Loading...
HomeMy WebLinkAbout2003-06-24 - AGENDA REPORTS - SOLID WASTE FRANCHISE PROPOSAL (2)CITY OF SANTA CLARITA AGENDA REPORT UNFINISHED BUSINESS DATE: June 24, 2003 AGENDA ITEM J_M City Manager Approva 414 Item to be presented by: Jill Fosselman SUBJECT: EVALUATION OF SOLID WASTE FRANCHISE PROPOSALS DEPARTMENT: Field Services RECOMMENDED ACTION Council to direct staff to negotiate final residential and commercial franchise agreements with Blue Barrel Disposal, Burrtec Waste Industries, Inc. and Consolidated Disposal Services, and return to the Council for a Special Study Session on August 19, 2003 to review the finalized contracts in preparation for bringing the contracts for award by Council at the August 26, 2003 City Council Meeting. Council to review and approve the contract negotiation process. Council to transfer $50,000 from the City Council Contingency Fund Account No. 2250-7401 to Account No. 3811-8110 for completion of the Solid Waste Franchise Request for Proposal (RFP) project. BACKGROUND On March 17, 2003, pursuant to City Council direction, staff released an RFP for Residential and Commercial Waste Management Services. The deadline for submittal of proposals to the City was May 19, 2003. The following six waste hauling firms responded to the RFP and submitted proposals: • Blue Barrel Disposal (Waste Management, Inc.) • Burrtec Waste Industries, Inc. • Browning -Ferns Industries • Consolidated Disposal Service • Crown Disposal Company, Inc. • E.J. Harrison and Sons, Inc. Based on recommendations made by the City's consultants, Hilton Famkopf & Hobson (HF&H) and Rutan & Tucker (R&T), and staff review of the six proposals, staff recommends entering into contract negotiations with Blue Barrel Disposal, Burrtec Waste Industries, Inc., and Consolidated Disposal Service. Staff evaluated proposals that were submitted for the seven-year residential franchise that will begin in April 2006 and the nine-year commercial franchise that will begin in August 2004. The evaluation performed and the resulting recommendation U U tl B L�-r"'` developed was based on the evaluation criteria established by the City Council. The criteria can be found on page 27 of the RFP and sets the following guidelines to evaluate the proposals: • Proposers Qualifications — General experience — Jurisdiction satisfaction — Public education • Technical Qualifications — Waste diversion — Implementation plan — Operations • Exceptions to the Terms and Conditions • Financial Resources — Financing — Financial stability — Insurance • Costs — Cost of service (rates) — Reasonableness of costs The evaluation conducted by staff and consultants determined that all six proposals are responsive to the RFP and will provide the depth and scope of the programs requested by the City. Each of the proposals has demonstrated sufficient level of experience in providing the type and level of services requested by the City, the technical and programmatic ability to achieve the diversion levels desired, and the necessary financial wherewithal to meet the terms of the programs. In addition, staff and the consultants are satisfied that all of the proposers adequately demonstrated the capacity to guarantee priority disposal capacity. Each of the proposers offered exceptions to the contracts, except Burrtec who offered no exceptions. The City is under no obligation to accept any of the exceptions proposed, and these will be addressed individually with each of the proposers that staff is recommending be advanced further through the next phase of this process. When comparing the rates (or cost for services) of all six proposers, the lowest proposals both individually and collectively for both the residential and commercial franchise agreements are Blue Barrel, Consolidated, and Burrtec. Overall, these lowest proposers will provide customers with approximately an 11-23% reduction from current rates. This cost comparison was determined through an evaluation of first year revenues for each of the residential and commercial proposals, as well as through comparing combined residential -commercial proposals given that the proposers were asked to identify a "discount' if they were to be awarded both the residential and the commercial franchise agreements. Please see the attached HF&H Evaluation of Solid Waste Proposals letter, pages 4 and 5, for summary charts of first year revenue (demonstrated by franchise and hauler). The consultants have recommended and staff concurs that the City should enter into a contract negotiation process with the three lowest overall proposers because this process will yield the best overall value to customers. Given that the proposals are public, inducing a competitive environment with three lowest overall cost proposers creates incentive to enhance the long-term value of their proposals. In the absence of competition, the ability to achieve this enhanced value is greatly reduced. Similarly, creating this "incentivized" environment with more than three proposers will also affect the City's ability to achieved enhanced value due to the lengthy and greatly complicated process expected. According to HF&H, negotiating with more than three proposers will induce a more lengthy and complicated process. The total difference in rates between the lowest bid and the third lowest bid is 15%, while the difference between the lowest bid and the fourth lowest bid is 22%. A 15% rate range is within standard practice for selecting the lowest bidders for contract finalizations, while extending it to ranges beyond 20% does not produce sufficient additional results to justify the additional time and effort required and is beyond industry standards according to consultants. In addition, the three recommended proposers offer a rate reduction from the current levels in the commercial franchise, while the other three proposers are proposing an increase in rates. Although the cost for the RFP process will be reimbursed to the City by the hauler(s) being awarded the contract, entering into contract negotiations with four or more haulers would not produce results that would justify the additional costs that will be incurred. Upon Council direction, staff and consultants will clarify the final terms for both the residential and commercial franchise agreements with each of the three selected proposers and negotiate a total of six final contracts (three residential and three commercial). The desired outcome of this process will be to enhance the final terms in each of the contracts that will yield the best overall program and long-time deal for the customers. Please see the attached Proposed Negotiations Timeline for the proposed negotiation and contract finalization process. At a Special Study Session on August 19, 2003 staff will present the final signed residential and commercial franchise agreements with the Council. During the Study Session, staff will review the redlined changes made to the original franchise agreements released in the RFPs and highlight the results of the negotiations. At the regular City Council meeting on August 26, 2003, Council will be presented with the final contracts and will consider the final awarding of contracts. Additional funding in the amount of $50,000 to negotiate with three proposers is being requested as part of this item. hi an effort to minimize anticipated costs, and in the absence of knowing the number of qualified proposals that would be submitted, staff originally only budgeted to negotiate with one hauler. However, given that the City received multiple proposals, that the proposals have been made public, and that inducing competition to create incentives to enhance proposal value will greatly benefit customers, additional funds are needs to cover this expanded scope of negotiations. ALTERNATIVE ACTIONS Other action as determined by the Council. FISCAL IMPACT The Council has allocated a total of $250,000 from the City Council Contingency Fund for the Solid Waste Franchise RFP. Based on the proposed recommendation to negotiate with all three finalist proposers, staff is requesting the transfer of $50,000 from the City Council Contingency Fund Account No. 2250-7401 to Account No. 3811-8110 which will bring the total to fund this project to $300,000. The current balance of the City Council's Contingency Fund is $1,129,421. If the City Council elects to appropriate the additional funds as requested by staff, the remaining City Council Contingency Fund will total $1,079,421. The entire amount needed to complete the project will be reimbursed to the City's General Fund upon execution of the contract during the 2003-2004 Fiscal Year. Based on the proposed rates for the three proposers staff is recommending to enter into negotiations, which are lower than current rates, franchise fees will also decrease by the same percentage that rates are decreased. Upon negotiation of the final contracts, staff will illustrate the actual impact to franchise fee revenue that is associated with each of the contracts. ATTACHMENTS HF&H Letter Regarding Evaluation of Solid Waste Proposals Section V of RFP (Proposal Evaluations) Proposed Negotiations Timeline HILTON FARNKOPF & HOBSON, LLC Advisory Services to Municipal Management 3990 Westerly Place, Suite 195 Newport Beach, California 92660 Telephone: 949/251-8628 Fax: 949/251-9741 www.hf h<omultants.com June 16, 2003 Mr. Travis Lange Environmental Services Manager City of Santa Clarita 23920 Valencia Blvd., Suite 300 Santa Clarita, California 91355-2196 Evaluation of Solid Waste Proposals Dear Mr. Lange: San Francisco Los Angeles Sacramento Portland Robert D. Hilton, CMC John W Farnkopf, PE L. Scott Hobson, CPA Laith B. Emet, CMC We have completed our preliminary evaluation of the six proposals received in response to the City's request for proposals dated March 17, 2003. Proposals were due on May 19, 2003 and were received from the following companies: • BFI Waste Systems of North America (BFI), a subsidiary of Allied Waste Industries, Inc., the second largest solid waste company in North America. • USA Waste of California, d.b.a. Blue Barrel Disposal (Blue Barrel), a subsidiary of Waste Management Inc., the largest solid waste company in North America. • Burrtec Waste Industries (Burrtec), a privately -held company based in Fontana and one of the 15 largest solid waste companies in the United States. • Consolidated Disposal Service (Consolidated), a subsidiary of Republic Services, Inc., the third largest solid waste service provider in North America. • Crown Disposal Company (Crown), a privately -held company with operations primarily in Los Angeles County, headquartered in Sun Valley. • E.J. Harrison & Sons (Harrison), a privately owned, family operated company headquartered in Ventura with operations primarily in Ventura and Santa Barbara counties. KEY TERMS OF THE RFP Proposers were allowed to propose separately on residential and commercial services, with an overall discount proposed if both the residential and commercial services were awarded to the same proposer. Commercial services will start on HILTON FARNKOPF & HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 2 August 1, 2004 and residential services on April 15, 2006. A summary of the key services and contract terms requested by the City in its RFP is provided in Attachment 1. The City's RFP included the draft residential and commercial franchise agreements (Agreements) that the successful proposer(s) would be expected to execute. The Agreements identify in significant detail the various solid waste collection and recycling services to be provided, including the method of collection, types of containers, materials to be collected, services to be provided at no additional charge to the City or the ratepayers, and many other terms and conditions. The scope of services contained in the Agreements is comprehensive, specific, and tailored to meet the needs of the residents and businesses within Santa Clarita. Therefore, unless significant exceptions were proposed or significant enhancements added to the City's desired terms, all of the proposals would have similar services. PROPOSAL EVALUATION MATRIX In order to compare the proposals, we prepared a proposal evaluation matrix (Attachment 2) that summarizes the following information obtained from the proposals: 1. "Proposer Overview," including general company information about each proposer and a summary of each proposer's experience and financial resources. 2. "First -Year Rate Revenue," summarizing the total costs proposed by each proposer. Since the rate adjustment mechanism for future years was defined in the franchise agreement and is the same for each company, comparing the first- year annual revenues provides a common basis for evaluating the proposed costs. Detailed rate information and the rate revenue calculations are provided in Attachment 3. 3. "Facilities," describing the proposed operating yard, recycling facilities and disposal arrangements, including the capacity guarantee, if proposed. 4. "Estimated Waste Diversion," summarizing the percentage of the waste that each proposer estimated would be diverted by the proposed programs. recycled Ci paper 0-T HILTON FARNKOPF & HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 3 5. "Exceptions Proposed to the Franchise Agreement," identifying the contract terms that the proposer indicated that it wanted to negotiate with the City rather than accept the language that was included in franchise agreement provided with the RFP. 6. "Other Unique Proposal Features," describing key features of the proposals that exceed the minimum requirements of the RFP. 7. "Clarifications Needed," identifying proposed terms that are unclear and items of concern that need to be further researched or addressed in further detail in the next evaluation phase. FINDINGS Experience All six of the proposers are significant providers of solid waste services in Southern California. All of them have extensive experience providing the requested residential and commercial solid waste collection and recycling services. In addition to providing collection services, all of them have experience operating transfer stations and/or recycling facilities. The parent companies or affiliates of three of the proposers also own landfills (BFI, Blue Barrel, and Consolidated). We believe all of the companies have the necessary experience to implement the requested services. Financial Resources The proposed rate revenues in the City of Santa Clarita represent less than one percent of the total revenues for the parent companies of BFI, Blue Barrel, and Consolidated. Burrtec did not provide financial statements but indicated they would make them available at a later stage of evaluation. Using public records previously made available in 2001, it is estimated that the City of Santa Clarita contract would increase Burrtec's revenues by an estimated 20%. The City of Santa Clarita contract would significantly expand the size of Crown and Harrison, increasing each proposer's existing revenues by more than 60% if awarded both the residential and commercial contracts. 0 HILTON FARNKOPF & HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 4 Costs Total first-year costs to residential ratepayers will be reduced from current rates under five of the six proposals. Total costs to commercial ratepayers will be reduced under three of the six proposals. Proposed costs are summarized below. Residential First Year Revenue* * Starting 2006. Commercial First Year Revenue** 1� rprese Pmpc+sex „even}t� Cariparelitd Current; kktes'' 1) Blue Barrel $ 8,610,000 (27%) 2) Burrtec $ 9,449,000 (20%) 3) Consolidated $ 10,237,000 (13%) 4) BFI w/o Elsmere $ 10,276,000 (13%) land transfer $ 4,342,000 13% 5) BFI w/Elsmere $ 10,737,000 (9%) land transfer $ 7,652,000 100% 6) Crown $ 10,895,000 (8%) Current Rates $ 11,802,000 0% 7) Harrison $ 15,790,000 34% * Starting 2006. Commercial First Year Revenue** ** Starting 2004 The financial comparison of the proposals contained in the tables above is based on the total proposed costs to the ratepayers for all levels of service. This is calculated by multiplying the proposed rates for each type of service by the number of customers subscribing to each type of service. This is the best method to compare the proposed overall costs. Specific rates proposed for each customer category are shown in Attachment 3. A breakdown of single family and multi -family rate revenues is shown on page 3-1. Single family residential rates are shown on page 3- 2, multi -family residential rates are shown on page 3-3 and commercial rates are shown on page 3-4. e=yciec �� oaoer r ncxese erNxS0) y(D Caltt`paf6 o j 'nt Ratesi•: 1) Blue Barrel $ 3,494,000 (9%) 2) Burrtec $ 3,627,000 (5%) 3) Consolidated $ 3,818,000 0°% Current Rates $ 3,828,000 0% 4) Crown $ 4,342,000 13% 5) BFI $ 4,956,000 29°% 6) Harrison $ 7,652,000 100% ** Starting 2004 The financial comparison of the proposals contained in the tables above is based on the total proposed costs to the ratepayers for all levels of service. This is calculated by multiplying the proposed rates for each type of service by the number of customers subscribing to each type of service. This is the best method to compare the proposed overall costs. Specific rates proposed for each customer category are shown in Attachment 3. A breakdown of single family and multi -family rate revenues is shown on page 3-1. Single family residential rates are shown on page 3- 2, multi -family residential rates are shown on page 3-3 and commercial rates are shown on page 3-4. e=yciec �� oaoer 0HILTON FARNKOPF A HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 5 Individual rate comparisons may be misleading as to the overall cost effectiveness of a proposal. For example, BFI proposed a lower single family rate than Consolidated; however, BFI's total proposed residential service cost is higher than Consolidated's proposed residential cost because BFI proposed significantly higher multi -family bin service rates. The proposed first-year total costs if one contractor is awarded both the residential and commercial agreements are shown in the table below. Total Residential and Commercial Revenue The lowest cost proposal, if selected, would save the City approximately $25 million over the contract term compared to the existing rates, based on the proposals as submitted without clarification of contract terms. Exceptions Proposed to the Franchise Agreement Burrtec did not take any exceptions to the proposed agreement. BFI, Consolidated, and Crown each took two exceptions, and Harrison took eight. These contract terms ecyciee Ci Pepe, sieve {4'e Bef p E1 x a tit , y�y 7W, „s pntjl }''Y wii aii ftt, ,ni n i'! ° t IT�kw„,{4 o 'Residential Commercial Total , 3 8�1) Blue Barrel $ 8,610,000 $ 3,494,000$12,104,00 $ 12,104,000 (23%) 2) Burrtec $ 9,449,000 $ 3,627,000 -0.00% $ 13,076,000 0.00% $ 13,076,000 (16%) 3) Consolidated $ 10,237,000 $ 3,818,000 $ 14,055,000 1.25% $ 13,879,000 (11%) 4) BFI w/o Elsmere land transfer $ 10,276,000 $ 4,956,000 $ 15,232,000 3.00% $ 14,775,000 ° (5 /°) 5) Crown $ 10,895,000 $ 4,342,000 $ 15,237,000 2.00% $ 14,932,000 (4%) 6) BFI an Elsmere land transfer $ 10,737,000 $ 4,956,000 $ 15,693,000 3.00% $ 15,222,000 ° (3 /°) Current Rates $ 11,802,000 $ 3,828,000 $ 15,630,000 N/A $ 15,630,000 0% 7) Harrison $ 15,790,000 $ 7,652,000 $ 23,442,000 0.50% $ 23,325,000 49% The lowest cost proposal, if selected, would save the City approximately $25 million over the contract term compared to the existing rates, based on the proposals as submitted without clarification of contract terms. Exceptions Proposed to the Franchise Agreement Burrtec did not take any exceptions to the proposed agreement. BFI, Consolidated, and Crown each took two exceptions, and Harrison took eight. These contract terms ecyciee Ci Pepe, HILTON FARNKOPF & HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 6 would need to be negotiated. The exceptions are described in Attachment 2, pages 11 and 12. Blue Barrel took four specific exceptions as described on Attachment 2, page 12. Three exceptions are potentially significant and cause for concern, although its possible these will be satisfactorily resolved during the proposal clarification stage. Further, Blue Barrel stated in its proposal that it wanted to discuss changes that it had identified earlier in a letter submitted during the drafting of the RFP. This letter contained a list of over 50 suggested changes to the RFP and contract documents, some of which may have already been reflected in the final RFP and others that are probably unacceptable. If Blue Barrel is selected for further consideration, specific information is required during the proposal clarification phase to assess the reasonableness of the exceptions proposed. Blue Barrel proposed to use its existing refuse and green waste carts. The RFP required carts to be uniform in appearance but did not require them to be new. In order to facilitate a comparison to other proposers that proposed new carts, Blue Barrel should be asked to propose the cost impact if new carts are used. Based on our understanding of costs in the solid waste industry, we would still expect Blue Barrel's proposed costs to be among the three lowest even if new carts are utilized. Unique Proposal Features Because the City's RFP and contract documents are comprehensive and require all of the contractors to offer a complete set of very specific solid waste collection, recycling, and disposal services, most of the proposed services are standard. Consequently, there are a limited number of unique proposal features. The unique proposal features for each proposer are summarized in Attachment 2, pages 13-14. These features can be somewhat difficult to quantify and are generally minor (for example, one contractor offered a talking robot for community outreach activities). The unique proposal features of a significant nature are as follows: • Blue Barrel proposed a reduction in the current residential rate, prior to the start of the new contract, if it is awarded both the residential and commercial agreements, and if the lengths of the new residential and commercial agreements are extended by an additional three years. recycled t1 paper 0 HILTON FARNKOPF Q HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 7 • Burrtec proposed to construct a MRF in the City, although its unclear if they will provide the MRF to the City at the end of the contract term and if there are special conditions. This needs to be clarified. • Blue Barrel proposed to construct a 1,500 ton per day transfer station and recycling center that includes a 100 ton per day recyclable processing line. Since the City generates a total of less than 500 tons per day of residential and commercial contract waste and recyclables, this facility may be designed to accept waste from surrounding areas. It did not appear that the facility would be provided to the City at the end of the contract term; this needs to be clarified. • BFI proposes to negotiate the transfer of 400 acres of Elsmere land to the City, although this results in a higher residential rate and increases the annual cost of BFI's proposal by $445,000 annually, or approximately $3.1 million over the seven year term of the residential agreement. NEXT STEPS We believe the City will achieve the combination of the best services at the lowest reasonable cost by entering into simultaneous negotiations with a select number of proposers. In the process of finalizing agreements with proposers in other jurisdictions, we have sometimes found that significant new exceptions appear that were not made clear in the proposal. By finalizing agreements simultaneously, the process will take place in a competitive framework and most likely improve the City's final terms. The recommended process would be as follows: 1. Proposers selected by the City Council will enter into negotiations with staff, with the goal of presenting final agreements signed by the proposers at a subsequent City Council meeting for award. The award may be to one proposer for both residential and commercial services, or to separate proposers for each service. ecrciea �� Geoer HILTON FARNKOPF @ HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 8 2. The scope of the negotiations should be limited to the following: • Resolving the exceptions proposed in the original proposals. • Clarifying terms of the proposal that are unclear so that its terms may be properly reflected in the agreement. • Confirming whether or not companies that proposed to construct a materials recovery facility in the City will transfer ownership to the City at the end of the contract term and if there are any special conditions associated with such transfer. • Confirming contingency plans in the event that a proposed MRF or transfer station is not operational before the start of the agreement. It is our understanding that the contractor would be responsible for contracting with existing facilities to provide the required services without a rate increase in the event that it is unable to develop its proposed facilities prior to the start of the contract. Further, a disposal capacity guarantee, if proposed, would guarantee capacity at the disposal site regardless of whether a transfer station or MRF is constructed. • Allowing the proposers to propose a "rate freeze" beyond the first year in order to provide increased rate stability. 3. Proposers should not be allowed to change their first year rates, unless the existing proposals are thrown out and new rate proposals are submitted by all the proposers. We recommend against such a process as it defeats the purpose of competitive process that was just completed. Alternatively, if the City Council believes it already has sufficient information to select a single proposer for both Agreements (or two proposers for separate Agreements), it could do so at this time and we would enter negotiations to resolve the proposed contract exceptions. Such an approach may result in less favorable final negotiated terms. ecYcied Gaper ev HILTON FARNKOPF & HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 9 SELECTION OF PROPOSERS TO FINALIZE AGREEMENTS The goal of selecting proposers to finalize agreements is to narrow the number of proposals for further consideration to a manageable number. The proposals selected for clarification and further consideration should: • Contain the range of service features that the City desires; • Be submitted by experienced companies that the City would want as partners to manage the City's solid waste system; and, • Be cost effective for the services offered. The City is fortunate to have received several very good proposals from qualified companies. All of the companies have the necessary experience. The contract requires all of the proposers to enhance recycling services offered in the City. Five of the six proposals will lower costs to residential ratepayers, and three of the six proposals will lower costs to commercial ratepayers. Besides costs, there are some differences between the proposals, particularly in the exceptions taken to the franchise agreement and these need to be resolved before making final contractor recommendations in the next phase. Additionally, although all of the operators are qualified, some may do a better job than others. Reference checks of the finalists will help confirm the better contractors. Most of the recycling program enhancements offered are minor compared to the specified recycling requirements in the Agreements. For example, all proposers are required to divert residential commingled recyclables and greenwaste, and offer free commercial recycling of specified materials to any business that requests it. As a program enhancement, Blue Barrel, Burrtec and Crown also offered to divert food waste, and Consolidated offered to implement a pilot food waste diversion program. On an overall basis, we believe the proposals offered by Blue Barrel, Burrtec, and Consolidated all offer the City excellent value for the services received; these are also the three lowest cost proposals for residential service, commercial service, combined residential and commercial service, and the optional diaper recycling service. Total costs for residential and commercial services would be reduced from 11% to 23% if one of these three proposers were selected. Two of these proposers ecrdaa 61 caper HILTON FARNKOPF & HOBSON, LLC Mr. Travis Lange June 16, 2003 Page 10 (Blue Barrel and Consolidated) currently provide services to the City of Santa Clarita, and one (Burrtec) does not. Simultaneously finalizing terms with these three companies should produce one or more excellent Agreements for final consideration and award by the City Council. The proposals submitted by BFI and Crown are good overall proposals from experienced companies, but they do not appear to offer significant additional solid waste services to the City that would justify the additional costs compared to the proposals submitted by Blue Barrel, Burrtec and Consolidated. The proposal from Harrison is several million dollars more annually than the next lowest proposer and is not cost effective. We would like to highlight a special consideration with BFI's proposal. BFI proposed to negotiate the transfer of 400 acres of Elsmere Canyon land to the City if selected. It is uncertain what the negotiations would entail. The total first-year cost to the solid waste ratepayers of the BFI proposal with the Elsmere Canyon land transfer (if successfully negotiated) is $15.2 million, compared to $12.1 million to $13.9 million for the three lowest cost proposals. The proposed land transfer would fund land acquisition from solid waste rates; the City Council needs to determine whether that source of funding is appropriate and whether the value of the Elsmere Canyon land would merit including BFI in the next phase of evaluation. We look forward to discussing our evaluation with the City Council. Please call me at (949) 251-8902 if you have any questions. Very truly yours, Laith EZ" et, CMC Senior Vice President Attachments 1. Summary of Requested Services and Important Contract Terms 2. Proposal Evaluation Matrix 3. Rate Revenues recycled Ci paper ATTACHMENT SUMMARY OF REQUESTED SERVICES AND IMPORTANT CONTRACT TERMS The City requested proposals to provide residential and commercial services under separate contracts. Proposers were permitted to propose on one or both franchise agreements. The following is a brief summary of the services requested in the RFP and key franchise agreement terms. I. RESIDENTIAL FRANCHISE A. Single Family Refuse Collection Service • Standard service includes one automated 90 -gallon refuse cart. • Extra refuse carts are $10.00 per cart per month. • Overage is collected at no charge during the holiday period from December 26 through the second Saturday in January and for two other special pickups. Additional pickups are $5.00 each. • Manual can and bag service is provided in space constrained communities where carts are not feasible. • In -ground can service is provided to one homeowners association • Reduced rates are provided for mobile home parks, seniors and low income customers. B. Multi -Family Bin Refuse Service Franchisee will provide bin service. Bins shall be inspected and cleaned, if necessary, once per year at no additional charge. Additional cleanings shall be $35.00 each. C. Single Family Recyclables Collection Service • Automated 90 -gallon recyclables cart collection is standard. • An alternative collection program, such as centralized containers, was to be proposed for space constrained communities. • Recyclables include newspaper, glass and metal containers, catalogues, cardboard, cereal boxes, dry food boxes, telephone books, PET (plastics #1), HDPE (plastics #2), plastics #3 through #7, junk mail, office paper, magazines, milk cartons, drink boxes, aluminum, and plastic grocery bags. D. Multi -Family Recyclables Collection Service Recycling carts or bins are to be provided to multi -family customers at no additional charge. Materials collected will be the same as for single family. 6/6/03 1 - 1 City of Santa Clarita E. Drop-off Recycling Franchisee will provide four recyclables drop-off sites throughout the City. F. Green Waste Collection Automated 90 -gallon cart collection is standard. A $2.00 discount per home per month is permitted if the customer does not generate, or otherwise diverts, green waste. G. Manure Manure collection is to be provided at 150% of comparable refuse rates. H. Bulky Waste Pickuv On-call bulky waste pickup will be provided to all residential customers, including those receiving bin service. Each residence shall receive two free pickups per year, and be charged $20.00 for each additional pickup thereafter. I. Holiday Tree Collection Franchisee will collect holiday trees from all single and multi -family residential customers. J. Automated Street Litter Container Collection Franchisee will collect refuse and recyclables from 60 sets of street litter cans. K. Optional Diaper Collection and Diversion Program Proposers were asked to propose a rate per home per month to collect and divert diapers from residents and businesses that used disposable diapers. II. COMMERCIAL FRANCHISE A. Refuse Bin Collection Franchisee will provide bin service. Bins shall be inspected and cleaned, if necessary, once per year at no additional charge. Additional cleanings shall be $35.00 each. June 6, 2003 1 - 2 City of Santa Clarita B. Commercial Can/Cart Refuse Collection Franchisee will provide small generators with can or cart collection service. C Rolloff Box Collection Rolloff box service is not included in the franchise agreement. D. Recycling Franchisee shall provide free recycling collection of a specified list of materials to all customers requesting such service. Franchisee must notify each customer annually of the availability of this program. E. Green Waste Green waste service shall be made available at 75% of the comparable refuse rate. F. Processing of Commercial Waste If franchisee does not meet minimum recycling requirements, City may request that the franchisee perform mixed waste processing of the commercial refuse to recover recyclables at no additional cost. G. Com -Sponsored Events Franchisee is responsible for providing solid waste and recycling collection services at City -sponsored events at no additional charge. H. City Facilities Collection Franchisee will collect solid waste and recyclables from City facilities at no additional charge. III. CONTRACT REQUIREMENTS UNDER BOTH FRANCHISE AGREEMENTS A. Contract Term The residential franchise term is for seven years beginning in 2006. The commercial franchise term is for nine years beginning in 2004. Both expire in 2013. The City has the option to extend the agreements up to 24 months. June 6, 2003 1 - 3 City of Santa Clarita B. Minimum Recycling Requirements Franchisees are required to divert 50% of the waste stream each collects or pay penalties of $10,000 per calendar quarter. C. Guaranteed Landfill Priority and Capacity Franchisees are required to provide a guarantee of landfill space and priority over other jurisdictions' refuse for the term of the agreement. D. Vehicles Collection vehicles operated in the City under this agreement may be no more than 10 years old at any time during the agreement term, and must utilize alternative fuel to diesel, such as compressed or liquefied natural gas. E. Rate Adjustment Rates may be adjusted annually based on changes in published price indices according to a weighted rate adjustment formula, with a 5% cap on increases. F. Contract Extension for Diversion Performance The contracts can be extended from one to three years if the franchisees exceed the 50% diversion rate. G. Recyclables Revenue Sharing Franchisees will share recyclables revenue with the City equal to $2.50 per ton revenue of each ton recycled. H. Franchise Fee Franchisees will submit franchise fees based on 10% of gross revenue. L Recycling Fee Each franchisee will pay the City $35,000 per year to fund City recycling outreach services. J. Administrative Fee Upon executing the agreement(s), franchisee(s) will reimburse the City $125,000 per contract for costs incurred in the development and award of this franchise. June 6, 2003 1 - 4 City of Santa Clarita � � . k $ / M c � § 4-A CD CD . / qj ! « /0 V.4 W k / * ( \ Ko 2 ■ a % t d 4A4 i( v , U � ƒ U • �^ °R� w ° vN A G 7 b COm >m r3 COCr C O Lr C r C cl"S,) 7> 3.� u v a>i o ° 7 ° U �= > o c Q. 'iSv R E a o0 >- 0 T�ro.O ��[R Uv LRW L° Ci33° x"O> v°p �8°aJ¢5V b VKi R R Vi w T w 'tl v mL v-, u •. uz. .w,'d 'G' R v v o O.:Cw� cn3-O �Sv c3°.'v n. m wai °m �d�� N N 7 N C� 'd vub w CDa u o�J3c4Z��oEvoo c v�om o�34�-n U2loou 3n¢cww �BuG V. -o a�'i N ur o oZ— CA C c > mGP�307�nm C7 �. 3Lv.rom w°p v ��°u��RV 7y�° m..vn T w v w .v. w v V d u �° EE p CA 04, R a v z� w X O 'V > w GaR. C.ti w R Ra V V m i..mp� R o,W 14 3o�ov:9a;i p,'G°y p vy vc wu� ]Uv 08°G w vb w E' Xaor w C w mEya vmR: 3 0� 1� GOC'w uLp.0... o u., [i. o m oS 3 w¢.C. vvi 3z 3.5¢ t!� q F4 u u C m u R.. w R 0 w z Rw W u W a¢ u W z VV1 0 0 ZW wW, � Z C 0 >oaaaW.K oa ux aLL ao ouo wom rl N z x u U o •��^�' o •� C v v m o v v o'u ov o�(�c7 ONO Cu O y v vS �iL C•C•.5 E,L O �4 °� �� C y �+ 9 pv...« 0.7. C� OC4.0 G y Y V5vi00VwA.FJbu b00 ti 0 7i yCC O p'0 y �7 p vVOIv@GC'�2"4 r Q•iyn O.b O GCU mp V.5oV � °pC O5o u uu d y d vE •ZE rr+.5 p 0 ay. v x -u Su.7 v > v d w y •>vv 0 a is y� A C¢,L S OCq � y X Vid L Q y'.^. Lam` T 3 L+` C F. pad.H0U P]UVV w C P-ICHQU C)V W GVV Pi 0.1cm '.O C O C � •+ E "V' O PS.�.O.tiO °o°'y VV77 ag 8 p C u p 8sum.a S az dz y W z y q Gy J y 4 �aUw -0Uu •� o ti 3 > O .'. � °1 m ro ep m •C gG �� .G, AF..G C'O N � x XL�v rn p.•6vG p'O T G V V..1 ,c)mw Go m w 3 v n m r0 $p u u 3 p'�a 0 Vue4u0"m vt%•O a y0.�3� 0y0 ai vTib> NO G p ,� oro v `'�«x .0 "> •O 7 mO v._ .24> NOy O V ��p G �r V �°'V Nfi ..w�VL40.A.«�ENpu y n O d v 4 y v u i0 b O'Z v. 7 y G. v o � m p� O;t> m� u u y ¢.VW OG�iG v yd. �'SY p �9 7 d aGi •T� •��y' � al o'..b^'r `��. 0.0 •bGOdj o p>R.> o G•d ti� C� o N HyEA G u, uYn OLCX Om�� O O 3��v°Wep p.s oV-.. v a; v� 0 N yOb C u b .� A o Gi°8 daro�W 6R 0 z �-Z o tti >aa In Oo -V 20 Mo Mr1ny `9>9`Zax,am,s ro r a5 vro bI C) oa,�Y�> 3y 7 y zi a z = > K� ^a yag Ln, L � w O y H 7 n �w n�'o Y O O p �wti7 � aG w DOaoow�p�,jcy35' v+� omoz n np3n 'y^' y 'jw Ww'7 r'�� .�7lG' ado d CL7 SAOqy' � y w �a•yr'd �` nmy �yy wm nn� ny �GyEL wn^ 7ro .J ��p ❑'�'ry0 n Cd �r7g y y CL CL .p.�$n: o ow �in�°5.ao w CLn Na ow aA C o<o�, o 0Mdo a X ,Gni SpGp g r' O o fD SCL n m iG C.7n nn �:W3"<p�n 7gn 00� FLU0 7�7�y n $ 0 ` o cap-5xE wo x 5:3 m `rte 0 m ti w d a G n x O•y �y [=j, O �A N O w T W N c ai R SIR 51 m • w n 6 T..�. o C n .ro. .❑7q. N � 7 � W .ter n °{ re � .t'+1-. :. •{n. A r+ p S O O O O 'Htlii9; R m 0 0 0 0 o a a O O O O O O O 5p C A 7 {iyywpp'�� 07 W N N r+ ✓ r+ �y G; 0 0 o e a o 0 0 �tr 7 n { ,p o R SIR 51 m • N � iP � W W W fD 7J;❑ m �'ii'd•, at ti r+ p S O O O O 'Htlii9; R m 0 0 0 0 o a R SIR 51 V W N m W i $ to f k i« N ijifG O a W �.i W I+ e O O ae �� •� E} ae ak HHaa Hq H H H H Y WWj t'" � O�8P VW ooV F O 8� 8� 8N 8 w {1C IJ IV rQ TA T V V �p V O q �! A e p P e e � a O A ,•�dV. O J tgg4j W i i« O a W �.i W I+ e O O ae �� •� E} ae ak Y WWj i{Wj' � W VW ooV F IJ IV LI N TA T V V �p V O e p P e e � a O A ,•�dV. O W e �P e N e rte+ T W +yi i o W i z N V a 0 a O "d nm nn m o yz ^rn, a H o m Sv C� D m m m x d w-b70p 0-V 7� N�O.�. Ngo FN^y <o oA w'daq C. Gm Cd ,o5y CL m Ted 5'amu- 2.cr cnW wW n,�; y'o W wcon;n qd� P.£Owi O:'wW t^Q.o C. t�m�.� rw m�'7 c�i wW oewdm. (nom c °°a°'� 7= CLIn- �W'C") nomri GWyoe �.o a n a "'SA7mlB �l wy D :3 n ��'C� .� G`<Cl.dOT�'•�.�7 o�Vn't<a Yi rw, .OiC Ct0C't0.D o �o C A .7..�D� 7 o.a° ma m �7 A7'?5�^•" y_ O 00 �"O y C "y G n 7 rn ,'d n E» •. E» " '+'O y '^ O w n C y'iJ (i W W 'i7 H !op_y Er - 0, —a o Q m CA z a>O Z .y nzy � o H H d � a p� o a FL g, o •� n 7:3,0 v"'c io 5088 w Er 0 mno� £9 0 mo ya tz�^`„ � �� �•o d C 7 n Q. A N r3 o �' (1 Y Ent? H °�'O U a O, 81_ n P'_ da(yo„ P.~%T'9 Ood 0 oz !D �7 a' 070'ryry2 Fn p � rr�rppi d u C O7 �C Z.� 0qS D�77?ti �y o°Q5G O � 0. A m a C�'O EL � 78^FnR E'°=5'y�wLtF7� pn nFOgWalgd o4y7dCL no ^`D m groc.a .,.�woc„ T oy�M.o7`�. nm C n.d,.p m [� a 0 C 0 7 Q a o G. O^`G woH aoa vE>00c gggE�ro �n g'.y n �a°q 7 any ro C Z'� C y y^ ,d to�0„�ia6 0.m 0. � ro WM p5* ,aa09 a o�mO> O"ora r y >' °soa°a'ao o o v =�oay Z' yeya m rr o°o � -iK Kr !_. f 0 C)m > Z 'a m '<rl O 0.+ � � O z a� Ero CLE ° cc w ° �c m o a,So 0 7c� r°o � ay ro cnra� .�nnb�oWnW �.°no�oAwo 5 FL o �a n0 m^ z aG 7'oNdWo'row'd7a ° rwo�dm,m gop,ES'S:� A b 0.m �b u cYm� R°w rJ Ctl y �Om,x �m mR��°7dwc��'^ n'd �' (X1G CC �G w m 0.'""ioO d n.xlCCw<.n 50_°°<v � °. "<"7�°HwErw a ^'o0.^R=te o�R ?7 w 7 o m u°On mE°'o"3 '"�='ods vn°rn � Er io a 0 0 d w m' � o N WW `7P.d OE vEdi'y� A Q.y w ¢ a� /pqK�' �' m O n°< rp d G�iO p' n 'd °, a•�.'s'5'ggm g n r Y 707 7n ��v �r�o HC-2 p�ppwnj yxrod']7'054 oy vwi ODryy^ P.^..on"�' nT A`'�E O. dim w7Fro yti b 7`G7 R.7pp Jf'' a70 w m 'P''o 7 n m7 i.0.�7 Q. ^ � o N 0 y 7 O 7 n <07G 0 n v a 5 y a yI I�dM ro °y. 0� o o m o n� nnx �� g L n d O lb :z p O n G " Q. n Oy n � S n O HOOq H° W .+(D O Cj O C H O yW O I On a (-) On n n< �N...n+ frtD M frtD N y .n* a a a ' in. iA N N V N �0 V l0 V 4 C77 iP 41 �O rt-+ W W ip iA Ut N IA Ul Ul N Op Pro i' "�,"i'�. N V C�.n77 00 W U1 Ul G wI ado �o �o 00 �� v Ul w Iw 00 N O1 W W O o 0 033i v: 7�tMit O O ri � hWOo Ul ° O O O C a r Ul V 00 N O N o 0 0 i N 000 N IW W N Ul o Vl 0� 00 Ul �-` N O,.' O (Il CIl Go �P Ul N G0 0 �0 1-0- �r }' rn il o co vi o o crl w ocy,wff, w i 0000 w o k! ��{h R" •� I~ Ul (Jl O "MM Vl ai O i 4 Fq, �F�ih. N ON p00 W W 007N+ � I00 Ul N N N Ul �o C.n 00 �-+ a\ � O N 0 0 0 i> U � co Ut Vl P1� 9 D aO Ul co I S pppp O O O iP W (77 OC 00 O O O O O -0-0 -0-0 0 # \ § 51 ;,z !z / »/§ B§ 2 )\\ ) CL (( ( _ ( E _ ƒ ( � § 51 z �d > n O y `A 1!2 z p .W. .N. ."• N n�n�z�xo�9�^ainnp/°�,���.aSwom,da��R ooh o d O C F F p 'p' y^y gyp tv m O^ N N rt m n q n n" `O n n `G rb m 5. ^ " F^ 7 7 p '� 5 7 yF n •o 6. r� r�Dr '� O^ OP. Sp 'Sa,g WO LD " .O-• 7 R" "" `J g " C. ^ w R 00 ... 7 00 .w� " C aT^O yR "" 0 5 0. om, d T R 7 a g• °° °` m^ `�' S o w m w•OF.w �° so:"O_^. F� "�.n-. 0.7 v, 5 7 n '.• 7 C 7 G �_. rn .� c10 H �. n..w. D• .� .a. � G R G'" n R C w C 0 C rw ^ p, w O 7 .w. R �. a n< ^ r6 �� pp, O 6. C � w � o� a •RF C a l S •" w 0. 7 w" O w na7GA 'g w O" 0.g"�. 0. P. c �v c'7 o aF �°�� 7 n�'9 °� c° a" �°�7m5+0 aq 'J' V, T;� F ID q O /^D a Fqr CVI dQrQ m " R Er �b. Cnye Tyd�"�yoy� 7 7_d n0.P y w MVA r ]m .. w g a°a o" o - 7.cn ""o"o w o n E a:;m '.• 0 7 .. . - 7 � w a n w w 7 7 yn+ Y• on of C m w^ rl ^• .&-o N o R`^ w S £ a w H a ,w. w F R ih O " ;p p 7n. a O a ryw_ w W^ n �D 2. R. � Q, .O. 5pn R7 w" N° y; n" tl1 w R £ R n n X a' °g O no z A d£ o T9 9•a w v^ a A 5' Cw b a^a.d �' g•M9 w o w 7� 9" o v, A9 w^ w< o .. 7 y °' m Eye to o A '0 C 00 AV n �' G Grp m 7 m w �, 00 C$ g �'• m o.7C1 " S �NN m 7 .C.. < � c o �e 9 Rg^ g c a �' �' ;; A m a1 �" .°C.Er R tz r QyR N WW �• 7 yw 90 ^ w O Syn a '�?' w °' m A P. '0' o m �w n art nkR n Ong O m w Qa _ Q m " Rrt C n n'Ro ^ m m £ R " N N w C irpp p pp ti A G O O"Oro O^ m �p � n]]]--- 7 a00 O7 r v7i W .^. aaawqqq a d O ° O rr�� O '3 F O W p o N N n G n N w�O row N Phi O �+ 00o<,n a'»o c�� �.A mn�=r<o�m bnn8np,�OC'W uw 7.70.m rop.ST x,.wnwp,° C� `� o `^° p» o•xw 'o ., 0n `<' m 01 K ya7v o w c] y P.p ro 7 � � O d ay^ �. '� � ^ D•rp m 7 w �O 7`G iC 7'O ypp ^ cpnm W P.O.+.^„ tj 7 w gz .w..y [n Ctl�O°ri w.gro ;P any w_,�.. w �w�O O7G OiD ]7 '^7_ G wy ^ Q,] N00. f1:m��Jr''O77 yn wnNn �OGm'S^ o e� 'n o Q.A !� w A•�� N R N tD m ^ OS w o• ^ �° !-� m M1p O� .n 'Sn Cn^ Om OW�A� P"<�o3 y�rtrt'w'00 wwrn��'aSO m0.id°? �w�o O CL n m ro T bbgti rob N.T 00. 7^ nro^ 7 x w a N 0 w N d .� .y�yy F n rt Nin LL� n cCi �n :� yr 7 p w Q' N O• SP1. ^_ O L1 �+' n .i�i� ,Q7C " Row Q. re +.� ��O •wi .a. 0.�i� r�+•0.. F "`��� FCJ'C W C 5'titp w m w a NX�aNV 752 FronCL �w-a 41 � �oC�g' m R y w 9 m <w C7m o'd n. a o l•<C �, O oro 0 0 CL, o d rya04 o a w °- B r7q 7� F ' 50.4 nW'l7 y00pp 7d 7 d?. .e'=J. .F 2 0. r n Oxi6C 0.d 0 7 n O m O CL a ro a x a N O 'J mr0vo'd m a'mo0 � O ��'ddn00 o .wm0.0���•�; � H h H V✓ 5 NodO"Om •c -d• d Ow on tib0 2.4 ao , ro �m uw^,'n w •n c AB G,m.�..070 7 7 my n'cwdd,w ° m R,'d rho d N� O�OJ CL, " F rN. d .n. N A, N '� (D (p r'"y n• y m F d CdN 0ni rno wa- ISG �m0mio m.A tz 5 m m �� < t00 O 5'xF O rti. u w '0 0.,w m O.Q O 7•N �+,Sw O .+ 0�dd�o�o w po °1 � dvC�°oo° m5". oda»�°y�N3 ',Q 20, lD (D d 'Q a d fD x p V°� o CL -XI d n µNKdt7^p °'JCni,, fix°y.�O(i <() C 00 Sod m y m�NfO,�am o�rro7m oo�� G. 0. �rp047 n FF 0.-0 r0 n P•'� � F5. fl. r) E a r0 9`, dwzo°5�" 0.� a nb tD n D m x� ° z 0 G,7 a a W a T m IW r R n Y n Op yy Ci o n n Z n DY H n n T u d 00 4$ ` LE w n i 0 c t. n z z z z a �` m Y� w � ,�pp SVP VI W VNO iP O N V E A IP UI Vl O N Y FA Vf EA di {p fA fA fA W M � O O�� p pOH �yNJ ppSS�� W T evOpf pN ON OpW� pFp+ T T P O O 00 O O a W N N N N O N EA fN fA (A EH EP EA fA ry� N n A y O P � r WNV ] ]2-0 R bVVi a V J� N fA fA fA (A EA fA fA EA V AWWA ° � i��Ppp O� Oo j O VN m �pO� P N N T O OOo e» En rn en t» cn w v+ N T m IW wG .-oe a�a m v. -o m �mNnuv.- r 7 a ^ A » am » a A mm 'v » m A a� '^ n s a'soUaP » x GCmC�C� 3. n m » » » n wp F m A � K w N� V iP tY N� O�� 4� p w u H O �p P U A� � a u 0 V P a A W N✓ a �� y 666666 6P.G>666 Q P P P P Q P P S Q V P P P S S S P Q P P S 60.6 6 6 6 6 ;d`� yEEFFEF 'RRRRRRR EEE EEFF EF££EEf RRRRRRR "'x WNr ENNE a 3, c 3 F��'dRRR NF£s3EaS b < nA F N N N n N y OO y V �? •A q Je �(Nn ,pm.P X3�Pt�y V n'$NNP OVVt Li�m•Up Z'i ySy W� N b tli N$ W AOA .Fi .O V A O W P �Sp'Ci� O 9 Vii tyi � W O pO�yV r O P N N « N « �$m$•'a"L'v W $`d��$��d .`]g$�HE°N° $$`ul$$�in « « N O ,�I � $ S o .CS• •_^d .P'n �po� $ �' H v � S 1NJ (�p p��aN'. �`dp' Lo ��,�y' ��y p� p9� ��p" (r�P.' ,'CN",d' V 'V mei U V � W' � ..Ai � N O' � V V $ m p•' a N .wN- � �¢ N `.d 6 P tl 8888888 $$G$°: L"9 .A.�S•$L"$"�' ww:i�H�.P, � , G�ttltnni ��v.�n S,tCr, i3� E , Y�Y�pp���1�1.��6�6s•�•YY O�N W A�O WS ,�.'TeT ,y V Ptn iP W N� N m a N •ORH �r��pp'rr'N�.N,.yAyis�mam' V W W N V �P ' i a a « �C. X��din jbF�dl �•`I '� •,'foo OOSSS; � $SEs �'�b' $. � C m N A tY r� V r p• .p � w M « N ppyy N N a M « N « a a N a a a a n N M N N yN• P W P V 6 �D yri R< M N « N N N [f g C ave � ,� ,��$�� ,y•,�tia u• « N N « i, y N N e N N « H $ No $��$. ym •o r - yo,� n aP„,. aa> � � �»wwww� �Nti -- -NN nnnnnnn e X e e P e X X e e e e e X e e n, N u N U � » �• � 5 5 5 5 5 5 5 nnnnnnn wy k C k C C C q p5 666666 6666606----66-------.X�-- 55� 555'555 555'5'5- ,R 5 55'55 a""55555 H x Xx x x x x �i X �� Nx_x•rr 5 F Y � e xF���FR XfRCFFFT> � 6 0 w « « a 3n a a a a 3n Ntm`Bamn N 9�m8 '"N Eg > �bg9 y $ eW �� 8U8C; `N'S 2g6l5 .�m',8 >N 8'g���N25m�8 $m�mS&�. C;8 29 S�NPE8 $88$$$8 $$88$88 >t4��aS� 3 s «waa«a ��-goN'4'4 SSG �g�ls 8� R e B - gam 8rm N5? SNffi�a�S NP88�vP 88888815 �$6$8�6 � i588'g'68$'��PQ8 �8 y8�iK8N> ��=ffi�88 �gNP�S:� 8888888 $888888 8988888 S�8�ffi�8 &g�ffiu"B��gN88g8 u'88C�B 88$88888888888 ms �m w » w w a » 3n �N8 r yP'>��Po n'm ems^'% S;8 $G�S'8- v"a G8 t N"3 » « w « « a a k k 1 1 pZ S The proposal will be objectively evaluated based on criteria that may include, but is not limited to, the following factors without preference of one factor over another: PROPOSER'S QUALIFICATIONS ♦ General Experience - Demonstrated experience providing similar services, including diversion programs, to other jurisdictions, and experience of key personnel. ♦ Jurisdiction Satisfaction - Satisfaction of proposer references with services received, including but not limited to, implementation, customer service, and reporting. ♦ Public Education - Proposer's public education experience and demonstrated approaches to achieving the AB 939 diversion goals. TECHNICAL QUALIFICATIONS ♦ Waste Diversion - Innovative programs to maximize waste diversion at a reasonable cost. ♦ Implementation Plan - Reasonableness of implementation schedule and ability to meet deadlines (i.e., equipment procurement schedules, personnel available, and notice to customers), ability and resources to manage a service transition. ♦ Operations - Reasonableness of assumptions (e.g., number of routes). EXCEPTIONS TO THE TERMS AND CONDITIONS ♦ Exceptions to the RFP and draft Franchise Agreement(s) - Number and nature of the exceptions. FINANCIAL RESOURCES ♦ Financing -Evidence that financing requirements will be fulfilled. ♦ Financial Stability - Comparison of additional revenue from contract to company's current revenue stream, liquidity of proposer based on its ratio of liabilities to assets. ♦ Insurance - Demonstrated ability of proposer to obtain adequate insurance. COSTS ♦ Cost of service (rates) - Cost competitiveness relative to other proposals and other similar types of services in other jurisdictions. ♦ Reasonableness of costs - Logically consistent relationship between costs and operational assumptions. March 17, 2003 -27- City of Santa Clarita AWARD To be considered, proposals must be responsive (complete in all material respects). The franchises will be awarded to the proposals that offer the greatest value to the City within the budgetary limitations. The City, however, reserves the right to reject any or all proposals, to accept or reject any one or more items of a proposal, or to waive any minor irregularities or informalities in the proposal. It is anticipated that all services will be purchased. However, the City reserves the right to change such service descriptions prior to award. March 17, 2003 -28- City of Santa Clahta PROPOSED TIMELINE FOR THE FINALIZATION OF RESIDENTIAL AND COMMERCIAL FRANCHISE AGREEMENTS June 24, 2003 Council Meeting to Discuss Staff's Recommendation to Finalize Agreements with Three Haulers June 25, 2003 Send Interview Letters to Three Proposers Selected for Negotiations July 8, 2003 Interviews with Three Proposers July 10, 2003 Send Clarification Letters on Unclear Proposal Terms and Solicit Final Terms for Specific Items (e.g. rate freeze period, contract exceptions, etc.) July 22, 2003 Proposers Submit Clarification Letters and Final Terms to the Council July 31, 2003 Ad Hoc Committee Meeting to Discuss Staff's Progress August 1, 2003 Hilton Farnkopf & Hobson Updates Agreements to Reflect Clarified/Final Terms and Provides to Proposers August 2 - 10, 2003 Final Negotiations of Contracts August 12, 2003 Receive Final, Signed Contracts from the Proposers August 19, 2003 Special Study Session to Discuss Final Agreements August 26, 2003 City Council Meeting to Discuss and Award Final Agreements August 27, 2003 Staff to Commence Coordinating New Programs with New Haulers September 8, 2003 Ad Hoc Committee Meeting to Discuss Plan and Progress to Roll Out New Services TL:BAL S:\FIELDSVCS\ENVSRVCS\SOLWAST2\FRANCHIS\RFPWegotiations Timeline.doc