAFTELIS's performance. There are no other representations or warranties expressed or implied made by RAFTELIS. In particular, but not by way of limitation, no implied warranty of merchantability or fitness for a particular purpose shall apply to the Services provided by RAFTELIS nor shall RAFTELIS warrant or guarantee economic, market or financial conditions, proforma projections, schedules for public agency approvals, or other factors beyond RAFTELIS’s reasonable control. 5.Non‐Assignment: RAFTELIS shall not assign its duties under the terms of this agreement without prior written consent of the City. 6.Indemnification and Hold Harmless: a.RAFTELIS agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, but not defend, against all claims for property damage, personal injury or death, arising from RAFTELIS’s performance under this contract to the extent caused by the negligence, gross negligence or willful misconduct by RAFTELIS. This clause shall not, in any form or manner, be construed to waive that tort immunity set forth under Arkansas Law. b.Notwithstanding anything to the contrary, the total amount of all claims the City of Fayetteville may have against RAFTELIS under this contract or arising from the performance or non‐ performance of the services under any theory of law, including but not limited to claims for negligence, negligent misrepresentation and breach of contract, shall not exceed $500,000. As the City of Fayetteville’s sole and exclusive remedy under this contract any claim, demand or suit shall be directed and/or asserted only against RAFTELIS and not against any of RAFTELIS’s City of Fayetteville, AR  RFP 24‐08, Recycling and Trash Collection Rate Study   Contract: Raftelis Financial Consultants, Inc.  Page 3 of 6  employees, officers or directors. Neither the City of Fayetteville nor RAFTELIS shall be liable to  the other or shall make any claim for any incidental, indirect or consequential damages arising  out of or connected to this contract or the performance of the services on this project. This  mutual waiver includes, but is not limited to, damages related to loss of use, loss of profits, loss  of income, unrealized energy savings, diminution of property value or loss of reimbursement or  credits from governmental or other agencies.  7.Insurance: RAFTELIS shall furnish a certificate of insurance addressed to the City of Fayetteville within ten (10) calendar days after contract finalization, presenting insurance which shall be maintained throughout the term of the Contract in compliance with the terms of RFP 24‐08. If applicable, RAFTELIS shall require any subcontractor to provide insurance. In the event any employee engaged in work on the project under this contract is not protected under Worker’s Compensation insurance, RAFTELIS shall provide and shall cause each subcontractor to provide adequate employer’s liability insurance for the protection of such of their employees are not otherwise protected. Worker’s Compensation coverage shall be applicable with state law. 8.Price: a.RAFTELIS shall perform the services included in this proposal for a not‐to‐exceed fee of $__111,858.00____ ($104,585.00 for Scope of Work in RFP and $7,000.00 allowance for travel expenses). i.RAFTELIS shall strive to make decisions based on what is best for the City. As such, the RAFTELIS compensation is structured as a not‐to‐exceed fee, with billing to be completed on a monthly basis until completion of project. Monthly invoice shall include a breakdown of completed tasks and/or deliverables for the previous month. b.Additional services requested that fall outside the scope of this project shall be provided on a time‐and‐materials basis, subject to pre‐approval utilizing the hourly billing rates located in Appendix A. 9.Payments: a.Payments shall be made after approval and acceptance of each itemized invoice, which shall not be unreasonably withheld. b.Unless disputed by the City, payments shall be made 30 calendar days after acceptance of invoice. Electronic delivery to the City is preferred. 10.Terms:  All work as required in the Appendix A – Scope of Work shall be completed within _275_ calendar days of contract approval from Fayetteville City Council. City of Fayetteville, AR  RFP 24‐08, Recycling and Trash Collection Rate Study   Contract: Raftelis Financial Consultants, Inc.  Page 4 of 6  11.Ownership of Documents: a.All documents provided by the City are and remain the property of the City. RAFTELIS may retain reproduced copies of drawings and copies of other documents. b.All deliverables, whether in physical or electronic format, prepared by RAFTELIS or its subconsultant as part of the Project shall become the property of City; provided, however, that RAFTELIS shall have the unrestricted right to their use. c.RAFTELIS shall retain its rights in its standard document details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of RAFTELIS. d.RAFTELIS will grant the City, the State of Arkansas, and the United States of America a royalty‐ free, non‐ exclusive, non‐assignable and irrevocable license to reproduce and use, and to authorize or ratify use by others, of all copyrightable material first produced or composed under this agreement by the contractor, its employees or any individual or concern specifically employed or assigned to originate and prepare such material. 12.Independent Contractor: RAFTELIS is an independent contractor of the City and shall maintain complete responsibility for applicable state or federal law on unemployment insurance, withholding taxes, social security, or other industrial, labor or discrimination law for its employees.  RAFTELIS is responsible for its agents, sub‐consultants, methods, and operations. 13.Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, e‐mail or fax (receipt confirmed), or overnight courier. 14.Freedom of Information Act:  City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25‐19‐101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 15.Termination: This Contract may be terminated by the City of Fayetteville or RAFTELIS for any reason with thirty (30) days written notice. If either party breaches this agreement, the non‐defaulting party may terminate this Agreement after giving seven (7) days’ notice to remedy the breach. On termination of this agreement, the City shall pay RAFTELIS for the services performed through the date of termination within thirty (30) days of acceptance of final invoice. City of Fayetteville, AR  RFP 24‐08, Recycling and Trash Collection Rate Study   Contract: Raftelis Financial Consultants, Inc.  Page 5 of 6  16.Changes in Scope or Price:  Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees.  No modification of this contract shall be binding unless made in writing and executed by both parties. 17.Applicable Law:  This Agreement shall be governed by and construed in accord with the laws of the State of Arkansas. Venue for all legal disputes shall be Washington County, Arkansas. 18.Contract Administration: The Mayor or their Designated Representative shall be the Contract Administrator for this contract.  RAFTELIS’s Principal or their Designated Representative shall be the primary contact for all matters pertaining to this contract. 19.Professional Responsibility:  RAFTELIS shall exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. 20.Permits & Licenses: RAFTELIS shall secure and maintain any and all permits and licenses required to complete this Contract. 21.Publications: Recognizing the importance of professional development on the part of RAFTELIS’s employees and the importance of RAFTELIS’s public relations RAFTELIS may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to RAFTELIS’s services for the Project.  Such publications will be provided to City of Fayetteville in draft form for City of Fayetteville’s advance review.  City of Fayetteville shall review such drafts promptly and provide City of Fayetteville’s comments to RAFTELIS, City of Fayetteville may require deletion of proprietary data or confidential information from such publications, but otherwise City of Fayetteville will not unreasonably withhold approval.  Approved materials may be used in a variety of situations and do not require additional review or approval for each use.  The cost of RAFTELIS’s activities pertaining to any such publication shall be for RAFTELIS’s account. 22.Entire Agreement: These Contract documents constitute the entire agreement between the City of Fayetteville and RAFTELIS and may be modified only by a duly executed written instrument signed by the City of Fayetteville and RAFTELIS In the event of a conflict between the terms of this Contract and the appendices, this Contract and the terms and conditions contained in Appendix B shall control. 23.Force Majeure: Any default in the performance of this Agreement caused by any of the following events and without fault or negligence on the part of the defaulting party shall not constitute a breach of contract: labor strikes, riots, war, acts of governmental authorities, unusually severe weather conditions or other natural catastrophe, disease, epidemic or pandemic, or any other cause beyond the reasonable control or contemplation of either party. Nothing herein relieves the City of its obligation to pay RAFTELIS for services actually r endered . 24 . Severability : In the event that any court of competent jurisdiction shall determine that any provision of this agreement shall be unenforceable, then that prov ision shall be deemed to be null and void and the remaining provisions hereof shall remain in full force and effect. 25. Debarment Certification : RAFTELIS hereby provides debarment/suspension certification indicating compliance with the below Federal Executive Orde r. Federal Executive Order (E.O .) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards , using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government . RAFTELIS hereby attests its principal is not presently debarred , suspended , proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency . IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and RAFTELIS FINANCIAL CONSULTANTS, INC. by its authorized officer has made and executed this Agreement as of the day and year first above written . By :--1--..L-K.CSM~-=----/-~~~~-~- LIO ATTEST : By ~~ Kara Paxton, City Clerk Treasurer Date Signed : ___ 0_8/_2_0_/2_0_2_4 ___ _ City of Fayettevil le, AR RFP 24-08, Recycling and Trash Col lection Rate Study Contract: Rafte lis Financial Consu lta nts , In c. Page 6 of 6 RAFTELIS FINANCIAL CONSULTANTS, INC. 7/25/24 Date Signed : ___________ _ City of Fayetteville, AR and Raftelis Financial Consultants, LLC.  APPENDIX A – SCOPE OF WORK AND FEES  Page 1 of 4   CONTRACT FOR PROFESSIONAL SERVICES  RFP 24‐08, Recycling & Trash Collection Rate Study  APPENDIX A  Scope of Work & Fees    1. OVERVIEW:  Raftelis Financial Consultants, LLC. (Raftelis or Consultant) shall provide services in conducting a Rate  Study for the City of Fayetteville’s Recylcing and Trash Collection Division. The study shall include an  assessment of our existing operations, to include at a minimum, an analysis of the City of Fayetteville’s  Recycling and Trash Collection user characteristics, a review of the City’s current collection equipment,  review of the City’s current collection routes and timing, make recommendations for refinements and  modifications to the collections system and provide feasibility level cost estimates for implementation of  said recommendations.    2. SCOPE OF WORK:   The study performed by Raftelis shall address the following objectives:  A. Compare current recycling and trash collection service costs (operations, and capital improvement  needs) against appropriate industry benchmarks.  B. Recommend baseline rate structures required to guarantee the sustainability of the City’s  recycling and trash services and provide for collection equipment upgrade and maintenance.  C. Evaluate collection of:  i. Material by Program;  1. Curbside recyclables  2. Apartment recyclables  3. Commercial recyclables  4. Residential solid waste  5. Commercial solid waste  6. Industrial solid waste  7. Yard waste  8. Food Waste  ii. Bulk item pick up program  iii. Transfer station operation  iv. Recycling center operation  v. Hauling and disposal of all waste  vi. Marketing and processing of recyclables  vii. Composting program  viii. Franchise fees collection and administration    City of Fayetteville, AR and Raftelis Financial Consultants, LLC.  APPENDIX A – SCOPE OF WORK AND FEES  Page 2 of 4 ix. Planned capital improvements  x. Additional capital needs  xi. Operations and administration program  xii. Additional positions  D. Recommendations shall also consider annual inflationary and indexed adjustments that address the  overall policy direction outlined herein.  E. The study is to be performed in conformance with the following policy directions:  i. The recommended rate structures shall be based on cost of service and shall be sufficient  to meet the current and future revenue requirements of the City of Fayetteville’s Recycling  and Trash Division.  ii. The study shall recommend rate structures that consider and make provisions for the  following factors:  1. Achieving the goals outlined in the Recycling and Trash Collection Master Plan  adopted in February 2017  2. Current and future estimated costs to provide solid waste services in accordance  with established and anticipated standards and regulations in addition to the  adopted Solid Waste Reduction, Diversion, and Recycling Master Plan  3. Projected demands  4. Age and condition of fleet  5. Funding requirements for future facility and equipment upgrades  6. Changes in collection methods  iii. The recommended rate structures shall provide direct identification of revenues  appropriated to major funded activities and infrastructure.  iv. The study shall provide at least two (2) recommended rate alternatives for solid waste  servicesbased upon standard rate practice that meet the criteria outlined above. The  consultant will make recommendations as to which alternative best meets the criteria.  v. The benefits of any proposed modifications shall be weighed against the financial impacts  on rate payers.  vi. Justification of differences in proposed rate structures for different classes of customers  shall be provided.  vii. The recommended rate structures shall result in no decrease in stability of the revenue  stream, as compared to the current structure. Consideration shall be given to funding past  and future depreciation such as the necessary replacement or upgrade of  facilities/equipment.  viii. The recommended rate structures shall be easy to administer and understand and shall be  fully compatible with the City’s existing billing system.  ix. The recommended rate structure shall be provided through the next five (5) years.  F. In making rate structure recommendations, the final report shall explicitly include the following  elements and analysis for the provided solid waste services:  City of Fayetteville, AR and Raftelis Financial Consultants, LLC.  APPENDIX A – SCOPE OF WORK AND FEES  Page 3 of 4 i. Current Rate Structure – Assess the current rate structure’s performance as a baseline for  comparing and justifying recommended changes.  ii. Equity – Assess the equity of recommended rate structures for all types of property  ownership and user classes.  iii. Sensitivity Analysis – Assess the ability of the revenue stream generated by the  recommended rate structures to continue to fully fund recycling and trash collection  service costs. Include a sensitivity analysis where the long‐term revenue generated under  each alternative shall be illustrated when confronted with the impacts of growth or  increased demand.  iv. Rate Payer Education and Communication – Recommend methods for communicating  utility costs, including utility bill layout and how it might be used to identify actual costs of  providing recycling and trash collection services.  v. Annual Enterprise Fund Balance Targets  vi. Annual Target Contingency Fund Balances and Level of Liquidity  vii. Budgeting Horizon and Cycle – Assess the appropriate budgeting horizon and cycle needed  to support recommended rate structures.  viii. Comprehensive Summary of Recommended Rate Structures – Asses the performance of  each recommended rate structure over time and provide recommendations on the  preferred rate structure.  ix. Supporting Data – Provide data supporting conclusions and observations made for each of  the areas above and cite within the study.    3. PRICING:  A. Raftelis Financial Consultants, LLC. shall perform the services included in this proposal for a not‐to‐ exceed fee of $111,858.00 (104,585.00 for Scope of Work in RFP and $7,000.00 allowance for travel  expenses).   i. RAFTELIS shall strive to make decisions based on what is best for the City. As such, the  RAFTELIS compensation is structured as a not‐to‐exceed fee, with billing to be completed  on a monthly basis until completion of project. Monthly invoice shall include a  breakdown of completed tasks and/or deliverables for the previous month.  B. Additional services requested that fall outside the scope of this project shall be provided on a time‐ and‐materials basis, subject to pre‐approval utilizing the hourly billing rates below (rates will increase  3% annually, if applicable):  City of Fayetteville, AR and Raftelis Financial Consultants, LLC.  APPENDIX A – SCOPE OF WORK AND FEES  Page 4 of 4   4. TIMEFRAME & PROPOSED SCHEDULE:  A. Any adjustments to proposed schedule shall be coordinated through City staff:    RFP 24-08 Addendum 3 Raftelis Raftelis Financial Consultants, Inc. Supplier Response Event Information Number:RFP 24-08 Addendum 3 Title:Recycling and Trash Collection Rate Study Type:Request for Proposal Issue Date:3/17/2024 Deadline:4/16/2024 02:00 PM (CT) Notes:The City of Fayetteville, Arkansas, is now accepting proposals from qualified firms for services required to complete a comprehensive cost of service/rate study for the Recycling and Trash Collection Division of the City of Fayetteville. Any questions regarding this solicitation process shall be directed to Amanda Beilfuss, City of Fayetteville Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov or (479) 575-8220. Contact Information Contact:Amanda Beilfuss Address:Purchasing Room 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 Email:abeilfuss@fayetteville-ar.gov Vendor: Raftelis RFP 24-08 Addendum 3Page 1 of 2 pages Ap p e n d i x B RF P 2 4 - 0 8 , R T C R a t e S t u d y Ra f t e l i s P r o p o s a l Raftelis Information Address:227 W. Trade Street Suite 1400 Charlotte, NC 28202 Phone:(704) 373-1199 By submitting your response, you certify that you are authorized to represent and bind your company. Thierry Boveri tboveri@raftelis.com Signature Email Submitted at 4/16/2024 01:33:06 PM (CT) Requested Attachments RFP 24-08, Recycling and Trash Collection Rate Study Raftelis Proposal.pdf Please attach the signed and completed RFP form, located in the 'Attachments' tab, along with proposal. Bid Attributes 1 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read all addendum(s) that have been issued for this solicitation, if applicable. I agree Vendor: Raftelis RFP 24-08 Addendum 3Page 2 of 2 pages Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l City of Fayetteville Recycling and Trash Collection Rate Study RFP 24-08 / APRIL 16, 2024 Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l 341 North Maitland Ave, Suite 300, Maitland Fl. 32751 www.raftelis.com April 16, 2024 Ms. Amanda Beilfuss Senior Purchasing Agent City of Fayetteville 113 W. Mountain, Room 306 Fayetteville, AR 72701 Subject: Proposal for Recycling and Trash Collection Rate Study (RFP 24-08) Dear Ms. Beilfuss: Raftelis Financial Consultants Inc. (Raftelis) and Kessler Consulting Inc. (KCI) are pleased to submit this proposal to assist the City of Fayetteville (City) Department of Public Works’ Recycling and Trash Collection Division (RTC) with a Recycling and Trash Collection Rate Study (Study). The primary aim of this evaluation is to recommend operational improvements to the collection system and implement rates that fairly recover costs while supporting the financial sustainability of the enterprise fund. We believe that leveraging the combined strengths of Raftelis and KCI will provide the City with the most effective project team to accomplish its specific study goals and further advance broader objectives such as the City's Climate Action Plan waste diversion goals. Established in 1993, Raftelis has grown to become the largest water, wastewater, solid waste, stormwater, and electric utility rate and management consultancy in the country with over 170 consultants. Our mission is dedicated to assisting our clients in achieving financial viability to help ensure success in their mission and objectives. We are dedicated to staying at the forefront of industry trends and best practices through our belief in continual learning and contribution within industry trade organizations such as the Solid Waste Association of North America (SWANA). With a track record of assisting over 1,700 utilities nationwide, our approach is grounded in extensive experience and a deep understanding of the unique challenges facing municipal services. Founded in 1988 with the sole focus of generating innovative, sustainable solid waste, recycling, and organic management solutions that improve our environment, KCI brings extensive experience in strategic planning and optimization for solid waste collection operations. With significant local and regional institutional knowledge, KCI has led or participated in several studies, including the City’s Solid Waste Reduction, Diversion, and Recycling Master Plan, as well as the Boston Mountain and Benton County Solid Waste District (BMSWD) Northwest Arkansas Regional Waste Reduction & Recycling Master Plan. To ensure the City's needs are met with the utmost expertise, our project team leaders will include Mr. Thierry Boveri, Vice President with Raftelis, serving as the Project Manager with approximately 20 years of expertise in solid waste cost-of-service engagements and Mitch Kessler as the collection operational assessment lead with approximately 39 years of solid waste consulting experience. Raftelis and KCI have a successful past track record of effective collaboration and teamwork through overlapping engagements including several financial and planning engagements including: Hillsborough County Florida, Manatee County Florida, Sarasota County Florida, Fort Pierce Utility Authority Florida, and Oakland Park Florida. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l 341 North Maitland Ave, Suite 300, Maitland Fl. 32751 www.raftelis.com Following this letter, we have attached our proposal which documents our respective firm profiles, project team, qualifications and references, and project approach. We are proud of the resources that we can offer to the City of Fayetteville, and we hope for the opportunity to be of assistance on this engagement. Sincerely, Thierry Boveri, CGFM Vice President P: 407.628.2600 E: tboveri@raftelis.com Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l Table of Contents Firm Overview .......................................... 1 Industry Knowledge ................................ 5 Project Approach .................................... 6 Experience ............................................. 14 Project Personnel .................................. 22 Timeline .................................................. 33 Cost Proposal ........................................ 34 Exceptions ............................................. 36 Appendix: Required Forms .................. 37 Diversity and inclusion are an integral part of Raftelis’ core values. We are committed to doing our part to fight prejudice, racism, and discrimination by becoming more informed, disengaging with business partners that do not share this commitment, and encouraging our employees to use their skills to work toward a more just society that has no barriers to opportunity. Raftelis is registered with the U.S. Securities and Exchange Commission (SEC) and the Municipal Securities Rulemaking Board (MSRB) as a Municipal Advisor. Registration as a Municipal Advisor is a requirement under the Dodd-Frank Wall Street Reform and Consumer Protection Act. All firms that provide financial forecasts that include assumptions about the size, timing, and terms for possible future debt issues, as well as debt issuance support services for specific proposed bond issues, including bond feasibility studies and coverage forecasts, must be registered with the SEC and MSRB to legally provide financial opinions and advice. Raftelis’ registration as a Municipal Advisor means our clients can be confident that Raftelis is fully qualified and capable of providing financial advice related to all aspects of financial planning in compliance with the applicable regulations of the SEC and the MSRB. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 1 FIRM OVERVIEW Who is Raftelis HELPING LOCAL GOVERNMENTS AND UTILITIES THRIVE Local government and utility leaders partner with Raftelis to transform their organizations by enhancing performance, planning for the future, identifying top talent, improving their financial condition, and telling their story. We’ve helped more than 700 organizations in the last year alone. General Information Firm Name: Raftelis Financial Consultants, Inc. (DBA Raftelis) Address of Firm: 341 N. Maitland Ave, Maitland Fl. 32751 Years in Business: 31 years Other Names: Raftelis is a subchapter S-Corporation incorporated in the state of North Carolina on April 23, 2004. The predecessor to Raftelis, Raftelis Environmental Consulting Group, Inc., was established on May 10, 1993 by George A. Raftelis to provide financial and management consulting services of the highest quality to public-sector clients. In 1999, the firm’s name was changed to Raftelis Financial Consulting, PA. Following the sale of a portion of the firm to a group of employees on April 22, 2004, the firm’s name changed to Raftelis Financial Consultants, Inc., which remains the firm’s legal name. We currently do business as Raftelis. Current Insurance: Please see the following page for a copy of our insurance coverage. OUR SUBCONSULTANT Kessler Consulting, Inc. Kessler Consulting, Inc., (KCI) is a national leader in solid waste management planning and program implementation. Their experience developing strategic, practical, and sustainable programs and recommendations from operational analyses across the United States is unparalleled. Throughout our 36-year history, KCI has worked on over 1,000 projects for more than 350 clients in 37 states and 10 countries. With their corporate office in Florida, and satellite offices in North Carolina, Maine, Pennsylvania and Puerto Rico, KCI has helped clients remain on the leading edge of solid waste collection, recycling, composting, waste reduction, and environmental stewardship. KCI is committed to developing environmentally sound and economically viable solutions for our clients that include innovative and realistic solid waste management strategies and technologies. Their results-oriented service has solidified KCI’s position as a top solid waste planning and management consulting firm in the Southeastern United States and nationally. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 2 Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 3 We believe that Raftelis is the right fit for this project. We provide several key factors that will benefit Palo Alto and help to make this project a success. RESOURCES & EXPERTISE: This project will require the resources necessary to effectively staff the project and the skillsets to complete all of the required components. With more than 170 consultants, Raftelis has the largest utility-industry financial and management consulting practice in the nation, including many of the industry’s leading rate consultants and experts in key related areas, like stakeholder engagement and data analytics. Our depth of resources will allow us to provide the City with the technical expertise necessary to meet your objectives. DEFENSIBLE RECOMMENDATIONS: When your elected officials and customers are considering the validity of recommended changes, they want to be confident that they were developed by experts using the latest industry standard methodology. Our staff are involved in shaping industry standards by serving as a board of director and chairing committees within the Solid Waste Association of North America and co-authoring many industry-standard books regarding utility finance and rate setting. Being so actively involved in the industry will allow us to keep the City informed of emerging trends and issues and to be confident that our recommendations are insightful and founded on sound industry principles. In addition, with Raftelis’ registration as a Municipal Advisor, you can be confident that we are fully qualified and capable of providing financial advice related to all aspects of utility financial planning in compliance with federal regulations. HISTORY OF SIMILAR SUCCESSES: An extensive track record of past similar work will help to avoid potential pitfalls on this project and provide the know-how to bring it across the finish line. Raftelis staff has assisted 1,000+ utilities throughout the U.S. with financial and rate consulting services with wide-ranging needs and objectives. Our extensive experience will allow us to provide innovative and insightful recommendations to Palo Alto and will provide validation for our proposed methodology ensuring that industry best practices are incorporated. USER-FRIENDLY MODELING: A modeling tool that your staff can use for scenario analysis and financial planning now and into the future will be key for the City going forward. Raftelis has developed some of the most sophisticated yet user-friendly financial/rate models available in the industry. Our models are tools that allow us to examine different policy options and cost allocations and their financial/customer impacts in real time. We offer model options including Microsoft Excel-based and web-based tools that are developed with the expectation that they will be used by the client as a financial planning tool long after the project is complete. RATES THAT ARE ADOPTED: For the study to be a success, rates must be successfully approved and implemented. Even the most comprehensive rate study is of little use if the recommendations are not approved and implemented. Raftelis has assisted numerous agencies with getting proposed rates successfully adopted. We focus on effectively communicating with elected officials about the financial consequences and rationale behind recommendations to ensure stakeholder buy-in and successful rate adoption. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 4 OUR TEAM INCLUDES 170+ consultants focused on finance/management/communication/ technology for the public sector 2 members of AWWA and WEF utility finance and SWANA management committees and subcommittees chairs & 16 & a Past President of AWWA and SWANA Board of Directors RAFTELIS HAS PROVIDED ASSISTANCE FOR 1,700+ public agencies and utilities 25% of the U.S. population that serve more than 41 of the nation’s 50 largest cities including the agencies serving 1,300+ projects for in the past year alone, we worked on 700+ agencies in 47 states How we stack up Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 5 INDUSTRY KNOWLEDGE Knowledge of Applicable Regulations and Local Conditions Our proposed project team and in particular, KCI, will bring to bear their extensive knowledge of local conditions. As previously noted, KCI prepared the City’s 2016 solid waste master plan which required, among other things, developing a thorough understanding of the local regulatory environment and understanding of key challenges facing the City and region such as the need to improve on landfill diversion goals and recycling processing infrastructure. KCI also played a critical role in developing the Northwest Arkansas Regional Waste Reduction & Recyling Master Plan on behalf of the Boston Mountain Region and Benton County Solid Waste District (BMSWD). KCI completed a Recycling and Transfer Facility Assessment, Conceptual Design, and Cost Estimate for the City and continues to provide on-call support. Additionally, KCI has been retained by BMSWD to perform an Operations Analysis and Waste Characterization Study for the region, which will include characterization of the City’s MSW. Please reference KCI project experience for more detail concerning these engagements. All together, KCI’s extensive and ongoing work with the City and region provide unparalleled knowledge and understanding that will help ensure insightful analysis and recommendations to help guide the City to achieving its service delivery, waste diversion, and climate change goals in a financially sustainable and equitable manner. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 6 PROJECT APPROACH Project Understanding The City of Fayetteville is seeking proposals to perform a Recycling and Trash Collection Rate Study that will include an evaluation of the current collection operations. The primary aim of this evaluation is to recommend operational improvements to the collection system and implement rates that fairly recover costs while supporting the financial sustainability of the enterprise fund. A key area of focus will be to evaluate potential changes or enhancements to the City’s collection operations in order to support the broader objectives and recommendations as adopted in the 2017 Master Plan and 2018 Climate Action Plan. Project Approach Our project approach is structured around two (2) primary parallel activities with the performance of an operational assessment of the collection system and the development of a ten (10) year financial and cost-of-service model. Ultimately, the product of this work effort will result in what can be described as a “mini masterplan” through the evaluation of three (3) overall system options including: a) the continuation of the “status quo” assuming the current collection operations and service levels are maintained; and b) up to two (2) possible collection system alternatives that we would develop with staff input that could be more focused around advancing the City’s past master plan, waste diversion, and Climate Action Plan goals. The collection system assessment will be led primarily by KCI and include a review of the collection equipment, route requirements, and development of planning level cost estimates of alternatives selected in consultation with the City that will ultimately form the basis of the operational assessment recommendations. The assessment will include field visits and collection system ride-along to help inform collection system recommendations. As part of the operational assessment, we have included allowances for the evaluation of up to three (3) options and planning level cost estimates for operations including the current operations or “status quo” and two (2) collection system operations alternatives. This effort will consider the current and future collection system needs of the City and explore how changes to collection operations can further advance the City’s objectives towards increased diversion. The financial model and cost-of-service efforts will be primarily led by Raftelis and include the development of a dynamic decision support model of the City’s collection operations to facilitate working sessions with City / RTC staff. The model will have the capability of adjusting the number of customers by class and service, waste generation, waste diversion, collection routes, labor and vehicle requirements, among other factors, to support decision making around the benefits and costs related to each of the up to 3 operational scenarios under consideration. The model will allow for sensitivity testing of each option with the corresponding effects on the City’s financial condition (e.g., cashflows and reserve balances) and rates. Our work efforts will culminate in the development of a detailed report documenting the study approach, key assumptions, findings, and recommendations. Once staff has reviewed the draft report, the project team will then present the study findings and recommendations to key stakeholders, including the Mayor and City Council. Council input will be considered and incorporated into the final report and recommendations. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 7 Task 1: Project Initiation and Operational Assessment This task relates to project management, data collection, and operational assessment. The task will be initiated with a virtual meeting to broadly discuss the project objective and address project management protocols. This will lead into an on-site workshop with staff to better identify the key issues and areas of concern for the study. The on-site workshop will be performed concurrent with the necessary field work to support the operational assessment. The work effort will conclude with a virtual presentation of key findings and recommendations, as well as outline the options or scenarios that will be evaluated in development of the feasibility level cost estimation and financial plan formulation. Task 1.1: Preliminary Virtual Kick-off Meeting A productive kick-off meeting is the most effective way to begin a project of this nature. Prior to the kick-off meeting, we will submit a data request with the information needed to complete the study. This will include financial information, operational data, billing data, key agreements for service, debt service schedules, existing rate models and studies, etc. We have proposed a virtual kick-off meeting and the goals for this meeting include: • Providing a forum to finalize the work plan and schedule with City staff • Establish the cadence for periodic study check-ins and primary points of contact • Confirm the study goals, objectives, and timeline with City staff • Discuss and review the data needs for the project • Discuss any general areas of concern or issues related to the study • Discuss any rate design goals and objectives (e.g., review or enhance PAYT structure) • Discuss and formalize field work necessary for the performance of the operational assessment DELIVERAB LES : • Data request and kick-off meeting agenda MEETINGS : • Meeting 1 – Virtual project kick-off meeting Task 1.2: On-site Workshop This task will be performed concurrently with Task 1.3. The workshop purpose of the workshop will be to facilitate open dialogue with City staff concerning the key collection system issues and potential operational changes that the project team will explore as part of our evaluation. This workshop will include: • Background / operating environment overview of RTC operations • Discussion of the current challenges and opportunities • Specific areas of focus for the operational study • Final coordination of on-site field work as needed DELIVERAB LES : • Workshop agenda MEETINGS : • Meeting 2 – On-site Workshop Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 8 Task 1.3: Conduct Operational Assessment KCI will conduct a three-day on-site assessment of City-provided collection operations, which we anticipate will include the following activities: • Conduct field-level observations, ride-a-longs on selected collection routes, targeted audits of route performance (e.g., time and motion data on segments of selected routes), and interviews with collection and management staff. This work will cover all City collection services by customer and service class (e.g., residential, multi-family, and commercial) and material types )e.g., recyclables, yard waste, food waste, solid waste, and bulk items). • Review routes for length, efficiency, and impacts on overall operations. • Organizational chart, administrative staff responsibilities, collection staff service and route assignments, and labor hour reports. • Vehicle inspection procedures, maintenance and repair services, and aging and replacement schedule. • Assess current on-board and information technology for tracking collection operations, customer service verification, vehicle performance, and safety as well as responding to service and dispatch requests. • Discuss with staff the findings from recently conducted facility assessments and perform additional, targeted work as required to support this project. • Review procedures for handling on-call services, excessive volume, and code violations. • Identify program components and options that could potentially lower costs, improve service delivery, optimize collection routes, improve operational efficiency and productivity, and/or increase materials recovery rates related to existing services. • Identify potential tools and performance metrics to assist in measuring improvement progress. At the conclusion of this work effort, KCI will develop key performance metrics for each collection service (e.g., route size, recycling set out rate, stops per hour, tons per worker hour, fleet replacement, and others) and benchmark the City’s services against industry standards and ranges. KCI will also identify unique local conditions that impact City’s service performance metrics to provide context for the benchmarking comparisons. KCI will develop a summary of key findings and preliminary recommendations for consideration. Raftelis and KCI will participate in a virtual meeting with staff to discuss the findings and finalize the collection method options that will be evaluated in development of the feasibility level cost estimation and financial plan formulation. DELIVERAB LES : • Three-day on-site assessment • Key Findings Memorandum MEETINGS : • Meeting 3 – Virtual Meeting to Discuss Key Findings with Staff Task 2: Financial Model Revenue Requirements Forecast Development Task 2.1: Historical and Forecasted Customer/Tonnage and Route Statistics The project team will evaluate and analyze a minimum of three to five years of historical solid waste user characteristics including billing data, waste deliveries by customer class, type, and quantity (weight or volume), and routing operational data (# of vehicles, pickups per route day, etc.). Based on the analysis of historical trends, Raftelis will develop a multi-year forecast comprising up to ten years (Forecast Period) of customer, waste generation, and routing statistics which will be used to forecast operating revenues and expenses of the Fund. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 9 This task will include recognition of growth from new development as identified by City staff to aid in identifying customer and rate impacts as part of future tasks. Task 2.2: Preparation and Validation of the Revenue Forecast Utilizing projections from Task 2.1, Raftelis will develop revenue projections under existing rates. This task will include a revenue test to validate the revenue model by comparing calculated revenues for the most recently completed historical year relative to audited and reported revenues. This task will include recognition of incremental revenues from new development as identified by City staff. Task 2.3: Operating Expense Forecast and Allocation by Service Raftelis will summarize and analyze three to five years of historical operating expenses by cost center function and by line item within each cost center. The historical evaluation will be used to identify trends in expenses. The current operating expense budget will serve as the baseline for the forecast and may be adjusted based on historical trends as would be discussed and confirmed with staff. Generally, the projection of operating expenses will be escalated from the base year recognizing: i) historical trends in such costs; ii) indexing provisions related to contract operations (if applicable); iii) assumed escalation in costs based on the cost drivers such as number of customers, collection routes, waste generation, and/or other factors; and iv) possible changes in operations (e.g., additional personnel, new contract, new services, changes in operations, etc.). We understand that the City’s operations can change or evolve over time due to changes in waste generation and diversion associated with implementation of the City’s waste diversion goals. We would propose developing a series of supporting work papers to adequately forecast and model costs based on the key dynamic relationship among your operations and the service requirements of your customers. For example, changes in routing operations requires the ability to change expected labor, vehicle, maintenance, and fuel requirements. In this way as we revise assumptions of collection service requirements or waste diversion, we capture the proportional and corresponding change in projected operating expenses. We typically try and model all key dynamic relationships, as well as attempt to factor other incremental changes in costs. Ultimately our goal is to develop a digital financial twin of your solid waste operations, which we believe adds value through the insights garnered from understanding the dynamic relationship of customer needs, operational requirements, and cost of service. Once the costs are forecasts and if not already allocated by the City through the budget process, Raftelis will work with staff to assign costs among the various programs or services of RTC using industry-accepted cost allocation practices. Dynamic Operating Expense Forecast Cost of Service Relationship Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 10 The following services identified pursuant to the RFP and the past rate study will serve as the minimum basis of cost allocation: Management, Billing, & Administration Collection Automated Refuse Commercial Container Refuse Curbside Recycling Apartment Recycling Commercial Recycling Curbside Yard Waste Bulky Collection Dropbox Collection Food Waste Pilot Glass Pilot Recycling Drop-Off Facilities / Disposal Transfer Station Recycling Processing Facility Compost Facility Task 2.4: Development of the Capital Improvement and Equipment Program If the City does not already have a forecast of capital needs for the system, we will work with City staff to review the City’s applicable fleet and fixed asset records by age, type, and condition (if available) to support a desktop evaluation of the near-term capital needs. We will work with staff to develop a forecast of the associated capital and equipment needs. The evaluation will consider potential changes in operations and new capital as well as previously identified capital needs pursuant to City-adopted capital plan. We will review the City’s capital improvement plans to understand projects scopes, budgets, and fact sheets. We will discuss the projects with staff to understand details, confidence in project budgets, risk identification, and if projects will achieve the desired outcomes. We will then allocate expenditures by service or program type, and identify the corresponding funding sources for each project or capital expenditure. This task will include feasibility level cost estimates as developed by KCI for the 3 collection system operations under consideration. Task 2.5: Other Revenue Requirements and Recommended Reserve Targets This task involves identifying: i) any debt service or capital lease requirements (if applicable) and compliance requirements (e.g., loan agreements/debt service coverage); ii) required deposits for maintaining reserve targets and future capital funding needs; and iii) other funding requirements associated maintaining minimum financial performance metrics. Raftelis will work with staff to identify and recommend minimum cash reserve balances to meet the objectives of the City, which may include consideration for operating reserves, long-term liabilities, force majeure events, and/or unexpected capital needs. Our recommendations will be based on a review of the City’s solid waste cashflow requirements, Government Finance Officers Association (GFOA) guidance, and credit rating agency guidelines, and other best practices. Our reserve recommendations generally tie to a purpose and a basis for a minimum reserve requirement, accounting for at a minimum operating or working capital reserves, capital reserves, debt service, and potentially other reserve requirements. We will develop these recommendations based on discussions and input with City staff. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 11 Task 2.6: Determination of Revenue Sufficiency We will develop an “optimal” revenue requirement financial plan balancing a mix of cash funding and debt financing capital projects (if applicable) while meeting reserve targets and debt service coverage requirements while maintaining conservative debt capacity levels and minimizing revenue increases. This balance is subject to the constraints of meeting the City’s target reserve policies and debt service coverage requirements on any proposed debt. We will calculate annual rate revenue adjustments needed through the study period. The graphic below illustrates the requirements needed to build a sound financial plan. DELIVERABLES : • 10-year forecast of revenue requirements with forecasted incremental changes, reserves analysis, and financial plan alternatives. This task will include development of a management dashboard. • Feasibility level cost estimates MEETINGS: • Three (3) Virtual Meetings 4 – 6: To review and discuss key assumptions and findings in the formulation of the projected revenue requirements of the system. Financial Planning Process Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 12 As part of Task 2.6 and if not already developed within the City’s current financial model, Raftelis will develop a customized financial model that incorporates a dashboard to allow you to easily run scenarios and see the impacts in real time. Shown here is a sample dashboard that we developed for another project. Task 3: Cost of Service and Rate Design Task 3.1: Cost of Service Allocations and Rate Structure Alternatives Concurrent with Task 2, in development of the revenue requirements, we will work to allocate costs based on the cost causative drivers for collection operations, such as the amount of labor, equipment, time, among other things, for each of the distinct services offered by the City. We will ensure that the cost allocations meet a rational nexus and can be easily explained when communicating needs to stakeholders. The allocated costs will then be divided by the underlying billing units by service type / level to determine the unit cost of collection. The rate structure alternatives determined with aid of input from City staff during the Task 1 Project Initiation will then be populated using the unit costs in the formation of the proposed rate structure alternatives. This task contemplates the development of several rate structure alternatives as needed for staff’s consideration. Task 3.2: Customer Bill Impact Analysis and Rate Implementation Strategies Based on the rate structures identified in the prior task, we will develop a comparison of the cost of service to rate recovery under the new rates as well as existing rates. We will work with City staff to develop several rate phasing strategies to minimize impacts to customers from the cost recovery changes. This will allow the City to understand the customer impacts of the proposed rate structure alternatives proposed to address any inequities in the existing rate structure. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 13 DELIVERABLES: • Three (3) Customer bill impact and rate structure alternatives. MEETINGS: • Virtual Meeting 7 – Review cost of service and rate design analysis. • Virtual Meeting 8 – Present final findings and recommendations to City project team / RTC staff • Virtual Meeting 9 – Present final findings to City Administration Task 4: Reporting and Presentation Task 4.1: Draft Report The draft report will include an executive summary highlighting the findings of the operational assessment and financial planning and cost-of-service work efforts. The main body of the report will include an assessment of current services, service area descriptions, an overview of O&M expenses, operational priorities, the capital improvement plan, the financial plan, and the proposed rates. It will also contain a discussion on rate structure selection, rate design assumptions, and methodologies used to develop the rates. The report will provide rate recommendations and alternatives for a five-year planning period. The City will provide comments for incorporation into the final report. The report will serve as the administrative record and will show the nexus between the City’s costs and proposed rates. Task 4.2: Council Public Presentation Raftelis will make a presentation to the Mayor and City Council during a public meeting. The purpose of this presentation is to present the results of the study and seek input from policy makers regarding any changes to the proposed collection operations and proposed rates. Presentation materials will be provided to City staff for review prior to the presentation. Task 4.3: Final Report Raftelis will incorporate all prior City staff and City Council input into the final report. DELIVERAB LES : • Draft and Final Report • Presentation for City Council MEETINGS : • Virtual Meeting 10 – Discuss Draft Report Comments with Staff • On-site Meeting 11 – Present findings to the Mayor and City Council Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 14 EXPERIENCE Experience and Performance Records RAFTELIS HAS THE MOST EXPERIENCED UTILITY FINANCIAL AND MANAGEMENT CONSULTING PRACTICE IN THE NATION. Our staff has assisted more than 1,700 local government agencies and utilities across the U.S., including some of the largest and most complex agencies in the nation. In the past year alone, Raftelis worked on more than 1,300 financial, organizational, and/or technology consulting projects for over 700 agencies in 47 states, the District of Columbia, and Canada. Below, we have provided descriptions of projects that we have worked on that are similar in scope to the City’s project. We have included references for each of these clients and urge you to contact them to better understand our capabilities and the quality of service that we provide. RAFTELIS REFERENCES Hillsborough County FL Reference: Damien Tramel., Solid Waste Management Division Director P: 813.663.3211 / E: trameld@hcfl.gov Length of Service: 2005 – Present Raftelis has prepared a financial forecast and revenue sufficiency analysis and model of the County’s Solid Waste Division, which includes both disposal and collection services. The financial forecast and model was prepared to evaluate the current and projected fiscal position, support the development of collection and disposal fee rates for service, and develop a funding plan for ongoing capital re-investment. The financial forecast encompassed a six-year planning horizon. Study tasks have included: • Compilation of historical solid waste deliveries received by the County, by waste type, and the projection of solid waste tonnage to estimate residential assessment and tipping fee disposal revenues RAFTELIS HAS PROVIDED FINANCIAL/ ORGANIZATIONAL/TECHNOLOGY ASSISTANCE TO UTILITIES SERVING MORE THAN 25% OF THE U.S. POPULATION. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 15 • Preparation of forecast of residential/dwelling unit, and commercial customer growth, and waste generation rates to estimate solid waste collection revenues as well as the delivery of municipal solid waste to the County disposal facilities • Projection of electric rate revenues derived from the operation of the waste-to-energy (WTE) facility, recognizing changes in fuel prices, and contractual arrangements for the sale of electricity to other utilities • Projection of operating expenses, including contractual fees for: 1. Operation of the landfill and other disposal facilities 2. Providing collection services by the County’s contractors • Preparation of change in landfill closure and long-term liability for expense recognition and funding considerations • Development of a capital funding plan • Developed cost allocation and development of rates based on cost to provide service by customer class, waste type, and service provided (e.g., disposal and residential collection since separately assessed) • Assisted in development of residential assessment rate resolution and solid waste rate schedules and presentation to Board of County Commissioners • Providing the rate and financial model for County staff’s internal use Raftelis has annually updated the financial and revenue sufficiency model in support of annual budget process, to review the financial position of the system, and to maintain compliance with the overall business plan adopted by the Board of County Commissioners. City of Huntsville AL Reference: Penny Smith, Director of Finance P: 256.427.5062 / E: penny.smith@huntsvilleal.gov Length of Service: 2023 – Present The City of Huntsville, Alabama (City) currently provides trash, residential bulky waste, and storm debris cleanup to approximately 67,400 residential and commercial accounts producing approximately 165,000 tons of waste per year. The City provides these services primarily in-house through their Sanitation Division (Division). The Division’s financial operations currently reside within the City’s General Fund, and capital and operating costs have been greater than what is collected from its customers as charges for services. However, the Division is in the process of establishing operations as a separate and distinct enterprise fund. To do so, the enterprise fund must set rates sufficient to fully recover the cost of operation. The City has not conducted an independent review of the cost of service for its solid waste operation since 1994. As a result, the City engaged Raftelis to perform a cost of service and financial planning study to provide rate, capital planning, and fiscal policy recommendations to promote financial stability and continuity for the Division’s solid waste operation as it transitions out of the General Fund and into its own enterprise fund. The study is currently active and on-going with the goal to take results to City Council at the end of this calendar year. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 16 Oklahoma City Water Utilities Trust OK Reference: Vanessa Aguilar, Business Manager, City of Oklahoma City, Utilities Department P: 405.297.2825 / E: vanessa.aguilar@okc.gov Length of Service: 2020 – present The City of Oklahoma City (City) Water Utilities Trust (OCWUT) provides solid waste collection and disposal services to approximately 645,000 people with contractor-provided collection service to about 60% of the customer base and City in-house provided collection service to about 40% of the customer base. Collection services primarily include refuse, recycling, and bulky waste. The City is also responsible for a number of solid waste programs from neighborhood clean ups, household hazardous waste, rural recycling convenience centers, street sweeping, and others. Raftelis recently assisted the City through the performance of a formal cost-of-service rate study and financial forecast model. A key element of the engagement included: i) providing recommendations concerning rate revenue adjustments over a 10-year period including modeling of fleet replacement and identifying capital needs; ii) providing recommendations concerning the establishment of cash reserves for operating, capital, storm, cart, and other reserves; and iii) identification of the cost of service for several of the City’s key services including, bulky waste collection, recycling, illegal dumping and litter collection, and flow fee design. Raftelis assisted the City in modeling cart and fleet replacement cycles. Currently Raftelis is assisting the City in determining the cost of in- housing certain contracted operations. Lee County FL Reference: Douglass Whitehead, Solid Waste Director P: 239.533.8917 / E: dwhitehead@leegov.com Length of Service: 2014 – present Raftelis has prepared a financial forecast and revenue sufficiency analysis and model of the County’s Solid Waste Division, which includes both disposal and collection services. The financial forecast and model were prepared to evaluate the current and projected fiscal position, support the development of collection and disposal fee rates for service, and develop a funding plan for ongoing capital re-investment. The financial forecast encompassed a six-year planning horizon. Study tasks have included: • Compilation of historical solid waste deliveries received by the County, by waste type, and the projection of solid waste tonnage to estimate residential assessment and tipping fee disposal revenues • Preparation of forecast of residential/dwelling unit, and commercial customer growth, and waste generation rates to estimate solid waste collection revenues as well as the delivery of municipal solid waste to the County disposal facilities • Projection of electric rate revenues derived from the operation of the waste-to-energy (WTE) facility, recognizing changes in fuel prices, and contractual arrangements for the sale of electricity to other utilities • Projection of operating expenses, including contractual fees for: o Operation of the landfill and other disposal facilities o Providing collection services by the County’s contractors • Preparation of change in landfill closure and long-term liability for expense recognition and funding considerations • Development of a capital funding plan, including the funding of a landfill replacement reserve (new landfill) for future disposal requirements • Developed cost allocation and development of rates based on cost to provide service by customer and waste type • Providing the rate and financial model for County staff’s internal use Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 17 Raftelis has annually updated the financial and revenue sufficiency model in support of annual budget process, to review the financial position of the system, and to maintain compliance with the overall business plan adopted by the Board of County Commissioners. City of Wilmington NC Reference: Rick Porter, MBA MESH, Superintendent of Recycling & Trash Services P: 910.341.0081 / E: rick.porter@wilmingtonnc.gov Length of Service: 2021 – present Raftelis was involved in performing a comprehensive rate study, operational assessment, and collection routing optimization study for the City of Wilmington to ensure the Solid Waste Division is operating efficiently and cost effectively and that the existing charges and fee structure adequately recover the expenses associated with providing service. This effort included developing a 10-year prospective financial model with estimated costs of service for the upcoming fiscal year as well as providing rate recommendations. Additionally, this included performing a full operational assessment and providing recommendations for improvement. Developing the costs of service also required a detailed analysis of the Division’s fixed assets, fleet, and future CIP. Performing this analysis provided additional insight into the Division’s operations as a whole and provided the basis for final recommendations. A key finding of the study was to provide recommendations to adjust the City’s solid waste collection fees by 4% for the Fiscal Year 2022, which required formal presentation to City stakeholders and City Council. The proposed rate recommendations were unanimously approved. The following provides an excerpt from the dynamic model developed for the City to aid in evaluating changes in the City’s fleet replacement cycle. Charts shown above reflect the fleet module, a component of the financial model, used to assist staff in examining effects of changes in fleet replacement cycles. The tool also calculated estimated replacement cost, expected residual value from sale of used vehicles, and changes in maintenance expenses as vehicles age. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 18 State Client Pr o j e c t T e a m C l i e n t E x p e r i e n c e Ac q u i s i t i o n S u p p o r t S e r v i c e s As s i s t a n c e i n F o r m u l a t i o n o f I n t e r l o c a l A g r e e m e n t s Co l l e c t i o n S y s t e m S t u d y Co m p r e h e n s i v e C o l l e c t i o n a n d D i s p o s a l S y s t e m Ra t e S t u d y De b t I s s u a n c e S u p p o r t De t a i l e d I n s t i t u t i o n a l R e v i e w a n d R e p o r t Do c u m e n t i n g A l l C o n t r a c t s , F a c i l i t i e s a n d Op e r a t i o n s De v e l o p m e n t o f F i n a n c i a l M o d e l s f o r S t a f f U s e De v e l o p m e n t o f F o r m a l M i n i m u m F i n a n c i a l R e s e r v e Po l i c y La n d f i l l A i r S p a c e U t i l i z a t i o n a n d R e m a i n i n g L i f e Ca l c u l a t i o n s La n d f i l l C l o s u r e a n d P o s t -Cl o s u r e C a r e C o s t Pr o j e c t i o n s Ma s t e r P l a n F i n a n c i a l A n a l y s i s S u p p o r t Re g u l a t o r y A s s i s t a n c e R e l a t e d t o F r a n c h i s e Co l l e c t i o n H a u l e r R a t e F i l i n g Se n s i t i v i t y A n a l y s e s t o E x a m i n e F i n a n c i a l E f f e c t s fr o m C h a n g e s i n O p e r a t i o n s To t a l & M a r g i n a l C o s t E v a l u a t i o n s o f D i s p o s a l Fa c i l i t i e s Fi n a n c i a l P l a n n i n g S tu d y Fe a s i b i l i t y A n a l y s i s o f P a y -As -Yo u T h r o w O p t i o n s AL City of Huntsville ● ● AK Municipality of Anchorage ● ● ● ● AZ City of Chandler ● ● CA Calaveras County ● CA City of Chino ● CA City of Lincoln ● CA City of Long Beach ● ● ● CA Madera County ● ● CA City of Monterey Park ● ● ● CA City of Ontario ● ● ● CA City of Oxnard ● ● ● CA City of Torrance ● FL City of Arcadia ● ● FL Babcock Ranch Community Independent Special District (BRCISD) ● ● ● ● FL City of Cape Coral ● ● FL City of Clermont ● ● FL Collier County ● ● ● ● FL Charlotte County ● ● FL City of Edgewater ● FL Hernando County ● ● ● ● ● ● FL Hillsborough County ● ● ● ● ● ● ● ● ● FL Lee County ● ● ● ● ● ● ● ● ● ● FL Martin County ● ● ● ● ● FL Manatee County ● ● FL North Sumeter County Utility Dependent District ● ● FL Miami Shores Village ● FL City of Plant City ● FL City of Panama City ● FL Pinellas County ● ● ● ● ● FL Sarasota County ● ● ● RECENT RAFTELIS SOLID WASTE EXPERIENCE This matrix shows a sample of some of the solid waste clients throughout the U.S. that Raftelis staff has assisted and the services performed for these utilities. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 19 State Client Pr o j e c t T e a m C l i e n t E x p e r i e n c e Ac q u i s i t i o n S u p p o r t S e r v i c e s As s i s t a n c e i n F o r m u l a t i o n o f I n t e r l o c a l A g r e e m e n t s Co l l e c t i o n S y s t e m S t u d y Co m p r e h e n s i v e C o l l e c t i o n a n d D i s p o s a l S y s t e m Ra t e S t u d y De b t I s s u a n c e S u p p o r t De t a i l e d I n s t i t u t i o n a l R e v i e w a n d R e p o r t Do c u m e n t i n g A l l C o n t r a c t s , F a c i l i t i e s a n d Op e r a t i o n s De v e l o p m e n t o f F i n a n c i a l M o d e l s f o r S t a f f U s e De v e l o p m e n t o f F o r m a l M i n i m u m F i n a n c i a l R e s e r v e Po l i c y La n d f i l l A i r S p a c e U t i l i z a t i o n a n d R e m a i n i n g L i f e Ca l c u l a t i o n s La n d f i l l C l o s u r e a n d P o s t -Cl o s u r e C a r e C o s t Pr o j e c t i o n s Ma s t e r P l a n F i n a n c i a l A n a l y s i s S u p p o r t Re g u l a t o r y A s s i s t a n c e R e l a t e d t o F r a n c h i s e Co l l e c t i o n H a u l e r R a t e F i l i n g Se n s i t i v i t y A n a l y s e s t o E x a m i n e F i n a n c i a l E f f e c t s fr o m C h a n g e s i n O p e r a t i o n s To t a l & M a r g i n a l C o s t E v a l u a t i o n s o f D i s p o s a l Fa c i l i t i e s Fi n a n c i a l P l a n n i n g S tu d y Fe a s i b i l i t y A n a l y s i s o f P a y -As -Yo u T h r o w O p t i o n s FL City of Stuart ● FL City of Tampa ● KS City of Wichita ● ● ● ● OH Montgomery County Environmental Services ● OK City of Norman ● ● OK City of Oklahoma City ● ● ● ● OK City of Tulsa ● ● OR City of Portland/Metro ● ● NC Currituck County ● ● NC Dare County ● ● ● NC City of Greenville ● ● NC City of Raleigh ● ● NC City of Rocky Mount ● NC City of Wilmington ● ● ● ● ● NM Village of Ruidoso ● ● ● SC City of Georgetown ● ● ● TN City of Memphis ● ● TN City of Nashville/Metro ● ● TX City of DeSoto ● ● TX City of Galveston ● ● UT City of Canyonlands ● ● ● WA City of Bainbridge Island ● ● WA City of Tacoma ● ● ● Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 20 KCI REFERENCES City of Statesville NC Reference: Mark Taylor, Director of Public Works and Engineering P: 704.878.3552 / E: mtaylor@statesvillenc.net Sanitation Operations Analysis KCI was hired to perform an operational analysis of the city’s sanitation department function. This analysis reviewed the collection operations of the city and its current means and methods for processing and disposal. This project included an on-site assessment of operational procedures, a financial analysis of the rates and cost of service, and a route and time on service review. The City implemented on-route GPS positioning systems to assist in determining number of stops per route, and efficiency of routing. KCI analyzed the system against a straw-man model, as well as analyzed the impacts of the discontinuation of curbside recycling, as well as various personnel, equipment and routing changes to positively impact the City’s program. City of Dover NH Reference: John Storer, Director of Community Services P: 603.516.6462 / E: j.storer@dover.nh.gov Evaluation of Collection Service Alternatives KCI was contracted by the City of Dover to assist with an assessment of the city’s bag-based pay-as-you-throw (PAYT) collection operations to determine 1) whether to continue contracted service versus switching to city- provided services at the end of the current contract, 2) whether to convert to toters for solid waste and/or recycling service, and 3) whether to continue utilizing PAYT bags if toters are utilized. The project informed the city’s decision-making process by providing information regarding a) financial impacts (capital and operational), b) infrastructure needs, c) equipment and human resource requirements, d) administrative and management needs, and e) options for processing, transfer & disposal services. The City of Dover is currently evaluating options recommended by KCI and will decide which options to implement in the spring of 2024. City of Coral Gables FL Reference: Peter Iglesia, City Manager P: 305.460.5202 / E: piglesias@coralgables.com Collection Assessment and Strategic Plan Based on the result of KCI’s prior work, the city engaged KCI to conduct an operational assessment of the existing residential collection services and identify opportunities to improve and modernize. The city provides its residents a high level of collection services including twice weekly backyard refuse collection, weekly backyard recycling collection, and weekly unlimited bulk yard and trash collection. KCI’s work activities included onsite observation of collection operations, time and motion analysis, and computer modeling of collection operations. The modeling work projected the operational and financial impacts of various collection alternatives, specifically the changes in collection vehicles, collection crew size, number of crews needed, and impacts on capital and operating costs. In addition, KCI developed an online survey of residential customers that was deployed by the city to gather information regarding customer practices, attitudes, and preferences regarding collection services. KCI also participated in a community workshop where citizens were invited to provide input. The city is currently using the results of the assessment to implement an initial phase of collection improvements. Ongoing work with KCI is Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 21 focused on developing a strategic plan for modernizing and improving residential collection during the next several years. City of Naples FL References: Bob Middleton, Utilities Director P: 239.213.4745 / E: bmiddleton@naplesgov.com Ben Copeland, Utilities Budget and Finance Manager P: 239.213.4714 / E: bcopeland@naplesgov.com Solid Waste Operations Assessment KCI is conducting an assessment of the city’s solid waste operations. The scope of work includes a current state assessment of the city’s existing services and opportunities to improve and modernize them with the overarching goal of continuing to provide a high-level of service and increase recycling and recovery. The assessment will evaluate existing operations, consider a range of service improvements and modifications, and develop a series of recommendations. The evaluation will review routing numbers and levels of various collection activities, evaluate the process for ancillary materials collection and an analysis of rates and financial information based upon the local market. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 22 PROJECT PERSONNEL Project Personnel Assignments and Qualifications WE HAVE DEVELOPED A TEAM OF CONSULTANTS WHO SPECIALIZE IN THE SPECIFIC ELEMENTS THAT WILL BE CRITICAL TO THE SUCCESS OF THE CITY’S PROJECT. Our team includes senior-level professionals to provide experienced project leadership with support from talented consultant staff. This close-knit group has frequently collaborated on similar successful projects, providing the City with confidence in our capabilities. Here, we have included an organizational chart showing the structure of our project team. On the following pages, we have included resumes for each of our team members as well as a description of their role on the project. City of Fayetteville PROJECT DIRECTOR Thierry Boveri, CGFM FINANCE LEAD Thierry Boveri, CGFM ANALYST Sarah Neely OPERATIONS LEAD Mitch Kessler ANALYSTS Peter Engel Randy Rudd Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 23 Thierry Boveri CGFM PROJECT DIRECTOR AND FINANCE LEAD | Vice President (Raftelis) ROLE Thierry will manage the day-to-day aspects of the project ensuring it is within budget, on schedule, and effectively meets the City’s objectives. He will also lead the consulting staff in conducting analyses and preparing deliverables for the project. Thierry will serve as the City’s main point of contact for the project. He will also lead the financial components of the project. PROFILE Thierry brings a client-focused approach with a strong desire to provide value and client satisfaction. He has performed numerous utility revenue sufficiency and cost-of-service studies for more than 65 local governments throughout the United States, prepared financial feasibility and disclosure reports totaling over $1.75 billion in debt proceeds issued through the traditional bond market, state revolving loans, and rural development loans; and assisted in a variety of economic and miscellaneous fee studies. He has also been involved in the formulation of financial policies regarding liquidity and financial position related to industry best management practices. He has supported contract negotiations and provided other related utility and management advisory services. He specializes in the performance of solid waste cost of service and financial planning evaluations with the following areas of concentrations: • Solid waste collection cost of service and rate studies • Disposal cost of service and rate studies • Assistance in formation of Solid Waste Enterprise Fund and development of residential assessments • Long-Range Financial Modeling / Master Plans planning support • Financial/economic evaluations of solid waste system operations • Landfill capacity utilization and valuations • Review of contractual arrangements (e.g., evaluation of collection hauler bids/contracts) • Assistance in development of municipal interlocal agreements • Assistance in feasibility studies in the issuance of debt (i.e., Bond Feasibility studies) and assistance in development of Bond Resolution / Trust Indenture agreements Thierry is an active member of AWWA, WEF, GFOA and SWANA through his participation on several committees, periodic conference presentations on subject matters ranging from effective utility management (EUM) to the Circular Economy and as a principal author to WEF's Manual of Practice No. 27, Financing and Charges for Wastewater Systems and the WEF Water Reuse Road Map. Most recently, he presented on the “Top 5 Keys to Successful Financial Planning for Solid Waste Mangers” at the 2021 SWANA Wastecon held in Orlando. Specialties •Solid waste fees, Water & sewer rate fees •Parks & recreation fees, Wholesale fees, Impact fees •Feasibility study •Utility acquisition/valuations •Capital planning tools •Business/strategic plans/negotiations •Desktop financial asset evaluation/ reinvestment •Cost/benefit analysis/life cycle NPV analysis •Financial policies/best management practices Professional History •Raftelis: Vice President (2022- present); Senior Manager (2019- 2021); Associate, PRMG (2005- 2019) Education •Bachelor of Arts in Economics and International Business - Rollins College (2005) Certifications •Certified Government Financial Manager, No. 15483 Professional Memberships •Solid Waste Association of North America: Florida – Board of Directors; Finance & Planning Committee •AWWA: Florida Section - Finance & Rates Committee •WEF: Utility Management Committee •Government Finance Officers Association Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 24 ADDITIONAL RECENT SOLID WASTE PROJECT LIST • Anchorage, AK – Collection and Disposal COS Study 2020 • Bainbridge Island, WA – Collection System & Solid Waste Management Assessment 2022 • Calaveras County, (CA) - Solid Waste COS Study 2023 • Chandler, AZ – Comprehensive Solid Waste Collection and Transfer Station COS & Benchmarking Evaluation 2021 • Chino, California – Solid Waste Rate Study • Currituck County, NC – 2021 Solid Waste Rate Study • Dare County, NC – 2021 Solid Waste Rate Study • Georgetown, SC – Solid Waste COS Study 2022 • Hillsborough County, FL – Comprehensive Solid Waste Collection and Disposal COS Study 2022 • Lee County, FL – Comprehensive Solid Waste Collection and Disposal COS Study 2022 • Lincoln, CA - 2022 Solid Waste Rate Study • Long Beach, CA – Waste-to-Energy and SB 1383 Procurement Support Services 2022 • Madera County, CA – Solid Waste COS Study 2021; 2023 Cost of Service and SWMS Evaluation • Martin County, FL – 2022 Solid Waste Rate Study • Manatee County, FL – 2022 Solid Waste Rate and Bond Feasibility Study • Nashville/Metro, TN – Solid Waste Collection COS Study 2022 • Oklahoma City, OK – Collection COS Study 2021; Collection In-housing Study & Contract Negotiations Support 2022 • Oxnard, CA – Solid Waste Impact Fee Study 2021; Solid Waste COS Study 2022 • Pinellas County, FL – 2022 Solid Waste Rate Study • Portland/Metro, OR – Bulky Waste Assessment 2022 • Tulsa, OK – 2021 Solid Waste Financial Plan & Procurement Support • Torrance, CA – Solid Waste COS Study • Wichita, KS – Solid Waste COS Study 2020 Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 25 Sarah Neely FINANCE ANALYST | Consultant (Raftelis) ROLE Sarah will serve as the Lead Analyst and will work at the direction of Thierry in conducting analyses and preparing deliverables for the project. PROFILE Sarah brings a client-centric approach with a desire to provide value in all her engagements. She has contributed to projects involving water, wastewater, solid waste, and stormwater enterprise systems. She specializes in the performance of solid waste cost of service and financial planning evaluations with the following areas of concentrations: • Solid waste collection cost of service and rate studies • Disposal cost of service and rate studies • Long-Range Financial Modeling / Master Plans planning support • Financial/economic evaluations of solid waste system operations • Review of contractual arrangements (e.g., evaluation of collection hauler bids/contracts) • Assistance in feasibility studies in the issuance of debt (i.e., Bond Feasibility studies) and assistance in development of Bond Resolution / Trust Indenture agreements KEY PROJECT EXPERIENCE City of Oklahoma City (OK): Solid Waste Cost-of-service Rate Study Sarah assisted the City in a formal cost of service rate study and financial forecast model, including a life cycle analysis of vehicle and cart costs. Key elements of the engagement included: i) providing recommendations concerning rate revenue adjustments over a 10-year period; ii) providing recommendations concerning the establishment of cash reserves for operating, capital, storm, cart, and other reserves; iii) identification of the cost of service for several of the City’s key services including, bulky waste collection, recycling, illegal dumping and litter collection, and flow fee design. Sarah also assisted in the development of a management dashboard that City staff could use to test the sensitivity of rate requirements based on various capital financing scenarios and financial objectives. City of Oxnard (CA): Solid Waste Impact Fee and Cost-of-service Study Sarah assisted in the analysis and development of solid waste impact fees for the City of Oxnard (City). The fees developed included solid waste container, truck, and facility fees. Sarah supported the development of an impact fee model assessing the City’s solid waste costs in terms of the appropriate units of service capacity per the fee type and the application of the cost per unit of service capacity to the customer’s level of service requirements for fee design. The evaluation required review of the City’s solid waste related fixed asset records and functional allocation of the assets (e.g., MRF and transfer station equipment, etc.). Hillsborough County (FL): Solid Waste Rate Study and Bond Feasibility Sarah assisted in preparing the annual financial forecast and revenue sufficiency analyses of the County’s Solid Waste Division. The financial forecast and model was prepared to evaluate the current and projected fiscal position, support the development of collection and disposal fee rates for service, and develop a funding plan for ongoing Specialties •Solid waste fees •Water & sewer fees •Utility impact fee analysis •Financial modeling/forecasting •Revenue sufficiency studies •Customer billing analysis Professional History •Raftelis: Consultant (2023-present); Associate Consultant (2021-2022) Education •Master of Business Administration, Finance - Rollins College (2021) •Bachelor of Arts, International Business – Rollins College (2020) Professional Memberships •Solid Waste Association of North America (SWANA) •Water Environment Federation (WEF) Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 26 capital re-investment. Sarah is also assisting the County in the issuance of solid waste bonds – the evaluation is currently on-going. Lee County (FL): Solid Waste Rate Study Sarah has assisted with the annual financial forecasts for the solid waste system. This project required performing comprehensive revenue sufficiency and cost of service evaluations for the solid waste system resulting in the adoption of the current solid waste assessment and tip fees currently charged by the County. Sarah has also assisted the County in ongoing updates to a capital planning tool for water and wastewater utility designed for County staff to determine effects on financial position and rates over various capital financing scenarios. Madera County (CA): Solid Waste Cost-of-service Rate Study Sarah assisted in the County in an expedited evaluation of the landfill cost of service. The primary purpose of the engagement was to: i) assess the cost of landfill disposal for the County’s unincorporated residents; and ii) assess any effects to the unit cost of landfill disposal and the corresponding tip fee charged to the County’s unincorporated residents from accepting contracted waste. The key study objectives and milestones achieved for the engagement included i) development of multi-year financial forecast (5 years) of the County’s solid waste enterprise business operations; ii) allocations of cost for determination of the cost of disposal services to the unincorporated Residents of the County; and iii) assessed the effects to the unit cost of disposal from the County’s current policy of accepting contracted waste at the landfill. PROJECT LIST • City of Bainbridge Island (WA) – Solid waste collection system and waste management assessment • City of Cape Coral (FL) – Solid waste cost-of-service rate study • City of Chandler (AZ) – Solid waste cost-of-service rate study • City of Huntsville (AL) – Solid waste cost-of-service rate study • City of Lincoln (CA) - Solid waste cost-of-service rate study • City of Long Beach, (CA) - Solid waste waste-to-energy and SB1383 procurement support services • City of Oklahoma City (OK) – Solid waste cost-of-service rate study • City of Oxnard (CA) – Solid waste impact fee study, and solid waste cost-of-service rate study • City of Tulsa (OK) – Solid waste cost-of-service rate study and waste-to-energy evaluation • Calaveras County (CA) – Solid waste cost-of-service rate study • Charlotte County (FL) – Solid waste rate study • Hillsborough County (FL) - Solid waste cost-of-service rate study and bond feasibility • Lee County (FL) - Solid waste cost-of-service rate study • Manatee County (FL) –Water, wastewater, and solid waste bond feasibility study • Martin County (FL) - Solid waste cost-of-service rate study • Madera County (CA) – Solid waste cost-of-service rate study • Village of Ruidoso (NM) – Solid waste cost-of-service rate study PRESENTATIONS • “Rates Across the State,” SWANA-Florida Winter Conference 2023 • “Solid Waste Impact Fees,” SWANA-Florida Winter Conference, 2022 Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 27 Mitch Kessler OPERATIONS LEAD | Principal (KCI) ROLE Mitch will be the operations lead ultimately responsible for the KCI team operational assessment work efforts. PROFILE Mitch has 39 years of solid waste experience and has managed or directed more than 1000 projects for over 350 KCI clients. His legal training is especially useful in understanding and interpreting local, state, and federal laws and regulations. His broad background in solid waste management and business makes him a Principal who is an industry leader with the history and experience to deliver results for our clients. Mitch is a nationally recognized expert in the procurement and operations of solid waste collection systems and materials recovery programs and facilities. He is especially knowledgeable in collection and market development issues as they relate to the economic viability of solid waste and recycling programs. Mitch is Past President of the Florida Sunshine Chapter of SWANA and current SWANA International Board member. He serves as an instructor for the Recycling, Collection, and Composting Certification Courses sponsored by SWANA National, and is a member of the SWANA committee that developed the Manager of Composting Operations Certification Course. KEY PROJECT EXPERIENCE City of Fayetteville (AR): Waste Reduction, Diversion, and Recycling Master Plan Mitch directed the development of the Waste Reduction, Diversion, and Recycling Master Plan for Fayetteville. Based on the initial recommendations of the Master Plan, the City launched two separate pilot programs under KCI’s direction: a residential single stream recyclables project and a commercial food waste composting pilot. Initial results of the pilots were overwhelmingly positive and led to ongoing operation of the food waste composting program. The project involved significant stakeholder engagement, which Mitch led through meetings with the public, elected officials, multi-family property managers, local Chamber of Commerce, private sector vendors, and two regional solid waste planning groups and by conducting surveys of residents and businesses. Town of Carrboro (NC): Residential Solid Waste Study Mitch was project director for this evaluation of waste disposal options and collection methods and schedules to reduce the town’s carbon footprint and reduce costs. Recommendations were presented in a 3-phase approach to holistically address programs, diversion, and cost reduction. The Board of Aldermen voted unanimously to accept the Solid Waste Study and directed staff to pursue next steps for Phase 1 recommendations. Professional History •KCI: Principal Education •J.D. Environmental Law - University of New Hampshire Franklin Pierce School of Law (1985) •M.A. American Studies - Purdue University (1981) •B.S. Management - Purdue University (1979) •A.A.S Horticulture - State University of New York (1976) Certifications •SWANA Recycling Systems •SWANA Composting Programs •SWANA Zero Waste Principles & Practices •SWANA Collections Systems Professional Memberships •Solid Waste Association of North America (SWANA) •Recycle Florida Today (RFT) •Florida Organics Recyclers Assoc. •National Recycling Coalition •United States Composting Council Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 28 Nassau County (FL): Solid Waste Fund Analysis, Mitch provided direction and oversight to KCI staff in evaluating the county’s existing solid waste management system as part of a Solid Waste Management Plan. KCI staff assisted with benchmarking existing collection and recycling operations and finances, identifying and evaluating potential improvements to these operations, identifying options for funding solid waste operations, and researching potential impacts of existing and proposed state solid waste legislation. Manatee County (FL): Solid Waste Master Plan Mitch directed the development of this comprehensive master plan covering a 30-year planning period. In addition to identifying opportunities to increase waste diversion, KCI evaluated potential disposal options when the landfill reaches capacity and developed planning-level cost estimates for future development of a county-owned landfill. KCI also conducted a preliminary cost comparison of developing a transfer station versus direct hauling waste to a more remote landfill location. The result was an action-oriented, dynamic Master Plan. City of Denver (CO): Master Solid Waste Plan & Update Mitch was Project Director assisting with development of a Solid Waste Master Plan for the City of Denver which included evaluating current collection and drop off operations and develop short and long-term recommendations for efficient and high service levels, while meeting the city’s desire to further expand recycling efforts through organics and construction and demolition (C&D) recovery. Given the extent of the KCI/LBA Team’s prior Denver experience and knowledge, the city once again sought the Team’s assistance in updating its Solid Waste Master Plan. The update focused on charting the course for expanding waste diversion and overall system improvements for 2020‐2030 with specific focus on multi‐family residential, commercial, and construction and demolition waste. Charleston County (SC): Solid Waste Management Alternatives, Phase I, Green for Green Plan, Phase II Mitch designed and managed an independent audit of the county’s waste stream and solid waste management operations. The audit included an in-depth analysis of program costs and systems including collection, waste-to- energy and landfill disposal, compost, and MRF operations. Mitch directed research into emerging alternative technologies. Based on audit results, a Nine Point Green Strategy was developed for an efficient and cost-effective integrated solid waste management program. Mitch directed the implementation of the Nine Point Green Strategy. The plan includes implementing transfer and disposal changes, improving the capacity and efficiency of existing operations (compost, landfill, MRF), building alliances with local municipalities, and continuing the county’s conversion to an automated single stream recycling program. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 29 Peter Engel OPERATIONS ANALYST | Director (KCI) ROLE Peter will play a key role in the operational assessment and evaluation for KCI and supporting Mitch with the day-to-day project direction and management activities for the operational assessment. PROFILE Peter has worked since 1987 with public and private sector clients in recycling, composting, and integrated solid materials management (ISMM). He offers keen insight and perspectives on how to integrate the policy, programs, infrastructure, and finances needed to achieve high diversion rates. From strategic planning to implementation and program optimization, Peter blends system-thinking and strong technical knowledge to help clients develop and implement practical solutions to achieve their materials management goals. His core work experience includes: • Collection system planning and analysis • Operational performance improvement • Materials management plans • Financial analysis and rate studies • Composting facility development and operations • Recycling facility development and operations • Public-private partnerships and procurement • Regulatory analysis and development Peter has played an integral role in implementing innovative solutions and best practices in recycling, composting, and integrated materials management for a wide range of local and regional governments and industries. He is also an experienced trainer having worked with both management and operational personnel in domestic and international contexts. KEY PROJECT EXPERIENCE City of Fayetteville (AR): Recycling and Transfer Facility Evaluation Peter worked with the City’s engineering consultant to develop and evaluate options to expand or replace the City’s recycling facility which needs to be expanded and improved to handle increase volumes of recyclables and solid waste as well as to address aging infrastructure. Peter conducted an on-site assessment of the facility and developed future tonnage projections and operational needs. With this basis and through collaborative discussions with the City and its engineer, Peter identified design and programming needs and prepared a series of conceptual facility designs and process flow models. He worked jointly with the engineer to develop construction cost estimates. He also developed annual cost estimates for the facility options including revenue from commodity sales. Project results were presented to the City, which decided to pursue phased expansion and to seek federal grant support. Professional History •KCI: Project Director Education •M.S. Resource Management and Administration - Antioch University (1988) •Bachelor of Arts - Connecticut College (1981) Professional Memberships •Solid Waste Association of North America (SWANA) •U.S. Composting Council •Antioch University New England •Northeast Resource Recovery Association •Maine Resource Recovery Association Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 30 Boston Mountain and Benton County Solid Waste Districts (AR): Waste Reduction and Recycling Master Plan Peter served on the project team that developed a Waste Reduction and Recycling Master Plan for the Northwest Arkansas region, including the Boston Mountain and Benton County Solid Waste Management Districts. Peter’s focus was on developing alternatives and options for the region to consider in diverting further organic material, such as food and yard waste, from the primary solid waste management stream. This evaluation looked into processing options for the region to invest in, as well as collection options for the various districts and governments to consider for future planning. Durango (CO): Privatization Assessment Based on prior work evaluating the city’s publicly operated collection, recycling and transfer system, Peter completed a brief assessment of privatization options to improve cost- effectiveness while maintaining the city’s comprehensive services and diversion performance. The assessment considered the local marketplace’s unique structure, Colorado statutes, operational impacts, customer impacts, and other factors to provide the city council with a basis for informed decision making. City of Coral Gables (FL): Evaluation of Collection Service Improvement Alternatives Peter led the review of existing collection operations and evaluation of options to improve and modify services. Coral Gables provides a unique blend of backyard garbage and recycling collection services and curbside bulk trash collection to its residents. The scope of this project entailed field-level observations to identify immediate improvement opportunities to improve safety and service quality and define potential options to improve service efficiency. Improvement options were evaluated using a proprietary spreadsheet model to determine operational resource requirements and project costs. The results were used by the city as the basis for improving operational efficiency and controlling the cost of services. City of Sarasota (FL): Collection Services Analysis Peter managed a detailed analysis of the collection services residential and commercial garbage collection services currently provided by city crews. Historically the city contracted residential recycling and yard waste collection service with the private sector. However, during the last bidding process, the costs for these contracted services were not acceptable to the city. Using the information obtained from the analysis of existing city and private services along with general industry knowledge, Peter projected the operational requirements and costs for the city to provide the previously contracted services. City of Portland (ME): Evaluation of Collection Service Improvement Alternatives Peter was responsible for this operational and financial evaluation of Portland’s existing collection service. His work included developing a spreadsheet-based model to evaluate the potential operational and financial impacts of improving current operations; converting from bin to cart-based recycling; and implementing residential source- separated organics collection. KCI presented a series of recommended program improvements and strategies designed to increase operational efficiency, cost effectiveness, and waste diversion. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 31 Randy Rudd OPERATIONS ANALYST | Senior Consultant (KCI) ROLE Collection operational assessment subject matter expert supporting Mitch and Peter. PROFILE Randy joined KCI after 30 years as a Department Director for multiple local government solid waste operations in Florida and South Carolina. He is a manager with technical skills and experience in project work, including solid waste collection operations, waste management strategic plans, recycling collection operations and materials recovery facility construction and operations, disposal operations, planning and implementation, grant preparation and implementation, data analysis, and studies, processing contract management, educational material development, training, rate/fee reviews and analysis, and more. Randy has a strong background in local government management from a 30- year career in the public sector. He managed multiple transitions from manual to fully automated collection programs, constructed and operated one publicly owned material recovery facility, and operated a second. Randy has also implemented and operated award-winning compost and educational programs. His previous experience with multiple communities in Florida and South Carolina has given him a unique perspective and understanding of both municipal and county agencies and how they should be operated. KEY PROJECT EXPERIENCE City of Dover (NH): Evaluation of Collection Service Alternatives Randy is assisting the City of Dover with an assessment of the city’s bag-based pay-as-you-throw (PAYT) collection operations to determine 1) whether to continue contracted service versus switching to city-provided services at the end of the current contract, 2) whether to convert to toters for solid waste and/or recycling service, and 3) whether to continue utilizing PAYT bags if toters are utilized. The project will inform the city’s decision-making process by providing information regarding a) financial impacts (capital and operational), b) infrastructure needs, c) equipment and human resource requirements, d) administrative and management needs, and e) options for processing, transfer & disposal services. City of Naples (FL): Operations Assessment KCI is currently conducting an assessment of the city’s solid waste operations. Randy will serve as a senior consultant on this project and will assist with an assessment to evaluate existing operations, consider a range of service improvements and modifications, and develop a series of recommendations. The scope of work will include a current state assessment of the city’s existing services and opportunities to improve and modernize them with the overarching goal of continuing to provide a high-level of service and increase recycling and recovery. The evaluation will review routing numbers and levels of various collection activities, evaluate the process for ancillary materials collection and an analysis of rates and financial information based upon the local market. Professional History •KCI: Senior Consultant Education •B.S. Political Science / Public Administration - University of South Florida (1990) Certifications •Formerly certified by Solid Waste Association of North America as: •Integrated Solid Waste Manager •Recycling Manager •Transfer Station Manager •Landfill Manager Professional Memberships •Carolina Recycling Association •SWANA FL Chapter •Recycle Florida Today •Pinellas Partners in Recycling Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 32 Sarasota County (FL): County Facilities Recycling Collection Analysis, In-House Collection Analysis Historically, the county has relied on a private contractor to collect recyclables from county buildings and facilities. However, with significant fee increases in recent years, the county has directed KCI to analyze the operational and financial impacts of the county assuming responsibility for collecting recyclables. Randy will serve as a senior consultant on this project and assist with work activities include compiling an inventory of service locations and the method and frequency of collection, based on which KCI is utilizing a spreadsheet-based collection model to determine the number of collection crews and operational requirements. Capital and operating costs estimates will be developed and compared to the costs of contracted service. In addition, the county would need to assume responsibility for vehicle and container maintenance and repair, so an assessment of the county Fleet Department’s capabilities is being conducted as well. Randy serves as the senior consultant for this analysis of the cost, staffing, and operational implications of potentially performing solid waste collection services as an in-house service rather than through a franchised vendor. This project will review the operational needs in terms of staffing, equipment, facilities, and other factors and develop a cost model for use in considering this as an option for continued solid waste collections management. City of Fort Pierce (FL) Rate Study Randy is serving as a consultant on this cost of service & rate study and providing technical support on collection activities. The city identified several specific aspects to be taken into consideration including lack of rate increases since 2016, significant projected residential and commercial growth, private sector competition for drivers, desire to consider service delivery options for yard waste and bulk waste, and desire to move forward with ordinance revisions. The primary focus will be on a cost of service and rate study for the city’s current services in order to address the critical issue of defining the requirements and funding options for financial sustainability and managing major growth during the 5-year planning period. The study will be based on current services as well as looking at the option to modify residential yard waste and bulk waste service and will include a comparison with other similar local communities services, fees, and costs. Boston Mountain Solid Waste District (AR): Operations Analysis and Waste Characterization Study KCI is currently conducting a two-phase project for the Boston Mountain Solid Waste District. Phase one will include an operational assessment of the District’s solid waste operations. Randy will serve as a senior consultant on this project and will conduct an assessment to evaluate existing operations, structure, rules, regulations, and contracts, and develop recommendations to improve operational efficiency and efficacy. Phase two will include a two-week waste characterization study to include both MSW and recyclables. The characterization study will include waste and recyclables samples from the BMSWD, and the Cities of Fayetteville and Johnson, AR. KCI will provide the BMSWD and the Cities with a final report with the results of the characterization study. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 33 TIMELINE Timeline Raftelis and KCI will complete the scope of services within the timeframe shown in the schedule below. The proposed schedule assumes a notice-to-proceed by May 2024 subject to project award and contract negotiation and that the project team will receive the needed data in a timely manner and be able to schedule meetings as necessary. Project completion is estimated within a 6-9 month period contingent upon scheduling for presentation to the Mayor and City Council. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 34 COST PROPOSAL Cost Proposal The following table provides a breakdown of our proposed fee for this project. This table includes the estimated level of effort required for completing each task and the hourly billing rates for our project team members. Expenses include costs associated with travel. The Raftelis/KCI Team is focused on meeting the City’s needs – both the scope of services and the cost. In light of that, we welcome the opportunity to discuss and refine our methodology to ensure that we meet the City’s expectations. TB SN AC MK PE RR Total Task 1: Project Initiation and Operational Assessment 2 1 9 4 4 32 40 68 157 $31,600 $5,000 $36,600 2. Financial Model Revenue Requirements Forecast Development 3 0 12 37 37 8 28 20 142 $29,005 $0 $29,005 3. Cost of Service and Rate Design 3 0 16 24 18 2 4 0 64 $14,880 $0 $14,880 4. Reporting and Presentation 1 1 24 28 16 20 28 12 128 $29,100 $2,000 $31,100 9 2 61 93 75 62 100 100 491 $340 $210 $175 $245 $190 $170 $20,740 $19,530 $13,125 $15,190 $19,000 $17,000 $104,585 Total Fees & Expenses$104,585 $7,000 $111,585 TB = Thierry Boveri, Raftelis Vice President, Rate Study PM; SN = Sarah Neely, Raftelis Consultant, Financial Analyst; AC = Raftelis Associate Consultant tbd; MK = Mitch Kessler, KCI Principal, Operations Lead; PE = Peter Engel, KCI Director, Operations Analyst; RR = Randy Rudd, KCI Senior Consultant, Operations Analyst. Total Fees & Expenses Raftelis KCI Total Meetings / Hours Hourly Billing Rate Total Professional Fees Tasks Web Meetings In-person Meetings Hourly Cost Estimate Labor Expense Travel Expense Allowance Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 35 Hourly Billing Rates Project team hours and expenses will be billed on the same invoice. Expenses related to travel will be billed at cost. Additional services outside the agreed upon scope of work will be billed on a time and materials basis. Raftelis’ billing rates can be found below. These rates will be in effect for calendar year 2024 and will then increase annually by 3% unless specified otherwise by contract. RAFTELIS RATES POSITION HOURLY BILLING RATE* Executive Vice President $375 Vice President $340 Senior Manager $305 Manager $270 Senior Consultant $240 Consultant $210 Associate $175 Technology Charge** $10 KCI RATES POSITION HOURLY BILLING RATE* Principal $245 Director $190 Senior Consultant $170 * These rates will be in effect for calendar year 2024 and will then increase annually by 3% unless specified otherwise by contract. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 36 EXCEPTIONS Exceptions We request that the City consider making the following modifications, shown in red below, to the Professional Services Agreement. Please contact us if you have any questions or concerns about these modifications. 15. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement, by the Proposer, or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l RAFTELIS 37 APPENDIX: REQUIRED F O RMS Appendix: Required Forms Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 17 of 19 City of Fayetteville RFP 24-08, Recycling and Trash Collection Rate Study SECTION C: Signature Submittal 1. DISCLOSURE INFORMATION Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: ___________1) NO KNOWN RELATIONSHIP EXISTS ___________2) RELATIONSHIP EXISTS (Please explain): __________________________________ _______________________________________________________________________________ _______________________________________________________________________________ I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true; and my organization shall comply with all State and Federal Equal Opportunity and Non-Discrimination requirements and conditions of employment. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. 2. PRIMARY CONTACT INFORMATION At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 18 of 19 Corporate Name of Firm: ____________________________________________________________________ Primary Contact: _____________________________ Title of Primary Contact: __________________________ Phone#1 (cell preferred): _____________________________Phone#2: ________________________________ E-Mail Address: _____________________________________________________________________________ 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject Contractor to disqualification. ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 4. DEBARMENT CERTIFICATION: As an interested party on this project, you are required to provide debarment/suspension certification indicating compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 “Debarment and Suspension“ requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. NAME OF COMPANY: ________________________________________________________________________ PHYSICAL ADDRESS: _________________________________________________________________________ MAILING ADDRESS: _________________________________________________________________________ TAX ID #: ____________________________ AR. SECRETARY OF STATE FILING #: _________________________ 1 2 3 4/9/24 4/15/24 4/4/24Thierry Boveri Thierry Boveri Thierry Boveri Raftelis Financial Consultants, Inc. 341 N. Maitland, Suite 300, Maitland, FL 32751 341 N. Maitland, Suite 300, Maitland, FL 32751 20-1054069 Raftelis Financial Consultants, Inc. Thierry Boveri Vice President 407.628.2600 tboveri@raftelis.com 407.421.1400 811118350 Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 19 of 19 PHONE: __________________________________________ FAX: ____________________________________ E-MAIL: ___________________________________________________________________________________ SIGNATURE: _______________________________________________________________________________ PRINTED NAME: ____________________________________________________________________________ TITLE: ________________________________________ DATE: ______________________________________ END OF RFP DOCUMENT 828.484.2442 tboveri@raftelis.com Thierry Boveri Vice President 4/16/24 407.628.2600 Ap p e n d i x B RF P 24 - 0 8 , RT C Ra t e Stu d y Ra f t e l i s Pro p o s a l City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 1 of 19 City of Fayetteville, Arkansas Purchasing Division – Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 479.521.1316 Request for Proposal: RFP 24-08, Recycling and Trash Collection Rate Study DEADLINE: Thursday, April 11, 2024 before 2:00 PM, local time SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: 03/17/2024 REQUEST FOR PROPOSAL RFP 24-08, Recycling and Trash Collection Rate Study No late proposals shall be accepted. RFP’s shall be submitted through the City’s third-party electronic bidding platform or by submitting a sealed physical proposal to the City of Fayetteville, Purchasing Division at the below location. City of Fayetteville Purchasing Division – Room 306 113 West Mountain Street Fayetteville, AR 72701 All proposals shall be submitted in accordance with the attached City of Fayetteville specifications and documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Director. RFP (REQUEST FOR PROPOSAL) Ap p e n d i x C RF P 2 4 - 0 8 , R T C R a t e S t u d y Cit y I s s u e d R F P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 2 of 19 City of Fayetteville RFP 24-08, Recycling and Trash Collection Rate Study Advertisement City of Fayetteville, AR Request for Proposal RFP 24-08, Recycling and Trash Collection Rate Study The City of Fayetteville, Arkansas, is now accepting proposals from qualified firms for services required to complete a comprehensive cost of service/rate study for the Recycling and Trash Collection Division of the City of Fayetteville. Any questions regarding this RFP shall be directed to Amanda Beilfuss, City of Fayetteville Sr. Purchasing Agent at abeilfuss@fayetteville-ar.gov or (479) 575-8220. Solicitation documents and addenda shall be obtained at the City of Fayetteville Purchasing Division’s electronic bidding platform at www.fayetteville-ar.gov/bids. All proposals shall be received by Thursday, April 11, 2024 before 2:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical proposal to the City of Fayetteville, Purchasing Division. All proposals are due before the time stated. No late proposals shall be accepted. Submitting electronically is strongly encouraged. The City of Fayetteville shall not be responsible for lost or misdirected proposals, or for failure of proposer’s technical equipment. All interested parties shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the project is located. Proposers shall have a current, valid registration with the Arkansas Secretary of State at time of proposal deadline. The City of Fayetteville reserves the right to reject any or all Proposals and to waive irregularities therein, and all parties agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any interested party because of such rejections, nor shall any interested party seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Statement in response to this invitation shall constitute an agreement of the interested party to these conditions. City of Fayetteville By: Amanda Beilfuss, Sr. Purchasing Agent P: 479.575.8220 abeilfuss@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 03/17/2024 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $167.99 Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 3 of 19 City of Fayetteville RFP 24-08, Recycling and Trash Collection Rate Study SECTION A: General Terms & Conditions 1. SUBMISSION OF A PROPOSAL SHALL INCLUDE: Each proposal shall contain the following at a minimum. Proposer must also address detailed requirements as specified in the Scope of Work. a. A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFP in the most cost-effective manner. The term Proposer shall be in reference to a firm or individual responding to this solicitation. b. A description of the Proposer’s experience in providing the same or similar services as outlined in the RFP. This description should include the names of the person(s) who will provide the services, their qualifications, and the years of experience in performing this type of work. Also, include the reference information requested in this RFP. c. The complete fee and cost to the City for all services outlined in this RFP. d. Statement should be no more than twenty-five (25) pages; single sided, standard, readable, print on standard 8.5x11 documents. Proposers shall also submit a three (3) page (maximum) executive summary. The following items will not count toward the twenty-five page limitation: appendix, cover sheet, 3-page executive summary, resumes (resumes shall be no more than 1 page per person), and forms provided by the City for completion. i. Submitting and responding to this RFP: Proposals shall be prepared simply and economically, providing a straightforward, concise description of its ability to meet the requirements for the project. Fancy bindings, colored displays, and promotional material are not required. Emphasis should be on completeness and clarity of content. All documents physically submitted should be typewritten on standard 8 ½” x 11” white papers and bound in one volume. Exceptions would be schematics, exhibits, one-page resumes, and City required forms. Limit proposal to twenty-five (25) pages or less, excluding one-page team resumes, references, and forms required by the City for completion. All proposals shall be sealed upon delivery to the City of Fayetteville. 1. Option 1 –Electronic Submittal (strongly encouraged): Proposers can go to www.fayetteville-ar.gov/bids and follow the prompts to submit a proposal within the electronic bidding platform. If a proposal is submitted electronically, a physical submission is not necessary. All Proposers must register in order to be able to submit. There is no fee for registration. 2. Option 2 – Physical Submittal: All Proposers shall submit one (1) original copy of their proposal as well as one (1) electronic copy on a properly labeled USB or other electronic media device. The electronic copy submitted shall be contained into one single electronic file and shall be identical to the hard copies provided. The use of Adobe PDF documents is strongly recommended. Files contained on an USB or electronic media Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 4 of 19 shall not be restricted against saving or printing. Electronic copies shall not be submitted via e-mail to City employees by the Proposer and shall be provided to the City in a sealed manner. FedEx, UPS, USPS, or other packages should be clearly marked with the RFP number on the outside of the mailing package. e. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. Only the names of Proposer’s will be available after the deadline until a contract has been awarded by the Fayetteville City Council. All interested parties understand proposal documents will not be available until after a valid contract has been executed. f. Proposers shall submit a proposal based on documentation published by the Fayetteville Purchasing Division. g. Proposals must follow the format of the RFP. Proposers should structure their responses to follow the sequence of the RFP. h. Proposers shall have experience in work of the same or similar nature and must provide references that will satisfy the City of Fayetteville. Proposer shall furnish a reference list of clients for whom they have performed similar services and must provide information as requested in this document. i. Proposer is advised that exceptions to any of the terms contained in this RFP or the attached service agreement must be identified in its response to the RFP. Failure to do so may lead the City to declare any such term non-negotiable. Proposer’s desire to take exception to a non-negotiable term will not disqualify it from consideration for award. j. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline. Documents shall be received before the deadline time as shown by the atomic clock located in the Purchasing Division Office or electronic clock located in the City’s third-party bidding software. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed RFP made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any manufacturer’s names, trade name, brand name, catalog number, etc. used in specifications are for the purpose of describing and establishing general quality levels. Such references are NOT intended to be restrictive. Proposals shall be considered for all brands that meet the quality of the specifications listed for any items. 4. RIGHTS OF CITY OF FAYETTEVILLE IN REQUEST FOR PROPOSAL PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the right to the following: Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 5 of 19 a. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation with an individual Proposer does not require negotiation with others. b. The City of Fayetteville reserves the right to select the proposal it believes will serve the best interest of the City. c. The City of Fayetteville reserves the right to accept or reject any or all proposals. d. The City of Fayetteville reserves the right to cancel the entire request for proposal. e. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for proposal or in proposals submitted. f. The City of Fayetteville reserves the right to request any necessary clarifications, additional information or proposal data without changing the terms of the proposal. g. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on the basis of the original proposals without negotiation. h. The City reserves the right to ask for a best and final offer from one or more Proposers. The best and final offer process is not guaranteed; therefore, Proposers shall submit and respond to this RFP on the most favorable terms available. 5. EVALUATION CRITERIA: The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the selection committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a selection committee. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in this RFP. Proposers are not guaranteed to be ranked. 6. COSTS INCURRED BY PROPOSERS: All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received, or for any other effort required of, or made by, the Proposer(s) prior to contract commencement. 7. ORAL PRESENTATION: An oral presentation and/or interview may be requested of any firm, at the selection committee’s discretion. 8. CONFLICT OF INTEREST: a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled “Limited Authority of City Employee to Provide Services to the City”. b. The Proposer shall promptly notify Amanda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 6 of 19 which may influence or appear to influence the Proposer’s judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the Proposer may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the Proposer its opinion via e-mail or first-class mail within thirty days of receipt of notification. 9. WITHDRAWAL OF PROPOSAL: A proposal may be withdrawn prior to the time set for the proposal submittal based on a written request from an authorized representative of the firm; however, a proposal shall not be withdrawn after the time set for the proposal. 10. LATE PROPOSAL OR MODIFICATIONS: a. Proposal and modifications received after the time set for the proposal submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Proposers refer to their submission status in the online bidding portal or call the Purchasing Division at (479) 575-8220 to ensure receipt of their submittal documents prior to opening time and date listed. b. The time set for the deadline shall be local time for Fayetteville, AR on the date listed. All proposals shall be received in the Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the atomic clock located in the Purchasing Division, Room 306 of City Hall, 113 W. Mountain, Fayetteville, AR. 11. CONSTITUTIONAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: The laws of the State of Arkansas apply to any purchase made under this request for proposal. Proposers shall comply with all constitutional, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. 12. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the Proposer, the Proposer agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 13. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: “Proposer certifies that their proposal is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.” Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 7 of 19 14. RIGHT TO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a Contractor’s records as such records relate to purchases between the City and said Contractor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 15. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. 16. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for proposal apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by Proposers prior to submitting a proposal on this requirement. 17. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), no later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 18. CERTIFICATE OF INSURANCE: The successful Proposer shall provide a Certificate of Insurance of professional liability insurance in the amount of $1 million US dollars, at minimum. Such Certificate of Insurance shall list the City as an additional insured and not be required unless firm is selected. 19. PAYMENTS AND INVOICING: The Proposer must specify in their proposal the exact company name and address which must be the same as invoices submitted for payment as a result of award of this RFP. Further, the successful Proposer is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original RFP. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed through Proposer’s acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council approval. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 8 of 19 20. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the Contractor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 21. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such intent in the proposal submitted as a result of this RFP. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. 22. NON-EXCLUSIVE CONTRACT: Award of this RFP shall impose no obligation on the City to utilize the Contractor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City’s best interest. In the case of multiple-phase contracts, this provision shall apply separately to each item. 23. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder’s/proposer’s/protestor’s staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non-action in connection with any request for proposal, Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 9 of 19 request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 24. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this RFP from the Proposer. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 25. SERVICES AGREEMENT: A written agreement, in substantially the form attached, incorporating the RFP and the successful proposal will be prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and signature of the Mayor. 26. INTEGRITY OF REQUEST FOR PROPOSAL (RFP) DOCUMENTS: Proposers shall use the original RFP form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Proposers may use an attachment as an addendum to the RFP form(s) if sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications or alterations to the original RFP documents by the Proposer, whether intentional or otherwise, will constitute grounds for rejection of such RFP response. Any such modifications or alterations a Proposer wishes to propose shall be clearly stated in the Proposer’s RFP response and presented in the form of an addendum to the original RFP documents. 27. OTHER GENERAL CONDITIONS: a. Proposers must provide the City with their proposals signed by an employee having legal authority to submit proposals on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer. b. The City reserves the right to request any additional information it deems necessary from any or all Proposers after the submission deadline. c. This solicitation is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the City to pay for any costs incurred by Proposer in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. d. If products, components, or services other than those described in this bid document are proposed, the Proposer must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. e. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone (479.575.8220) or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 10 of 19 of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal terms. f. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Amanda Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. g. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. h. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a RFP’s content or to exclude any relevant or essential data. i. Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be controlled by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. j. The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the successful Proposer shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. k. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to the City of Fayetteville. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 11 of 19 City of Fayetteville RFP 24-08, Recycling and Trash Collection Rate Study SECTION B: Scope of Services and General Information 1. INTRODUCTION: a. Fayetteville is a thriving community of 95,230 residents (2021 Census estimate). As the second largest city in Arkansas, Fayetteville provides all the resources and advantages of a large city while maintaining a quality of life that remains true to its unique heritage. Fayetteville is the county seat of Washington County, Arkansas. b. The Recycling and Trash Collection Division (RTC) operates as an Enterprise fund within the City of Fayetteville. By ordinance, the City collects all residential and commercial waste using carts and dumpster service. The Division competes with licensed franchise holders for open top and compactor services. The City provides recycling and yard waste collection services to all single-family residential units. The Division operates a Transfer Station, Recycling Center, and Composting operation. The City recently adopted a Climate Action Plan (available at: https://www.fayetteville-ar.gov/4260/Climate- Action-Plan) which directs the Division to put programs in place to divert 40% of the City’s waste stream. 2. SCOPE OF WORK The broad objective of the study is to adequately fund existing solid waste services, foreseeable capital costs, and debt service that is derived in an equitable and justifiable manner from new and existing customers. The study shall include an assessment of our existing operations, to include at a minimum, an analysis of the City of Fayetteville’s Recycling and Trash Collection user characteristics, a review of the City’s current collection equipment, review of the City’s current collection routes and timing, make recommendations for refinements and modifications to the collections system and provide feasibility level cost estimates for implementation of said recommendations. The study, at a minimum, shall address the following objectives: a. Compare current recycling and trash collection service costs (operations, and capital improvements) against appropriate industry benchmarks b. Recommend baseline rate structures required to guarantee the sustainability of the City’s recycling and trash services and provide for collection equipment upgrade and maintenance c. Evaluate Collection of: i. Material by Program; 1. Curbside recyclables 2. Apartment recyclables 3. Commercial recyclables 4. Residential solid waste 5. Commercial solid waste 6. Industrial solid waste 7. Yard waste Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 12 of 19 ii. Bulk item pick up program iii. Transfer station operation iv. Recycling center operation v. Disposal of all waste vi. Marketing and processing of recyclables vii. Composting program viii. Franchise fees collection and administration ix. Planned capital improvements x. Operations and administration program xi. Additional positions d. Recommendations shall also consider annual inflationary and indexed adjustments that address the overall policy direction outlined herein. e. The study is to be performed in conformance with the following policy directions: i. The recommended rate structures shall be based on cost of service and shall be sufficient to meet the current and future revenue requirements of the City of Fayetteville’s Recycling and Trash Division. ii. The study shall recommend rate structures that consider and make provisions for the following factors: 1. Achieving the goals outlined in the Recycling and Trash Collection Master Plan adopted in February 2017 2. Current and future estimated costs to provide solid waste services in accordance with established and anticipated standards and regulations in addition to the adopted Solid Waste Reduction, Diversion, and Recycling Master Plan (available at: https://www.fayetteville-ar.gov/1907/Recycling-and-Trash-Master-Plan) 3. Projected demands 4. Age and condition of fleet 5. Funding requirements for future facility and equipment upgrades iii. The recommended rate structures shall provide direct identification of revenues appropriated to major funded activities and infrastructure. iv. The study shall provide at least two (2) recommended rate alternatives for solid waste services based upon standard rate practice that meet the criteria outlined above. The consultant will make recommendations as to which alternative best meets the criteria. v. The benefits of any proposed modifications shall be weighed against the financial impacts on rate payers. vi. Justification of differences in proposed rate structures for different classes of customers shall be provided. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 13 of 19 vii. The recommended rate structures shall result in no decrease in stability of the revenue stream, as compared to the current structure. Consideration shall be given to funding past and future depreciation such as the necessary replacement or upgrade of facilities/equipment. viii. The recommended rate structures shall be easy to administer and understand and shall be fully compatible with the City’s existing billing system. ix. The recommended rate structure shall be provided through the next five (5) years. f. In making rate structure recommendations, the final report shall explicitly include the following elements and analysis for the provided solid waste services: i. Current Rate Structure – Assess the current rate structure’s performance as a baseline for comparing and justifying recommended changes. ii. Equity – Assess the equity of recommended rate structures for all types of property ownership and user classes. iii. Sensitivity Analysis – Assess the ability of the revenue stream generated by the recommended rate structures to continue to fully fund recycling and trash collection service costs. Include a sensitivity analysis where the long-term revenue generated under each alternative shall be illustrated when confronted with the impacts of growth or increased demand. iv. Rate Payer Education and Communication – Recommend methods for communicating utility costs, including utility bill layout and how it might be used to identify actual costs of providing recycling and trash collection services. v. Annual Enterprise Fund Balance Targets vi. Annual Target Contingency Fund Balances and Level of Liquidity vii. Budgeting Horizon and Cycle – Assess the appropriate budgeting horizon and cycle needed to support recommended rate structures. viii. Comprehensive Summary of Recommended Rate Structures – Asses the performance of each recommended rate structure over time and provide recommendations on the preferred rate structure. ix. Supporting Data – Provide data supporting conclusions and observations made for each of the areas above and cite within the study. 3. SERVICES TO BE PROVIDED BY THE CITY: City of Fayetteville staff will provide all reasonably available records and information, including, but not limited to financial reports, historical costs and budgets, demand and consumption data, and general community demographics. City staff will also provide general staff support and assistance as required and agreed to in advance of the project. 4. PROPOSAL REQUIREMENTS: Proposers shall include the following with RFP response: a. General information including: i. Name and address of firm Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 14 of 19 ii. Number of years firm has been in business operating under current name iii. Other names (if applicable), including parent company name(s) by which Proposer’s organization has been known and the length of time known by each name. iv. Current insurance coverage b. Knowledge of applicable regulations and local conditions c. Understanding of project and proposed project approach with desired outcomes: i. Describe firm’s anticipated approach to project and any special ideas, techniques, and/or suggestions that may add value to the project. d. Experience and performance records: i. Provide a history of firm’s experience providing services consistent with those described herein. ii. Provide names of municipal clients for which firm has provided similar services in the last five (5) years. iii. Provide name and contact information for three (3) municipal references who can discuss firm’s work on past plans, studies, and/or projects. e. Project personnel assignments and qualifications: i. Identify firm’s primary contact and project manager for this project. Project manager shall be actively involved in all phases of the project and shall function as the City’s primary point of contact for firm. Include, name, title, resume, and contact information. ii. Provide name, title, resume, contact information, skills, experience, credentials, and unique qualifications of key personnel that will be assigned to this project. iii. Provide an organizational chart depicting anticipated relationships between key personnel described above and the City of Fayetteville. f. Timeline: i. Provide proposed plan/schedule for completing the project. A shorter timeline will be given more consideration when evaluating proposals. 4. COST PROPOSAL: Cost proposal shall be for all services, materials, supplies, and any other items or requirements necessary to complete the work. Estimated expenses shall be included. Proposer shall submit hourly rates for any additional services offered. 5. PROPOSAL CONTENT: Proposals shall be prepared simply and economically, providing a straightforward, concise description its ability to meet the requirements for the project. Fancy bindings, colored displays, and promotional material are not required. Emphasis should be on completeness and clarity of content. All documents should be typewritten on standard 8 ½” x 11” white pages and bound in one volume. Exceptions would be schematics, exhibits, or other information necessary to facilitate the City of Fayetteville’s ability to accurately evaluate the proposal. Limit proposal to twenty-five (25) pages or less, excluding one-page team resumes, references, and forms required by the City for completion. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 15 of 19 6. CONTRACT FORMATION: If the negotiation produces mutual agreement, a contract will be considered for approval by the City of Fayetteville City Council. If negotiations with the highest-ranking Proposer fail, negotiations may be initiated with the next highest-ranking Proposer until an agreement is reached. The City reserves the right to reject all offers and end the process without executing a contract. 7. SELECTION CRITERIA: The following criteria will be used by the City to evaluate and score responsive proposals. Proposers shall include sufficient information to allow the City to thoroughly evaluate and score the proposal. Each proposal submitted is not required to be ranked by the selection committee. The contract may be awarded to the most qualified firm, per the evaluation criteria listed below, based on the evaluation of the selection committee. Following the evaluation of the proposals, the Selection Committee may request that the top- ranking firm(s) make an oral presentation or be interviewed. If presentations are necessary, they will take place in Fayetteville, Arkansas. Notices will be sent by the Purchasing Division. 1) 25% Qualifications in Relation to Specific Project to be Performed: Information reflecting qualifications of the consultant, partners, and project team. Indicated specialized experience and technical competence of the firm in connection with the type and complexity of the service required. Subcontractors, if used, shall be listed with information on their organization. 2) 25% Experience, Competence, and Capacity for Performance: Information reflecting the names, titles, and qualifications (including experience and technical competence) of the major personnel assigned to this specific project. 3) 10% Proposed Method of Doing Work: A proposed work plan (description of how the project would be conducted as well as other facts concerning approach to scope) indicating methods and schedules for accomplishing scope of work. Include with this the amount of work presently underway. 4) 25% Past Performance: Previous evaluations shall be considered a significant factor. If previous evaluations with the City are not available, the professional firm's past performance records with City and others will be used, including quality of work, timely performance, diligence, and any other pertinent information. Firm will provide a list of similar jobs performed and person whom the City can contact for information. 5) 15% Cost/Fees: Complete costs and fees as described in this RFP and for delivery of the proposal including fiscal feasibility and financial stability. All fees shall be clearly identified with RFP response and be itemized as much as possible. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 16 of 19 9. ADDITIONAL DOCUMENTS AND INFORMATON: The following information is included with this solicitation as additional information: a. Online Resources: i. Fayetteville Code of Ordinances – Chapter 50: https://library.municode.com/ar/fayetteville/codes/code_of_ordinances?nodeId=CD_ORD_TIT VPUWO_CH50RETRCO ii. Current RTC Rates: https://www.fayetteville-ar.gov/3558/Rates iii. Fayetteville Recycling & Trash Master Plan: https://www.fayetteville-ar.gov/1907/Recycling-and-Trash-Master-Plan iv. Climate Action Plan: https://www.fayetteville-ar.gov/4260/Climate-Action-Plan b. Appendices to RFP: i. Appendix A: Transportation Organizational Chart CONTINTUES ON NEXT PAGE Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 17 of 19 City of Fayetteville RFP 24-08, Recycling and Trash Collection Rate Study SECTION C: Signature Submittal 1. DISCLOSURE INFORMATION Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: ___________1) NO KNOWN RELATIONSHIP EXISTS ___________2) RELATIONSHIP EXISTS (Please explain): __________________________________ _______________________________________________________________________________ _______________________________________________________________________________ I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true; and my organization shall comply with all State and Federal Equal Opportunity and Non-Discrimination requirements and conditions of employment. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Pursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. 2. PRIMARY CONTACT INFORMATION At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 18 of 19 Corporate Name of Firm: ____________________________________________________________________ Primary Contact: _____________________________ Title of Primary Contact: __________________________ Phone#1 (cell preferred): _____________________________Phone#2: ________________________________ E-Mail Address: _____________________________________________________________________________ 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject Contractor to disqualification. ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 4. DEBARMENT CERTIFICATION: As an interested party on this project, you are required to provide debarment/suspension certification indicating compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 “Debarment and Suspension“ requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. NAME OF COMPANY: ________________________________________________________________________ PHYSICAL ADDRESS: _________________________________________________________________________ MAILING ADDRESS: _________________________________________________________________________ TAX ID #: ____________________________ AR. SECRETARY OF STATE FILING #: _________________________ Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Page 19 of 19 PHONE: __________________________________________ FAX: ____________________________________ E-MAIL: ___________________________________________________________________________________ SIGNATURE: _______________________________________________________________________________ PRINTED NAME: ____________________________________________________________________________ TITLE: ________________________________________ DATE: ______________________________________ END OF RFP DOCUMENT Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P 10/10/23 Environmental Director Sustainability Department (2) Relief Drivers (6) Transfer Station (2) Route Supervisor (Trash Collections) Recycling Route Drivers (12) Trash Route Drivers (7) Senior Supervisor (Recycling Collections) Route Supervisor (Comm. Collections) Assistant RTC Ops Manager Roll Off Drivers (2) Comm. Collections Drivers (7) Office Manager Compost (3) Recycling Processing Facility (2) Recycling Drop-off (2) Educator (2) Waste Reduction Manager Recycling & Trash Operations Manager Cart Delivery (1) Bulk Truck (1) Yard Waste Route Drivers (4) Financial Analyst Facility Supervisor Recycling Crew Leader (1) Customer Service Representative (3) Commercial Crew Leader (1) Facility Crew Leader (1) Attachment A Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR  RFP 24‐08, Addendum 1   Page 1 | 1    RFP 24‐08, Addendum 1  Date: Thursday, April 4, 2024  To: All Prospective Vendors  From: Amanda Beilfuss – 479.575.8220 – abeilfuss@fayetteville‐ar.gov   RE:  RFP 24‐08 – Recycling and Trash Collection Rate Study  This addendum is hereby made a part of the contract documents to the same extent as though it were  originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of  the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID  PORTAL/FORM.      1. Clarifications:  a. The following items will NOT count toward the 25‐page limitation:  i. Cover and Cover Letter  ii. Appendix/Table of Contents  iii. Resumes (shall be no more than 2 pages per person)  iv. References  v. City provided forms    b. Cost Proposal shall be included as part of the RFP response.      2. PROPOSAL DEADLINE HAS BEEN EXTENDED. All Proposals shall be received by Tuesday, April 16th before  2:00 PM, local time.  Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Faye tteville, AR RFP 24- 0 8 , Addendum 2 Page 1 | 1 RFP 24-08, Addendum 2 Date: Tuesday, April 9, 2024 To: All Prospective Vendors From: Amanda Beilfuss – 479.575.8220 – abeilfuss@fayetteville-ar.gov RE: RFP 24-08 – Recycling and Trash Collection Rate Study This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID PORTAL/FORM. 1. Questions: The following questions have been received and answered by the corresponding department: a. Question: Will the project require a City Council presentation? If so, should this be included in the project scope of work and budget? i. Answer: Yes, there will need to be a City Council presentation and should be included with proposal. b. Question: What is the City’s preferred project schedule length? i. Answer: It is anticipated 6-9 months long. c. Question: Is there a contract available for our review beyond the conditions provided within the RFP? i. Answer: Attached to this addendum is a draft Contract for this project. This is a draft; the final Contract will be negotiated with awarded Proposer. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Contract: ** Contractor ** Page 1 of 6 City of Fayetteville RFP 24-08, Recycling and Trash Collection Rate Study Contract – Between City of Fayetteville, AR and **Contractor** This contract executed this ____ day of ___________, 2024, between the City of Fayetteville, Arkansas (City), of 113 W. Mountain, Fayetteville, AR 72701 and **Contractor** (CONTRACTOR) of ** Insert Address**, in consideration of the mutual covenants contained herein, the parties agree as follows: 1. Purpose: The purpose of this Contract is to provide the terms and conditions necessary for the completion of a Recycling and Trash Collection Rate Study for the City of Fayetteville (the “Project”), as defined in the scope of work of RFP 24-08, Recycling and Trash Collection Rate Study. 2. Contract Documents: The Contract documents which comprise the contract between the City of Fayetteville and CONTRACTOR consist of this Contract and the following documents attached hereto, and made a part hereof: a. Appendix A: Scope of Work & Fees b. Appendix B: City Issued Solicitation for RFP 24-08, Recycling and Trash Collection Rate Study c. Appendix C: CONTRACTOR’s RFP Submittal d. Appendix D: CONTRACTOR’s Certificate of Insurance 3. City’s Responsibilities: a. The City shall make available to CONTRACTOR, all relevant information or data it has pertinent to the Project which is required by CONTRACTOR to perform the Services. CONTRACTOR shall be entitled to rely upon the accuracy and completeness of all information and data furnished by the City, including information and data originating with other consultants employed by the City whether such consultants are engaged at the request of CONTRACTOR or otherwise. Where such information or data originates either with the City or its consultants then CONTRACTOR shall not be responsible to the City for the consequences of any error or omission contained therein. b. When requested by CONTRACTOR, the City may engage specialist consultants directly to perform items of work necessary to enable CONTRACTOR to carry out the Services. Whether arranged by the City or CONTRACTOR, these services shall be deemed to be provided under direct contracts to the City unless expressly provided otherwise. If the City chooses not to engage specialist consultants, then the Parties will work cooperatively to modify the scope of services to reflect any reductions or additions to the services to be provided by CONTRACTOR. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Contract: ** Contractor ** Page 2 of 6 c. The City shall give prompt consideration to all documentation related to the Project prepared by CONTRACTOR and whenever prompt action is necessary shall inform CONTRACTOR of City's decisions in such reasonable time so as not to delay the schedule for providing the Services. d. The City of Fayetteville’s Environmental Director is the project representative with respect to the services to be performed under this Agreement. The Environmental Director shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 4. CONTRACTOR’s Responsibilities: a. CONTRACTOR shall furnish the necessary qualified personnel to provide the Services. CONTRACTOR represents that it has access to the experience and capability necessary to and agrees to perform the Services with the reasonable skill and diligence required by customarily accepted professional practices and procedures normally provided in the performance of the Services at the time when and the location in which the Services were performed. This undertaking does not imply or guarantee a perfect Project and in the event of failure or partial failure of the product or the Services, CONTRACTOR will be liable only for its failure to exercise diligence, reasonable care, and professional skill. This standard of care is the sole and exclusive standard of care that will be applied to measure CONTRACTOR 's performance. There are no other representations or warranties expressed or implied made by CONTRACTOR. In particular, but not by way of limitation, no implied warranty of merchantability or fitness for a particular purpose shall apply to the Services provided by CONTRACTOR nor shall CONTRACTOR warrant or guarantee economic, market or financial conditions, proforma projections, schedules for public agency approvals, or other factors beyond CONTRACTOR 's reasonable control. 5. Non-Assignment: CONTRACTOR shall not assign its duties under the terms of this agreement without prior written consent of the City. 6. Indemnification and Hold Harmless: a. CONTRACTOR agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, but not defend, against any and all claims for property damage, personal injury or death, arising from CONTRACTOR’s performance under this contract. This clause shall not, in any form or manner, be construed to waive that tort immunity set forth under Arkansas Law. b. Notwithstanding anything to the contrary, the total amount of all claims the City of Fayetteville may have against CONTRACTOR under this contract or arising from the performance or non- performance of the services under any theory of law, including but not limited to claims for Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Contract: ** Contractor ** Page 3 of 6 negligence, negligent misrepresentation and breach of contract, shall not exceed $500,000. As the City of Fayetteville’s sole and exclusive remedy under this contract any claim, demand or suit shall be directed and/or asserted only against CONTRACTOR and not against any of CONTRACTOR’s employees, officers or directors. Neither the City of Fayetteville nor CONTRACTOR shall be liable to the other or shall make any claim for any incidental, indirect or consequential damages arising out of or connected to this contract or the performance of the services on this project. This mutual waiver includes, but is not limited to, damages related to loss of use, loss of profits, loss of income, unrealized energy savings, diminution of property value or loss of reimbursement or credits from governmental or other agencies. 7. Insurance: CONTRACTOR shall furnish a certificate of insurance addressed to the City of Fayetteville within ten (10) calendar days after contract finalization, presenting insurance which shall be maintained throughout the term of the Contract in compliance with the terms of RFP 24-08. If applicable, CONTRACTOR shall require any subcontractor to provide insurance. In the event any employee engaged in work on the project under this contract is not protected under Worker’s Compensation insurance, CONTRACTOR shall provide and shall cause each subcontractor to provide adequate employer’s liability insurance for the protection of such of their employees are not otherwise protected. Worker’s Compensation coverage shall be applicable with state law. 8. Price: a. CONTRACTOR shall perform the services included in this proposal for a not-to-exceed fee of $______________. i. CONTRACTOR shall strive to make decisions based on what is best for the City. As such, the CONTRACTOR compensation is structured as a not-to-exceed fee, with billing to be completed on a monthly basis until completion of project. Monthly invoice shall include a breakdown of completed tasks and/or deliverables for the previous month. b. Additional services requested that fall outside the scope of this project shall be provided on a time-and-materials basis, subject to pre-approval. 9. Payments: a. Payments shall be made after approval and acceptance of each itemized invoice, which shall not be unreasonably withheld. b. Unless disputed by the City, payments shall be made 30 calendar days after acceptance of invoice. Electronic delivery to the City is preferred. 10. Terms: All work as required in the Appendix A – Scope of work shall be completed within _____ calendar days of contract approval from Fayetteville City Council. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Contract: ** Contractor ** Page 4 of 6 11. Ownership of Documents: a. All documents provided by the City are and remain the property of the City. CONTRACTOR may retain reproduced copies of drawings and copies of other documents. b. All documents and records, whether in physical or electronic format, prepared by CONTRACTOR or its subconsultant as part of the Project shall become the property of City; provided, however, that CONTRACTOR shall have the unrestricted right to their use. c. CONTRACTOR shall retain its rights in its standard document details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of CONTRACTOR. d. CONTRACTOR will grant the City, the State of Arkansas, and the United States of America a royalty-free, non- exclusive and irrevocable license to publish, reproduce and use, and dispose of in any manner and for any purpose without limitation, and to authorize or ratify publication, reproduction or use by others, of all copyrightable material first produced or composed under this agreement by the contractor, its employees or any individual or concern specifically employed or assigned to originate and prepare such material. 12. Independent Contractor: CONTRACTOR is an independent contractor of the City and shall maintain complete responsibility for applicable state or federal law on unemployment insurance, withholding taxes, social security, or other industrial, labor or discrimination law for its employees. CONTRACTOR is responsible for its agents, sub-consultants, methods, and operations. 13. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, e-mail or fax (receipt confirmed), or overnight courier. 14. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 15. Termination: This Contract may be terminated by the City of Fayetteville or CONTRACTOR for any reason with thirty (30) days written notice. If either party breaches this agreement, the non-defaulting party may terminate this Agreement after giving seven (7) days’ notice to remedy the breach. On termination Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Contract: ** Contractor ** Page 5 of 6 of this agreement, the City shall pay CONTRACTOR for the services performed through the date of termination within thirty (30) days of acceptance of final invoice. 16. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. No modification of this contract shall be binding unless made in writing and executed by both parties. 17. Applicable Law: This Agreement shall be governed by and construed in accord with the laws of the State of Arkansas. Venue for all legal disputes shall be Washington County, Arkansas. 18. Contract Administration: The Mayor or their Designated Representative shall be the Contract Administrator for this contract. CONTRACTOR’s Principal or their Designated Representative shall be the primary contact for all matters pertaining to this contract. 19. Professional Responsibility: CONTRACTOR shall exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. 20. Permits & Licenses: CONTRACTOR shall secure and maintain any and all permits and licenses required to complete this Contract. 21. Publications: Recognizing the importance of professional development on the part of CONTRACTOR’s employees and the importance of CONTRACTOR’s public relations CONTRACTOR may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to CONTRACTOR’s services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE’s advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE’s comments to CONTRACTOR, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of CONTRACTOR’s activities pertaining to any such publication shall be for CONTRACTOR’s account. 22. Entire Agreement: These Contract documents constitute the entire agreement between the City of Fayetteville and CONTRACTOR and may be modified only by a duly executed written instrument signed by the City of Fayetteville and CONTRACTOR In the event of a conflict between the terms of this Contract and the appendices, this Contract and the terms and conditions contained in Appendix B shall control. Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR RFP 24-08, Recycling and Trash Collection Rate Study Contract: ** Contractor ** Page 6 of 6 23. Force Majeure: Any default in the performance of this Agreement caused by any of the following events and without fault or negligence on the part of the defaulting party shall not constitute a breach of contract: labor strikes, riots, war, acts of governmental authorities, unusually severe weather conditions or other natural catastrophe, disease, epidemic or pandemic, or any other cause beyond the reasonable control or contemplation of either party. Nothing herein relieves the City of its obligation to pay CONTRACTOR for services actually rendered. 24. Severability: In the event that any court of competent jurisdiction shall determine that any provision of this agreement shall be unenforceable, then that provision shall be deemed to be null and void and the remaining provisions hereof shall remain in full force and effect. 25. Debarment Certification: CONTRACTOR hereby provides debarment/suspension certification indicating compliance with the below Federal Executive Order. Federal Executive Order (E.O.) 12549 “Debarment and Suspension” requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. CONTRACTOR hereby attests its principal is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and ** CONTRACTOR ** by its authorized officer has made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS ** CONTRACTOR ** By: By: LIONELD JORDAN, MAYOR NAME OF AUTHORIZED SIGNER, TITLE ATTEST: By: Kara Paxton, City Clerk Date Signed: _________________________ Date Signed: ____________________________ Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR  RFP 24‐08, Addendum 3   Page 1 | 2    RFP 24‐08, Addendum 3  Date: Monday, April 15, 2024  To: All Prospective Vendors  From: Amanda Beilfuss – 479.575.8220 – abeilfuss@fayetteville‐ar.gov   RE:  RFP 24‐08 – Recycling and Trash Collection Rate Study  This addendum is hereby made a part of the contract documents to the same extent as though it were  originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of  the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID  PORTAL/FORM.      1. Questions: The following questions have been received and answered by the corresponding department:  a. Question: Is this study a regular rate verification and resetting study or some other factors are the  impetus behind this?  i. Answer: Yes, this is a regular rate verification and resetting study.    b. Question: Is the address and services data clean? Or is a data validation analysis required as part  of the project?  i. Answer: Yes, address and service data are clean.    c. Question: Will the employee/asset utilization data be available? Or will an analysis to determine  this be required?  i. Answer: Yes, that data will be available.    d. Question: For the sensitivity analysis, are the factors and time span known? Or will an interaction‐ effect analysis of determining the dominant factors and their relationships be required?  i. Answer: Yes, the factors and time span are known.    e. Question: Is there a routing system in place with historical routes, times, and resources data?    i. Answer: Yes.    f. Question: Is the analysis of business processes of DPW affecting the services management, billing  and other processes are of interest?  i. Answer: No.    Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P City of Fayetteville, AR  RFP 24‐08, Addendum 3   Page 2 | 2    g. Question: Is the analysis to set equity basis (segmentation) for the customer type part of the  analysis? For example, certain customer types may be given discounts, and some may be charged  more for the same service.  i. Answer: Yes, information about equity impacts would be beneficial.    h. Question: Are the policies defining the feasibility of the ranges of the rate available? For example,  is there a policy stating that a new rate for the curbside collection for a single‐family home cannot  exceed X% compared to the current rate?    i. Answer: No, the City does not have a policy regarding this.    i. Question: What is the expected timeframe to get this study done? Are there any significant  deadlines that need to be met?    i. Answer: Please refer to Addendum 2. There are no specific deadlines for this project.    Ap p e n d i x C RF P 24 - 0 8 , RT C Ra t e Stu d y Cit y Iss u e d RF P