STRATEGIC PLANNING AND CONSULTANT SELECTION ASSISTANCE TECHNICAL ASSISTANCE TO THE CITY OF BURLINGTON, VERMONT U.S. ENVIRONMENTAL PROTECTION AGENCY REGION 1 JOHN F. KENNEDY FEDERAL BUILDING • BOSTON, MA. 02203 ------- STRATEGIC Pt ANN INC AND CONSULTANT SELECT ION ASSISTANCE TECHNICAL ASSISTANCE TO THE CITY OF BURLINGTON, VERMONT Prepared for: THE ENVIRONMENTAL PROTECTION AGENCY Region I John F. Kennedy Building Boston, Massachusetts 02203 Prepared By: GORDIAN ASSOCIATES INCORPORATED 1.919 Pennsylvania Avenue, M.W. Suite 405 washington, D.C. 20006 (202) 828—7300 August, 1979 ------- Public Law 94—580 — Oct. 21, 1976 RESOURCE RECOVERY AND CONSERVATION PANELS Sec. 2003. The Administrator shall provide teams of personnal, including Federal, State, and local employees or contractors (herein- after referred to as “Resource Conservation and Recovery Panels”) to provide Federal States and local governments upon request with technical assistance on solid waste management, resource recovery, and resource conservation. Such teams shall include technical, marketing, financial, and institutional specialists, and the services of such teams shall be provided without charge to States or local governments. This report has been reviewed by the Region I EPA Technical Assistance Project Officer, and approved for publication. Approval does not signify that the contents necessarily reflect the views and policies of the Environmental Protection Agency, nor does mention of trade names or commer— cia ] . products constitute endorsement or recommendation for use. EPA Region I Project Manager: Conrad 0. Desrosiers ------- PEE PACE This report presents a brief overview of the U.S. EPA Region I “Panels” Team’s technical assistance efforts for the City of Burling- ton, Vermont. The assistance provided Burlington with strategic direc- tion, an implementation plan, and procedures for selecting a consultant to conduct an in—depth feasibility study for a new solid waste manage- ment system for the City, incorporating both a sanitary landfill and resource recovery. The body of the report outlines the events transpiring from November, 1978, when the technical assistance efforts began, to August, 1979, when the City—consultant contract was made ready for signature. The attachments provide working documents as well as discussions of the project’s philosophy and strategy. The consultant selection procedure and the documentation necessary to accomplish selection are also in- cluded. They should be particularly useful to groups considering sim- ilar efforts. ------- CHRONOLOGY OF EVENTS November : Phase I site visit. Phase I site visit Report submitted by Gordian. December : Directive of Work for Phase II issued. Scope of Work for Technical Asistance to the City of Burlington finalized. January : Draft Implementation Plan submitted by Gordian. RFP prepared with Gordian ’s assistance. February : Announcement of RFP. March : Proposal Evaluation Methodology submitted by Gordian. Deadline for receipt of consultant proposals. April: May: June : Consultant selected. July : Contract finalized. August : Phase II Final Report submitted by Cordian. ------- ACKNOWLEDGEMENTS The following people were active participants in Burlington’s Technical Assistance Team established by the U.S. Environmental Pro— tectiori Agency. City of Burlington, Vermont James Ogden, Superintendent, Department of Streets William Rockwell, Department of Streets Vermont Agency for Environmental Conservation Andre’ Rouleau Alan Fillip •United States Environmental Protection Agency Ira Leighton, Region I Conrad Desrosiers, Region I Gordian Associates Incorporated Harvey Gershman Richard Baldwin Dick Richards ------- TABLE OF CONTENTS Preface Chronology of Events Acknowledgements Table of Contents Burlington, Vermont Phase II Final Report 1 Introduction 1 velopment of an Implementation Plan 2 velopment of an R}T 2 Selection of a Consultant 3 Contract Negotiations 4 Concluding Remarks 5 ATTACBIIENTS A. Memo: Harvey Gershman, Gordian Associates to Conrad srosiers and Ira Leighton, EPA Region I, Nov. 17, 1978 B. Scope of Work, Burlington, Vermont Technical Assistance C. Draft Implementation Plan —— Burlington Solid Waste llanagement/Rssource Recovery Project D. Request for Proposal for Feasibility Study of Solid Waste Management Alternatives — Burlington, Vermont E. List of Proposals Received with Respective Subcontractors F. Evaluations of Proposals for Feasibility Study of Solid Waste Management Alternatives —— Burlington, Vermont G. Questions Re: Feasibility Study of Solid Waste Management H. Agreement Between City of Burlington and William F. Cosulich Associates, P.C. for Professional Services I. Letter from James K. Ogden, City of Burlington to Conrad 0. Desrosiers, EPA Region I, August 2, 1979 ------- BURLINGTON VERMONT PHASE II FINAL REPORT INTRO WCTION The City of Burlington, Vermont is undertaking the implementation of a resource recovery system in order to realize a significant reduc— 1n its landfilflng requirements. Burlington’s current landfill site is located in a flood plain area; thus, serious environmental. problems make alternative approaches to solid waste disposal desirable. The electorate has approved a $65 million bond issue which includes $10 million for this project. After the completion of an engineering con- sultant’s study of resource recovery, the City was unsure as to how it should proceed and requested assistance through the EPA Region I Tech— n.ical Assistance Panels program. Gordian personnel. conducted a Phase I site visit, during which a meeting was held with City officials and representatives of. EPA Re- gion I (Conrad Desrosiers) and the Vermont Agency for Environmental Protection (Andrew Rouleau and A]. Fillip) in order to determine the nature of assistance that Gordian should provide. The Phase I Site Visit Report outlined a suggested approach for providing the necessary assistance. This document is included as Attachment A. The Scope of Work for Phase II technical assistance was developed at subsequent meetings with the City, EPA Region I and the Vermont Agency for Environmental Protection (AEP) on January 3 and 4, 1979. The following tasks, to be accomplished by Gordian, were: development of an implementation plan; development of an R.FP (including a scope of work) for the services of an engineering consultant to perform a detailed feasibility study; development of a methodology for selecting a consultant to perform this study; documentation of technical support provided; and performance of other tasks as directed by EPA. The Phase II Scope of Work is included as Attachment B. ------- 2 DEVELOPMENT OF AN U PLEMENTATION PLAN The purpose of the Implementation Plan was to set out a step—by— step procedure to carry the City of Burlington through each stage in studying and planning a solid waste resource recovery system. If a system is shown to be technically and economically feasible, then the Implementation Plan will serve as a guide to its successful completion. The Plan contains four elements: • a statement of goals; • a listing of steps to achieve these goals; • a schedule for steps to be taken and key decisions to to be made; and • an estimate of expected costs to the City. One feature of the Plan is a “dynamic” approach to the planning pro— cess. At the completion of each step, it calls for the City to rede- fine its goals and review the steps and decisions required to reach them. Gordian assisted the City of Burlington in defining the goals to be achieved, and included a statement of these goals in the Imp lemen— tation Plan. The Plan was then presented to the City’s elected off i— cials by City staff, serving as a means to explain the staff’s plans for proceeding with the project in an orderly manner. As the next step in procuring a resource recovery project in Burlington was the selection of an engineering consultant to perform the feasibility study, the remainder of the Plan deals primarily with the preparation of an RIP and scope of services to be performed by the consultant. The draft Implementation Plan is included as Attach- ment C. DEVELOPMENT OF AN RIP The nature of the request for proposals (RIP) issued for a feasi- bility study of resource recovery can have considerable impact on the selection of the consultant and thus the quality of the final study. It is important that the RIP be written to give the respondents a clear idea of what is expected in the proposal; therefore, specific instruc- tions as to its format and content are highly desirable. A well— conceived RIP will attract a larger number of quality proposals, and will simplify the evaluation process since each proposal will address the same topics. It will also assist the proposers in providing an accurate estimate of the cost to perform the work envisioned by the City. ------- 3 Gordian assisted the City in developing the RIP, concentrating primarily on the scope of services to be provided to ensure that no major work item was omitted. The document also provided an indication of the budget deemed appropriate to accomplish the required efforts. It divided the Feasibility Study work into three areas: engineering related, management/institutional related, and joint efforts. This was done to encourage consultant firms to form teams in order to provide broader skills and capabilities than are usually found in an individual consulting firm. A sample consultant’s contract was included, devel- oped from a consultant contract for another ongoing city effort. The contract was included so that respondents would be apprised of the terms and conditions the City would require and to save the City pro- cessing time by providing a contract that was familiar to the City’s legal counsel. The resulting RIP (see Attachment D) poses the ques- tions that must be answered by the feasibility study in order for the City to make the correct decision on whether to implement resource re- covery, and, if so, what kind of system to select. • SELECTION OF A CONSULTANT The City received 19 proposals in response to its RIP. A list of the firms that made submissions and their subcontractors is shown in Attachment E. Gordian assisted the City of Burlington in the selection of a con- sultant by developing a methodology for objectively evaluating the pro- posals. This methodology allowed the City to judge the bidding firms’ proposals on experience and their ability to perform the work described in the RIP. In addition, it provides a record of the selection process in case unsuccessful proposers challenge the final choice of the con- sultant. The methodology employed has three steps: I. Preliminary Screening and Elimination — to eliminate the least— qualified proposals. II. In-Depth Evaluation — to select firms for interviews on the basis of their firm/personnel qualifications and their work plans. III. Interviews — to assist the City staff in making their final selection. The evaluation methodology is included as Attachment F. Following the completion of Step II, Gordian assisted the City during the consultant selection process by identifying areas in the proposals that required clarification prior to the interviews and sug- gesting questions that should be asked of the proposers during the in- terviews. Cordian identified the following key points on which each proposal should be evaluated: ------- 4 • work approach for refuse weighing, • work approach for landfill analysis, • suitability of staff for management and institutional analysis, • experience of project manager, and • firm’s previous relevant experience. In response to this, the City developed a list of key questions which were used to generate discussion during the interviews with the final- ists. This list of questions is included as Attachment C. Three firms were selected for the Step III interviews: • William F. Cosulich Associates, with — Paine, Webber, Jackson, Curtis — Environmental Laboratories Inc., • Metcalf and Eddy, with — Knight Consulting Engineers, Inc. — Bache, Halsey, Stuart, Shields, Inc., and • Saunders & Thomas, Inc., with — D. bois & King, Inc. At the conclusion of the Step III interviews, the City staff still felt somewhat uncertain about the responses and staffing proposed by two of the three finalists. As a result, further conversations, and in one case an additional interview, were held to obtain adequate answers to the City staff’s concerns. As a result, the City of Burlington chose William F. Cosulich Associates, Inc. as the prime consultant to perform the feasibility study. The subcontractors in the Cosulich team were included to perform the institutional, management, and laboratory analyses. CONTRACT NEGOTIATIONS The City of Burlington consulted Gordian during the negotiation of its contract with William F. Cosulich Associates. The following were the chief benefits of Cordian’s advice: assurance that the contract is fair and will provide good value to the City; ------- 5 • assurance that the contract contains no omissions or oversights; and • advice on what the City can reasonably demand of its consultant. Gordian also assisted in modifying the work plan as proposed by William F. Cosulich Associates to include some additional. tasks and to clarify others. A copy of the contract document is included as Attachment H. CONCLUDING REMARKS The usefulness of the EPA Solid Waste Technical Assistance Panels Program has been demonstrated through Gordian’s Phase II assistance to the City of Burlington. This aid has enabled Burlington to move ahead in planning a resource recovery system in a forthright and timely man- ner. The assurance and direction that can be provided to local govern— ments through the Panels Program will ease the implementation of energy and/or materials recovery projects throughout the nation and greatly increase their chances of success. A letter received from a City of- ficial (Attachment I) illustrates the staff’s confidence in the Panels’ approach. ------- ATrA 4ENT A ------- MEMO TO: Conrad DesrosierS, EPA Region 1 Ira Leighton, EPA Region 1 FROM: Harvey W. Gershman, Gordian Associates DATE: November 17, 1978 RE: Burlington, Vermont Phase I Site Visit (Gordian P/N 1143—7) Background In response to a request to perform a Phase 1 initial site visit in response to a.request from the City of Burlington, Vermont, Gordian attended a meet- ing in Burlington on November 15, 1978. Burlington has high interest in implementing a starved—air steam/heat resource recovery system. A site and bond issue ($10 million) have been approved. Interest from an energy user is also present. Burlington has requested assistance in preparing an scope of services for a consultant to undertake a preliminary feasibility study. Meeting in Burlington In Attendance: City of Burlington: Jim Ogden (Streets), Bob Young (Electric) State of Vermont: Andy Rouleau, Al Fillip EPA Region 1: Conrad Desrosiers Gordian: Harvey Gershman The discussion provided background as to the status of Burlington plans for resource recovery. Both studies by a consultant and an HEW IEUS effort provide useful background for future work. However, new information needs to be obtained to analyze the combustion approach under consideration. There- fore, the City has decided to have a consultant perform a preliminary feasi- bility study to determine whether the project should proceed. Funding for the study would come from bond anticipatory notes. (The City has referendum approval for $10 million to undertake the project.) Some thought was given to applying for Urban Grant funding. But due to timeframe considerations, the City has decided not to apply.* * Telephone conversation 11/16/78 with J. Ogden. ------- —2— The City expressed an interest and need for technical assistance to help them get the consultant study scoped properly. Recomendation for Phase 2 Assistance Having funding and a site already approved for the project provides two large hurdles already overcome. Key City staff in both the Streets and Electric departments have a very positive attitude toward the project, but want to make sure. the future Study efforts are properly structured to assure maining- ful outputs. Phase 2 assistance is therefore recommended to assist the City to develop a scope of work, select and contract with a consulting firm and review consultant outputs during the course of their study. ------- AITA EL1ENT B ------- Contract No. 68—01—4940 Page 1 of 2 DOW No. 4 January 2, 1979 ATTACHMENT SCOPE OF WORK Burlington, Vermon Technical Assistance BACKGROUND The City of Burlington, Vermont is ur dertakiflg the implementation of a starved—air combustion steam/heat resource recovery system to significantly reduce landfilling requirements. Their current landfill site is located in a flood plain area. Serious environ- mental problems make alternative approaches to solid waste dis- posal desirable. Voter approval of a $10 million bond for the project has passed. Additionally, a site adjacent to a new wood— fired electric generating station (municipally owned and operated) has been secured for the project. A possible cogeneratiOn recovery approach therefore exists. The City needs to develpp an appropriate consultant sc ope of work and undertake a study to analyze the merits of the proposed proj- ect. This effort is designed to assist the City in delineating the events that require consideration in the future, developing a scope of work for the consultant effort, and developing a system for selection of the consultant. The Solid Waste Program of the Vermont AEC will have an active part on all aspects of the Bur- lington project. TASK 1 — DEVELOPMENT OF AN IMPLEMENTATION PLAN (40 person—hours) The Contractor shall assist the City in developing a plan to implE ment a refuse to energy facility. The Contractor shall address such issues as Project Goals, Areas of Study, Key Decisions and Outside Assistance Requirements for the planning and procurement stages of facility implementation. The Contractor shall develop a timetable showing the overall picture of the implementation pro- cess, i.e., where various inputs and decisions are due. TASK 2 — SCOPE OF WORK DEVELOPME (56 person—hours) The Contractor shall work closely with City staff in developing a scope of work for consultant services to perform a detailed feasibility study. Where possible, the Contractor shall provide examples of similar requests for consultant services. The Con- tractor shall also provide guidance on making qualified firms aware of the Cities needs. The City will be responsible for preparing the final scope of work and request for proposals. ------- Contract No. 68-01—4940 Page 2 of 2 DOW No. 4 January 2, 1979 TASK 3 — CONSULTANT SELECTION (40 person—hours) The Contractor shall assist the City in developing a checklist for the evaluation of prospective bidders for consultant services. During the consultant interview, proposal review, and contractor phases, the Contractor shall provide the City with oral guidance on procedural questions. The Contractor shall not be directly involved in the above phases, nor recommend which firm(s) the City should select. TASK 4 — DOCUMENTATION OF TECHNICAL ASSISTANCE PROVIDED (40 person—hours) At the conclusion of this project, the Contractor shall prepare a brief document describing the Technical Assistance provided. The document shall include how the Implementation Plan and Scope of Work for Consultant Services were developed, what were some of the typical key questions that needed to be answered, and lessons learned. The final Implementation Plan and Scope of Work shall be attached for reference. The Contractor shall provide camera ready copy. TASK 5 — OTHER (32 person—hours) The Contractor shall’ attend certain meetings at the direction of EPA. TIME SCHEDULE The tasks are to be accomplished according to the following guidelines. TASK COMPLETED BY 1 January 16, 1979 2 February 5, 1979 3 May 1, 1979 4 May 15, 1979 5 As Required Variations to the schedule will be made only by the EPA Project Officer. ------- ATTA E IENT C ------- DRAFT IMPLEMENTATION PLAN BURLINGTON SOLID WASTE MANAGEMENT/RESOURCE RECOVERY PROJECT Presented to: Streets Department City of Burlington, Vermont Jim-Ogden, Project Manager Presented by: Gordian Associates Incorporated 910 Seventeenth Street, N.W. Suite 917 Washington, D.C. 20008 January 9, 1979 ------- BACKGROUND This Draft Implementation Plan has been prepared for the City of Burl ington as a result of discussions among officials of the City and the Agency for Environmental Conservation, with assistance provided by EPA Region I through its “Technical Assistance Panels” program. Tech- nical assistance Is being provided to Burlington by Gordian Associates Inc., Panels contractor in EPA Region I. Personnel from Gordian have attended two meetings in Burlington, on November 15, 1978 and on January 3 and .4, 1979. The details of the Draft Plan as described herein were developed mainly during the latter meeting. Please note that this briefing document presents the Imple- mentation Plan as interpreted to date by Gordian Associates. As such, it is a draft document for review by the Streets Department and the Streets Comission. IMPLEMENTATION PLAN Definition and Purpose The purpose of this Implementation Plan is to set out a step-by- step procedure to carry the City of Burlington through each stage in studying and planning a solid waste resource recovery system. If such a system is shown to be technically and economically feasible, then the Implementation Plan will serve as a guide to its successful completion. ------- 2 The Plan contains the following four basic parts: - A statement of goals, — A listing of steps to achieve these goals, — A schedule of work steps to be taken and key decisions to be made, and — An estimate of expected costs to the City. More detail on these items is presented in the sections that follow. In addition, this review version of the Plan includes a description of the individual items recoimiended for study in the first work task of the Plan, the proposed feasibility analysis. Statement of Goals Several goals have been stated for the Implementation Plan, as follows: 1. Determine and implement a solid waste management method to meet at least the needs of Burlington. If feasible, waste from other comunities will also be included in the City’s system. 2. Select the least-cost, feasible solid waste disposal option, after comparing the two alternatives of land- fill vs. resource/energy recovery. 3. Make a “go/no—go” decision regarding an energy recovery system. 4. Develop specific reccrmiendations as to what to do next, after a decision has been made between landfill and energy recovery. ------- 3 Steps in the Implementation Plan The Plan is based on the following action steps to be undertaken either by the City or by consultants to the City. Because the City stands at the beginning of the implementation process, only the first few steps can be clearly described at this time. However, the Plan should be updated and made more specific at the conclusion of each major work item. Step Action to be Taken 1. Accept Implementation Plan; commit necessary funds for feasibility analysis . Because of the time re- quired to secure funding authorization and to se- lect a consultant, this step should be taken irn- mediately. 2. Issue a Request for Proposals (RFP) to conduct the feasibility analysis . A sumãry of the RFP items is included in this briefing document. Because the RFP will be a complex document, it should be prepared in rough form for review by the Commis- sion. Gordian is preparing such a draft at this time, for submission to the Streets Department by January 15, 1979. At present, it is planned that the RFP will be issued by February 1, with propo- sals returned to the City about March 9, 1979. 3. Review proposals, select and contract with a con- sultant . Allowing time for review and selection ------- 4 Step Action to be Taken to take place and a contract to be signed, this step should be completed by April 30, 1979. A number of specific suggestions have been made regarding the types of consulting assistance required by the City. These are summarized in the section describing the RFP. 4. Complete feasibility study, make a decision as to landfill or resource recovery . It is anticipated that the feasibility study will require about 3 to 4 months to complete. This step would be fin- ished prior to October, 1979. The results of the study will enable the City to decide whether land- fill or energy recovery is preferred. In addition, if resource recovery is recommended, the study will indicate the specific technology, the most feasible scale of operation, and a detailed pro- gram for system implementation. 5. Determine needs for next step; commit funds for detailed analysis . This step is virtually a re- peat of step 1, except that the immediate objective is to prepare a final design for the selected dis- posal method. - 6. Issue RFP for detailed study; select and contract with a consultant . Once again, this is a repeat of steps 2 and 3, except that the object is a final design. ------- 5 Schedule and Key Decisions At this time, the implementation schedule can be projected only through completion of the feasibility study. Decisions made at that point will determine the time requirements of subsequent steps. PRELIMINARY SCHEDULE Key Implementation Action Approximate Decision or Milestone Date Accept Initiate steps to commit January 9 Implementation funds Plan Draft REP delivered to January 15 Streets Department Briefing to Streets Corn— January 23 mission; RFP reviewed and finalized; pre-announce— ment made REP issued February 1 Proposal deadline March 9 Decide on Review proposals; set March 15 &16 “short list” “short list” proposers Interview “short list” March 20-28 Select Contractor selected April 1 contractor Sign contract; issue April 30 notice to proceed Feasibility study October ‘79 complete ------- 6 Estimated Cost to the City At this stage, only the rough costs of the feasibility study can be estimated. In our best judgement, the feasibility study can be ac- complished for $80,000 to $100,000. As each stage of the implementation process is completed, the cost of subsequent steps should be estimated. ------- 7 FEASIBILITY STUDY AND REQUEST FOR PROPOSALS The first major step in implementation is to arrange for a feasi- bility study of resource recovery vs. landfill. The following is a pre- liminary list of the work areas to be covered in the feasibility study. The list takes into account the data and analysis available through the two previous studies of resource recovery In Burlington.* .It also is based on the planning requirements set forth by EPA as part of the President’s Urban Grant Program, so that the City will be able to use the feasibility study as part of a future grant application is desired. Feasibility Study Work Areas Task 1. Update waste flow volume and composition studies for all three area landfills . This analysis will provide data on waste flow from all three area landfills. Important criteria include total weight; composition; daily, monthly, and seasonal flow variations; and combus- tibility. Projections would also be made of future waste flows. Since data are presently recorded as volume estimates, a method will have to be developed to convert to equivalent weights. Task 2. Develcp a strategy for receiving the required waste sup- ply (100 to 200 tons per day) . It is not necessary at this stage to enter into agreements for a steady flow of waste to the Burlington pro- ject. But this must be done before the project can be implemented. * Community Application of Integrated Energy/Utility Systems , National Bureau of Standards, ERDA, HEW, 1978. Burlington, Vermont Refuse—Wood Power Plant/Aguaculture/Greenhouse , Henningson Durham & Richardson, 1977. ------- 8 Thus, this task will look at the relative advantages of different forms of waste control. Task 3. Technology review . Considering the results of the HDR and I.E.U.S. studies, this review can be primarily restricted to starved- air (modular) combustion. However, a brief look should be given to other technologies appropriate to 200 TPD, including codisposal of refuse and sewage sludge. Task 4. Market Survey . Once again, the previous studies have iden- tified UVM and the Medical Center as primary markets for steam and hot water. However, a brief survey is in order to cover any other possibili- ties, such as codisposal and the use of steam to dry incoming wood chips for the proposed Burlington Light generating plant. Task 5. Review compatability with other waste reduction programs . An example of this is the State’s “bottle bill,” as well as any present or future efforts in local paper or metals recovery. Task 6. Analyze source separation as a part of the overall recovery approach . For paper, metals, used oil, batteries and other items, source separation may be attractive. The effect on waste composition and Btu value should be examined. Task 7. Evaluate environmental issues . All environmental studies, permits, etc. should be identified, as well as the work required to com- ply with them. Task 8. Evaluate alternative landfill needs . This work area must address two alternative possibilities: a) 100% landfill, no resource or energy recovery; and b) energy recovery with the interim need for ------- 9 landfill space through the implementation period and the long term need for bulky waste and residue disposal. Several subtasks would be involved: Subtask A . Determine the availability and suitability Of land for long term disposal of 100 TPD (no resource re- covery). Subtask B . Determine availability and suitability of land for long term disposal of bulky items and residue from re- source recovery. Subtask C . Develop an interim disposal plan for the next three or four years (during the implementation period). Task 9. Estimate project costs and benefits . The economics of landfill and resource recovery would be compared to see which is prefer- red on the basis of net dollar costs. Non-monetary environmental values (air and water pollution, energy issues) should also be considered. Task 10. Review alternative procurement methods . If resource re- covery is seen as more feasible, then a system can be purchased and con- structed by either having an architect-engineer design a system for city ownership and operation or by contracting with a system manufacturer to construct, shakedown, operate and even own the facility. These two approaches differ as to risk, cost, flexibility and ease of management. Task 11. Investigate alternative financing methods . This work item would not be extensive, since the City has authorized a $10.5 million bond issue. However, other financing methods exist and should be briefly compared.. ------- SECTION 10. ARBITRATION A].]. claims, disputes, and other matters in question between the parties to this AGREEMENT, arising out of, or relating to, this AGREEMENT or the breach thereof shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. Any arbitration is to be held in Burlington, Vermont, unless otherwise agreed upon by the parties. Notice of the damand for arbitration shall be made within a reasonable time after the claim, dispute, or other matter in question has arisen. Unless both parties agree, no other party may be joint in the arbitration. In no event shall the demand for arbitration be made after the time when institution of legal or equitable proceedings based on such claim, dispute, or other matter in question would be barred by the applicable statute of limita- tions. This agreement, so to arbitrate shall be specifically en- forceable under the prevailing arbitration law. The award rendered by the arbitrators shall be final and judgement may be entered upon it in any court having jurisdiction thereof. SECTION 11. GENERAL 11.]. This AGREEMENT represents the entire and. integrated AGREE- MENT between (city) and (firm) and supersedes all prior.. negotiations, representations or agreements, either written or oral. This AGREEMENT may be amended only by written instrument signed by both and 11.2 In the event any provisions of this AGREEMENT shall be held to be invalid and unenforceable, the remaining provisions shall be valid and binding upon the parties. One or more waivers by eithe’r party of any provision, term, condition or covenant shall not be construed by the other party as a - waiver of subsequent breach of the same by the other party. 11.3 (Firm) shall complete the various phases of the work within the time mutually agreed but it is agreed that (firm) is not responsible for delays oàcasioned by factors beyond its control; nor by factors which could not reasonable have been foreseen at the time this contract was prepared. This para- graph is subject to the provisions of Section 5 of this AGREEMENT. 11.4 (City), through its project representative, shall at all times have access to (firm’s) work under this AGREEMENT. (Firm) shall, as required, provide adequate facilities for such access. In respect to reimbursable billing under Section 4, a record of (firm’s) direct payroll expenses, cost for outside professional services, utilized under this AGREEMENT, and reimbursable expenses pertaining to this AGREEMENT shall be made available to (city) personnel in (firm’s) office upon reasonable notice at mutually conven- ient times. SECTION 12. NOTICES ------- 11 notice requests and authorizations provided ,for herein shall be in writing and shall be delivered or mailed, addressed as follows: To (city) City of Burlington To (firm) or addressed to either party at such other address as such party aha]J. hereafter furnish to the other party in writing. Each such notice, request, or authorization shall be deemed to have been duly given when so delivered, or mailed, when deposited in the mails, registered, postage paid. SECTION 13. GOVERNING LAW This Contract shall be governed by the laws of the State of Vermont. IN WITNESS WHEREOF, (city) and (firm) have caused this AGREEMENT to be signed as of the day and year first written above. By__________________ (f i rnt) By___________________ (city) ------- ArrAc rr E ------- V £% Z £a .L .1. V . J. 1- The SNC Group (S Inginaster & Breyez..Inc. , New York) 2- Charles T. Main, Inc. 3— William A. Cosulich Associates, P.C. Paine, Webber, Jackson, Curtis Environmental Laboratories Inc. (Mount Vernon, N.Y) 4— Sanders & Thomas, Inc. Dubois & King, Inc. (Randolph, VT) 5- The Mitre Corporation, MET! EK Division 6— Pennsylvania Engineering Corporation Raltech Lehman Brothers, Kuhn, Lorb, Inc. (New York) Sainuelson, Portnow, Lang & Miller, LTD (Burling on, Vt.) Wapora (Washington, D.C) 7- Metcalf & Eddy, Inc. Knight Consulting Engineers, Inc. (So. Burlington, Vt.) Bache, Halsey, Stuart, Shields, Inc. 9- Camp Dresser & McKee 9— E.J. Flynn Engineers, Inc. Ellers., Fanning, Oakley, Chester & Rice, Inc. (Memphis, TN.) Paine, Webber, Jackson, Curtis Price Waterhouse, Inc. (Seattle, WA.) Thermo Electron Corporation, Energy Div. (Waltham, MA.) 10- R.W. Beck & Associates 11- Barton, Brown, Clyde & Loguidice, P.C. Project Planning Associates Kenneth A. Taylor, Inc., Mechanical Contractor (Syracuse, NY) 12- Systems Technology Corporation Peat, Marwick, Mitchell & Co. (Pittsburgh, PA) Paine, Webber, Jackson, Curtis Desautels & Bergeron, Inc. (Burlington, VT) 13- RECON Systems, Inc. Stone & Webster Engineering Corp. Stone & Webster Managerne t Consultants, Inc. Wehran Engineering Corp. 14- CE Maguire, Inc. 15— Franklin Associates, LTD Black & Veatch ------- PROPOSALS RECEIVED- Page 2 16— Malcolm Pirnie, Inc. ECODATA, Inc. (New York) 17— Gannett Fleming Corddry & Carpenter, Inc. 18— SCS Engineers Paine, Webber, Jackson, Curtis Marshfield Engineering Services (Marshfield, VT) 19— Charles Veizy Associates, Inc. DSI Resource Systems Group, Inc. Paul L . Geiringer & Associates, Inc. ------- AT AC T P ------- GORDIAN ASSOCIATES INCORPORATED 9*0 SEvENTEENTH STREET. N. W. SUITE 917 WASHINGTON. D. C. 20006 (202) 4683990 March 14, 1979 Mr. James R. Ogden Superintendent of Streets P.O. Box 849 Burlington, Veri ont 05401 Dear Jim: Enclosed is a complete set of evaluation documents. We have provided enough copies for evaluating twenty proposals, with a review panel of seven persons. In addition, copies of the package have been forwarded to Andy Rouleau and Conrad Desrosiers. I hope that the procedure is clear. It is detailed in some respects, but in our experience a clear, detailed record of reviewIS a valuable document to have on. hand if questions are ever asked. If you have any questions, please contact me. Andy and Conrad are also standing by to offer their advice. Meanwhile, I am available to come to Burlington on several dates later in March, if this is desirable. Sincerely yours, Richard A. Baldwin cc: Andy Rouleau, Vermont AEC Conrad Desrosiers, EPA Region I enclosures RAB:ptm ------- EVALUATIONS OF PROPOSALS’ FOR FEASIBILITY STUDY OF SOLID WASTE MANAGEMENT ALTERNATIVES BURLINGTON, VERMONT Introduction The attached documents represent a procedure that can be used in reviewing proposals received by the Burlington Streets Department for the upcoming resource recovery feasibility study. The procedure was developed by Region I, U.S. EPA through Gordian Associates Inc. Gordian is EPA’s Technical Assistance contractor in Region I. In this capacity, Gordian has also provided assistance in developing the feasibility study Request for Proposal (RFP). The evaluation procedure is in effect a suggested framework for proposal review. It is based on a detailed, stepwise examination of each proposal, using the requirements of the RFP as a guide and incorporating the experience of Gordian Associates. Two points should be noted before the formal process of review begins: 1. The procedure is a suggestion only. Gordian has not seen the proposals received to date by the Streets Department, nor does their assistance task include the requirement to review the proposals. Therefore, the procedure may well have to be modified in some respects to suit the preferences of the review group. 2. Reviewing complex proposals is a time-consuming and occasionally tedious job. However, it is important to review each proposal against the same criteria and to maintain a full record of the process of ------- evaluation. The record is essential because un- successful proposers may ask to have the reviewers’ judgments explained to them. In this case, or in the event of an outright challenge, the detailed record is an indispensable item. It is Gordian’s hope that the procedure is self-exp.lanatory. We feel that if followed, it will provide the review group with a sound basis for selection of the best—qualified consultant team for the Feasibility Study. ------- PROCEDURE FOR PROPOSAL EVALUATION The procedures for this evaluation are based on looking into each proposal for information that was required explicitly in the Request for Proposal (RFP). If the information referred to by the evaluation procedures does not appear reasonably clearly in the proposal, this is an indication of a poorly prepared proposal and it should be evaluated accordingly. We strongly urge that each reviewer study the RFP prior to reviewing any proposals. In brief, the procedure calls for an evaluation of proposals in three steps: I. Preliminary Screening and Elimination The purpose of this step is to eliminate the least qualified proposals. A small number of proposals (6-10) from the most qualified firms/teams will be retained for Step II. The evaluation in Step I focuses on qualifications of the proposing firms and their personnel. II. In—Depth Evaluation Step II is designed to evaluate the 6 to 10 remaining proposals in detail on the basis of a) their firm/ personnel qualifications and b) their work plans. The output of this step will be a numerical ranking of these proposals, plus some qualitative data describing each proposal. Using this ranking finalists can be chosen for interviews. ------- III. Interviews The finalists are to be interviewed by the review board to determine, in conjunction with the detailed Step II evaluation, which firm is best able to perform the feasibility study for the City of Burlington. ------- I. PRELIMINARY SCREENING AND ELIMINATION In view of the number of proposals received for the feasibility study, it does not seem practical for each reviewer to look at all of the proposals in the preliminary screening. For this reason, Gordian suggests that the proposals be divided up among the reviewers so that the work load of each reviewer is manageable, but also in such a way that each proposal is evaluated by a minimum of three (3) persons. We also suggest, however, that one reviewer screen all of the proposals if the time is available. This person’s review would con- stitute a worthwhile “control” in the preliminary screening. The purpose 0 f the preliminary screening is primarily to eliminate the least qualified proposals. In Gordian’s experience, the qualifications of a firm and its personnel provide the best information on which to make an initial judgment of the probable performance of a firm on any given project. Thus the step I screening is based on these criteria. ------- Using the worksheets provided with this package, the reviewer should follow the procedures suggested below in reviewing experience and qualifications. Where required, rank the indicated criteria on a 0—3 scale (3 = excellent, 2 = good, 1 = fair, o = inadequate). The use of a numerical system is suggested as an aid to ranking each proposal relative to all others examined by the reviewers. 1. Letter of Transmittal . The letter of transmittal must contain certification that the bidder’s work plan can be accomplished within the resources allocated for the study ($80,000). If this certification is absent, the proposal is automatically disqualified according to the terms of the RFP. Record the answer on the worksheet. 2. Staffing and Manpower Allocation . Turn to section 2b of the proposal. Rate on the 0 to 3 scale the bidder’s allocation of staff to a) the Engineering Evaluation b) and the Management/Institutional components of the study. Record on worksheet Ratings should generally reflect the following considerations: • Sufficient numbers of staff - separate assignments could be made for project management; management of the two major task areas; field work; the technical engineering and cost estimating; the market study; and the financial analysis. ------- • Clarity of management relationships — if two or more firms are teamed does the proposed management structure appear to ensure control over work progress, budget and final products? • Separation of task areas — to a great degree, separate staff should be shown for the two work areas. This helps to ensure that neither the engineering or the management viewpoint is overly dominant. 3. Qualifications of Personnel. Read the resumes (section 3a) and study the job/personnel matrix (section 3b) and the suimiary of total manpower resources (section 3c). a) Rate (0-3) the qualifications of the engineering staff to carry out the Engineering Evaluation tasks. Staff should be familiar with: resource recovery (including energy and materials recovery, codisposal, source separation); landfill siting, design, and operation; environmental impact assessment; permit requirements; engineering economic analysis. Record on worksheet. b) Rate (0—3) the qualifications of the staff to carry out the Management/Institutional Analysis. Staff should be familiar with: market surveys; procurement; financing; procurement/contracting laws; legal issues associated with waste stream ownership. Record on worksheet. ------- 4. Experience of Firm(s ) Read section 4a, which should describe the firm(s) wofk history. a) Rate the engineering experience of the firm(s) .which would be applicable to performing the Engineering Evaluation. Obviously, the more relevant experience a firm has, the better its qualifications provided that the staff shown in the proposed actually worked on the prior projects listed. b) Rate the experience of the firm(s) which would be applicable to performing the Management! Institutional Analysis. 5. General Impressions . On the basis of information already read and that in sections 4b, 5 and 6 in the RFP, the reviewer should rate the proposal (0 to 3) according to his general impression of the firm(s) ability to perform the study. Neatness counts; a proposal that is carelessly prepared is a sign the work may not be carefully done. 6. Proposal Ranking . The reviewer should total the points scored for each proposal and arrange his proposals in order of merit and enter them on the Step I results sheet. 7. Selection for Step II . The top two choices of each reviewer will be selected automatically for Step II. If the total number selected falls short of the desired number for Step II evaluation, the reviewing comittee may select an appropriate number of third-ranked proposals by mutual agreement. ------- II. In-Depth Evaluation Step I should have reduced the number of proposals for further consideration to a manageable few. The Step II evaluation will consider the Firm Experience and Personnel Qualifications in greater detail as well as the. Work Plan. Using the Step II Evaluation Worksheet, each reviewer should rate all of the remaining proposals according to the following instructions. In addition, the reviewer should make any comments/observations regarding a proposal that he feels were not adequately addressed by the quantitative evaluation procedure. These comments should be entered on the Step II Coments sheet. The reviewer should also use this sheet to note any questions that he would like to ask the bidders should they be selected for interviews. (.1) Staffing and Manpower Allocation a) Rate (0—3) the allocation of manpower on the basis of the total number of man-hours provided and the proportion allocated to senior personnel. Gordian estimates that the total number of man-hours should range between 2500-3000 and that a minimum of 30% of these man-hours should be allocated to senior personnel. ------- b) Rate (0—3) the proposal according to its allocation of hours to the various tasks. Gordian considers a proper allocation to be: A. Engineering Evaluation: 55 — 70% B. Management/InSitutioflal Analysis: 15 — 25% C. Joint Tasks: 15 - 20% (2) Qualifications of Personnel Read the resumes (Section 3a), the job! personnel matrix (Section 3b) and the sun nary of total manpower resources (Section 3c). a) Rate the qualifications of the engineering staff to carry out the Engineering staff to carry out the Engineering Evaluation. Staff should be familiar* with: resource recovery (including energy and materials recovery, codisposal, source separation); landfill siting design, and operation; environmental impact assessment; permit requirements; engineering economic analysis. (0—3) * Preferably through direct experience in prior projects. ------- b) Rate the qualifications of the gaff to carry out the Management/Institutional Analysis. Staff should be familiar with:- market surveys; procurement; financing; procurement/contracting laws; legal issues associated with waste stream ownership. (0—3) c) Rate the qualification of the Project Manager. (0-3) d) Rate the qualifications of manager of the Engineering Evaluation. (Th.is person may be the Project Manager: if so, rate according to qualifications to lead Engineering Evaluation rather than on project management skills). (0—3) e) Rate the qualification of manager of Management/Institutional Analysis. (This person may be the Project Manager: if so, rate according to qualifications to lead this analysis rather than on project management skills). (0-3) 4. Experience of Firm(s ) Read section 4a which describes the firm(s) work history. a) Rate the engineering experience of the firm(s) which would be applicable to performing the Engineering Evaluation. (0-3) ------- b) Rate the experience of.the firm(s) which would be applicable to performing the Management/ Institutional Analysis. (0—3) c) Rate (0-3) the quality of the facilities available to firm. This should include consideration of: • laboratory facilities available to firm(s) for performing waste flow analysis; • availability of local offices and/or other facilities which will be useful in the feasibility study. 4. Statement of Financial Data of Firm(s ) Read Section 5 of proposal. Rate the financial condition of the firm(s). (0—3) B. Work Plan 1) Engineering Evaluation a) Task 1: Waste Generation Study • Permission and Insurance . Rate the awareness of the proposer regarding obtaining permission for entry onto landfill sites and insurance related to field staff working at landfill sites. (0—3) • Sampling . Rate the proposed technique for obtaining representative samples of solid waste. ------- • Volume Corwersions . Rate the methodology for conversion of landfill records and data from volume to weight. This methodology should make a distinction between packed and unpacked solid waste. • Waste flow projections . Rate the quality of data sources which will be used to project service area population and waste flow to 2005. Population projections are available from local planning agencies. f Solid Waste Analysis . Rate the comprehensiveness of solid waste composition analysis. This analysis should quantify: - gross composition (i.e. residential, comerical, construction debris, etc.); — Source of waste (i.e. contribution from each town); - specific composition (e.g. ferrous metals, aluminum, other non—ferrous metals, glass, paper, cardboard, plastics, combustibles, non-combustibles, etc.); - waste characteristics (e.g. moisture content; BT1J content). — seasonal variation. ------- b) Task 2: Technology Review Rate the response of the proposal to the aspects of the technology review indicated below. The proposal should not appear to favor any particular technology or product. O List of technologies . This should include: incineration; landfill; codisposal, composting (Do not rate this list by its length - many technologies that may be listed are not necessarily appropriate for 100-200 TPD). (0-3) • Codisposal . This should address co-composting and co —landfilling; as well as thermal methods of codisposal (RDF in multiple-hearth or fluid-bed furnaces; use of waste-derived steam for sludge drying). (0—3) • State and Federal Regulations . The proposal should portray an awareness of the planning and permit regulations of the State of Vermont and the U.S. EPA. (State experience should be rated favorably). (0-3) c) Task 3. Compatibility with Waste Reduction and or Source Separation Rate proposal according to familiarity with subject area indicated in response. A good proposal will show awareness 0 f the potential for other efforts to reduce the viability of a heat recovery scheme. Should be familiar with any current local or state efforts. (0-3) ------- d) Task 4: Environmental Issues Rate proposal according to familiarity with subject area indicated in response. The proposal should address such issues as: groundwater pollution from landfill operations; air pollution control; aethetics; site planning issues; right—of-way for steam line and environmental impact statement preparation. (0-3) e) Task 5: Evaluate Landfill Needs (0-3) Rate according to quality of response. Response should include: • methodology for locating potential landfill sites; • methodology for estimating landfill size (area) and life; • discussion of implications of RCRA (Resource Conservation and Recovery Act of 1976) on landfill disposal. f) Task 6: Estimate Project Costs and Benefits (0-3) Rate according to qualify of response. Response should include: • a discussion of separate cost items to be estimated; • a discussion of criteria for feasibility; • i.nput from financial analysis and market study. ------- 3) Management/Institutional Analysis a) Task 1: Securing Waste Stream (0—3) Rate proposal according to familiarity with subject area. Problems can arise in dealing with landfill operators; other communi ties, private haulers, limits on municipal- authority, etc. Proposer should be aware of recent court action in this area, such as the Akron case. Methods of control include: • declaring municipal ownership of waste; • controlling disposal by permit authority; • control by financial incentives (lower tipping fee). Proposer should appear to know how to select the best approach and how to implement it. b) Task 2: Market Survey (0—3) Rate according to quality of response. Response should include discussion of: • problems of coordinating energy recovery with the Burlington Electric Department’s wood-fired generation plant; • contract provisions for agreement with energy users; e technical requirements of steam users; ------- • the merits of hot water as compared to steam; • seasonality of demand. c) Task 3. Procurement Methods (0—3) Rate according to quality of response. Response should discuss advantages/ disadvantages associated with alternative procurement methods. • methods include “A_E”*, “Turnkey” and “Full Service”; • Should not appear to favor any method. d) Task 4. Financing Methods (0-3) Rate according to quality of discussion regarding alternative financing methods. Proposer should be aware that Burlington may wish to use this feasibility study to apply for a Phase II Urban Grant from EPA. (This was not mentioned in the RFP. If the proposal includes this idea, it should be rated as a plus). e) Task 5. Review Contracting/Financing Laws (0—3) Rate according to quality of response regarding potential legal barriers that would hinder the implementation of resource/energy recovery. Proposer should be familiar with such items as: • limitations to Burlington’s authority to enter into longterm agreements; * A—E refers to architect-engineer, meaning that the facility would be designed by an engineering firm and assembled on site using equipment from various manufacturers. ------- • limits of municipal authority in controlling waste stream (see 3(a) above); • potential legal issues in diverting flow from private landfills; • potential legal issues in dealing with private haulers. Step II Rankings Each reviewer should add up the points for Section A (Firm/Personnel Qualifications) and Section B (Work Plan) separately and enter the two scores into the Step II Reviewer Worksheet. In order to weight the total Step II score in favor the Firm/Personnel Qualifications (which Gordian believes to be the best indicator of a firm’s ability), the score for Section A should be multiplied by 3. The reviewer’s Step II score is obtained by adding the adjusted score for Section A to that of Section B. Each viewer’s totals should be tabulated on the Step II Results Worksheet and the scores added for each proposal. The sum of each reviewer’s total score should be used to rank the proposals according to merit. The proposals should then be entered onto the Step II Evaluation Results Worksheet according to rank. The Review Board will discuss the comments on each reviewer’s Step II comments sheet and may decide to make comments (in the column provided) on the distinguishing characteristic(s) a proposal which they feel should be taken into consideration in selecting the Finalists. ------- III. Interviews The purpose of the interviews is to provide an opportunity for the Review Board to make a first-hand assessment of the ability of each finalist, and, also, to ask any questions that are needed to expand or clarify the proposal. The Reviewers should use the Interview Review Worksheets to make comments on each of the finalists regarding the criteria indicated. The Reviewer should then rank the finalists by merit on the basis of the interview. The results of the Presentation Review should be recorded on the Interview Evaluation Results Worksheet. Each finalist is awarded points for the ranking of each reviewer (i.e. where there are 3 finalists the following points would be awarded: 3 points for each first-place ranking, 2 points for each second-place ranking, and 1 point for each third-place ranking). The finalists can be ranked by their point totals. IV. Selection of Winning Proposal The methodology presented here will produce two sets of rankings: one on the merits of the proposals and the other on the interviews. Also, it will result in a number of comments on each of the finalists regarding their ability and suitability to perform the Feasibility Study. Gordian feels that this informa.tion should be sufficient for the Review Board in order to select the best proposal from the finalists. ------- PROPOSAL NAME OF REV JEWER STEP I EVALUATION WORKSHEET* 1) Letter of Transmittal: Certification regarding budget (yes/no): 2) Staffing and Manpower Allocation a) Engineering Evaluation (0—3) b) Management/Institutional Analysis (0—3) 3) Qualifications of Personnel a) Qualifications of Staff for Engineering Evaluation (0—3) b) Qualifications of Staff for Management/ Institutional Analysis (0-3) 4) Experience of Firm(s) a) Engineering Experience (0-3) b) Management/Institutional Experience (0-3) 5) General Impressions (0—3) TOTAL . . . * See text of instructions for guidance regarding what to look for under each heading. ------- STEP I RESULTS NAME OF REVIEWER RANK PROPOSAL - ------- PROPOSAL NAME OF REVIEWER STEP II EVALUATION WORKSHEET* A. Firm/Personnel Qualifications 1) Staffing and Manpower Allocation a) Total Man—Hours/Allocation of Senior Staff (0—3) b) Manpower Allocation to Tasks (0-3) 2) Qualifications of Personnel a) Qualifications of Engineering Evaluation Staff(O—3) b) Qualifications of Management/Institutional AnalysisStaff(O-3) c) Qualifications of Project Manager (0-3) . d) Qualifications of Manager of Engineering Evaluation (0—3) . e) Qualifications of Manager of Management/ Institutional Analysis (0-3) 3) Experience of Firm(s ) a) Engineering experience of firm(s) (0-3) . . b) Management/Insti tutional experience of firm(s) (0—3) . . c) Quality of Facilities (0-3) 4) Statement 0 f Financial Data of Finn(s)(O-3) . . . Section A TOTAL: * See text of instructions for guidance regarding what to look for under each heading. ------- 2 B. Work Plan 1) Engineering Evaluation a) Task 1: Waste Generation Study • Permission and Insurance (0—3) • Sampling (0—3) - . Volume Conversion (0-3) • Waste Flow Projections (0—3) . . • Solid Waste Analysis (0-3) b) Task 2: Technology Review • List of technologies (0-3) • Codisposal (0-3) • State and Federal Regulations (0-3) . c) Task 3: Compatibility with Waste Reduction and/or Source Separation (0-3) d) Task 4: Environmental Issues (0-3) e) Task 5: Evaluate Landfill Needs (0-3) . . f) Task 6: Estimate Project Cost and Benefits (0-3) 2) Management/Institutional Analysis a) Task 1: Securing Waste Stream (0—3) . . . . . b) Task 2: Market Survey (0—3) c) Task 3: Procurement Methods (0-3) d) Task 4: Financing Methods (0—3) e) Task 5: Review Contracting/Financing Laws (0-3) Section B TOTAL: ------- STEP II COMMENTS COMMENTS NAME OF REVIEWER ------- NAME OF REVIEWER STEP II REVIEWER WORKSHEET SCORE FOR ADJUSTED SCORE FOR TOTAL SCORE FOR PROPOSAL SECTION (a) A* SECTION A* (3 x a) SECTION (b) B** SCORE (a + b) * Firm/Personnel Qualifications ** Work Plan ------- STEP 11 RESULTS WORKSHEET INDIVIDUAL REVIEWER TOTALS TOTAL RANK. SCORE SAL 1 — ------- STEP II EVALUATION RESULTS RANK PROPOSAL COMMENTS INTERVIEW I 2 — 3 4 5 6 7 8 9 10 ------- PROPOSAL NAME OF REVIEWER INTERVIEW WORKSHEET REVIEW CATEGORI ES COMMENTS QUALITY OF PRESENTATION STAFF EXPERIENCE AND CAPABILITI ES. LOGIC OF WORK PLAN/APPROACH BELIEVABILITY OF PRES ENTERS ------- ATTA EMENT G ------- QUESTIONS — RE: FEASIBILITY STUDY O SOLID WASTE 1 EMEIT 1. WOULD YOU PLEASE ELABORATE ON YOUR FIRMS EXPERIENCE PE GARDING THE INSTALLATION AND OPERATION OF SMALL. . MODWLAR IINCINERATOR SYSTEMS, COMMENTING ON THE MAJOR PROBLEMS YOU HAVE ENCOUNTERED AND POSSI-BLE INNOVATIVE SOLUTIO APPLIED? 2. REGARDING SMALL MODULAR INCINERATOR SYSTEMS: A. WHAT ARE YOUR VIEWS ON THE USE OF STEAM VERSUS HOT WATER AS THE FINAL FORM OF MARKETABLE ENERGY? MAJOR PROBLEMS ASSOCIATED WITH EACH? B. WHAT ARE YOUR VIEWS ON THE USE OF CONTINUOUS VERSUS BATCH FEED TYPE SYSTEMS? PROBLEMS ASSOCIATED WITH EACH? C. HAS YOUR EXPERIENCE WITH MODULAR INCINERATOR SYSTEMS SHO IN A PARTICULAR OPERATING TEMPERATURE RANGE TO BE PREFERABLE IN RELATION TO MINIMIZING 0 P. M COSTS AND PROBLEMS IN GENERAL? 3. WHAT TYPES OF “RESOURCE PEOPLE” DOES YOUR FIRM HAVE ACCESS TO FOR DEALING WITH SPECIAL PROBLEMS PARTICULAR TO SMALL INCINERATION SYSTEMS? ii. How MUCH EMPHASIS DO YOU FEEL SHOULD BE PLACED ON THE ITEM OF TECHNOLOGY REVIEW? (I.E. TIME 9 EFFORT IN- VOLVED IN THE RESEARCH OF DIFFERENT ENERGY PRODUCING SYSTEMS APPLICABLE TO BURLINGTON’S SITUATION) ------- 5. How MUCH EMPHASIS O YOU FEEL SHOULD BE PLACED ON THE WASTE QUANTITIES AND COMPOSITION ANALYSIS? (I.E. WEIGHING AND SAMPLING AT LOCAL LANDFILLS). WHA1, METHODS (TECHNIcWES) IN PARTICULAR HAVE YOU FOUND HELPFUL IN THE PAST IN ESTIMATING SEASONAL VARIATIONS AND POSSIBLE PECULIAR WASTE CHARACTERISTICS? f . IN LIGHT OF INFORMATION PRESENTED. IN THE 1q78 !1ATIONAL WASTE PROCESSING CONFERENCE (ENERGY CONSERVATION THROUGH WASTE UTILIZATION, SME SOLID WASTE DIVISION) REGARDING THE LARGE NUMBERS OF INCINERATING PROJECTS SHUT DOWN DUE TO POLLUTION DROBLEMS, WHAT ARE YOUR VIEWS REGARDING PROVISIONS FOR POLLUTION CONTROL ABOVE AND BEYOND DRESENT EPA STANDARDS? (MARGIN OF SAFETY?) 7. WHAT ARE YOUR VIEWS REGARDING PRIVATE VERSUS MUNICIPAL FINANCING OF PROJECTS OF THIS NATURE, ESPECIALLY IN RELATION TO THE LONGTERM 0 M OF THE FACILITY? PROBLEMS EXPERIENCED? HOW DEALT WITH? 8. HAVE YOU HAD EXPERIENCE DEALING WITH PROBLEMS RELATED TO COMMUNITY OPPOSITION TO SUCH PROJECTS? HOW WERE THEY HANDLED? HAVE YOU FOUND THE METHOD OF FINANCING HAS MUCH BEAR- ING ON PROBLEMS OF THIS TYPE? 9. WHAT ARE YOUR VIE IS ON PROVIDING “BACK-UP” SYSTEMS TO SUPPLY ENERGY TO MAJOR USERS DURING EMERGENCIES OR PERIODS OF INSUFFICIENT SOLID WASTE FLOWS? PROBLEMS INVOLVED? (FROM PAST EXPERIENCES?) ------- AXTA HMENT E ------- AGREEMENT BETWEEN CITY OF BURLINGTON AND WILLIAM F. COSULICH ASSOCIATES, P.C. FOR PROFESSIONAL SERVICES This AGREEMENT is made as of this __________day of_______ 1979 by and between the City of Burlington with offices at City Hall, Burlington, Vermont 05401, hereinafter called (City), and William F. Cosulich Associates, P.C., a pro- fessional corporation with offices at 100 Crossways Park west, Woodbury, New York 11797 hereinafter called (Firm). (City) proposes to perform a feasibility study hereinafter called (Study) and (City) desires (Firm) to perform certain professional services with respect to the (Study), al]. as more fully described hereinafter. SECTION 1. DESCRIPTION OF THE STUDY The scope of the project is as described in (City’s) Request For Proposal, attached as “Exhibit A” and made a part of this AGREEMENT. SECTION 2. (FIRM’S) RESPONSIBILITIES 2.1 (Firm) shall furnish Professional Services for the (Study) as described in Scope of Basic Contract Services attached as “Exhibit B” and made a part of this AGREEMENT. 2.2 (Firm) hereby designates Miro Dvirka as Principal • in charge and William C. Miller as Project Manager, to be fully responsible for the (Study) and to maintain regular contact with the (City) and its designated representatives. I’ —1— ------- 2.3 (Firm) shall staff the (Study) scope of services with such key personnel described under Staffing and Manpower Allocation Estimate, attached as “Exhibit C” and made a part of this AGREEMENT. In the event the (Firm) finds it necessary to substitute for any of the key personnel described under “Exhibit C” such substitute shall be an employee of equal qualifications. SECTION 3. (CITY’S) RESPONSIBILITIES (City) shall: 3.1 Provide all criteria and full information as to his requirements for the (Study). 3.2 Assist (Eirm) by placing at his disposal all avail- able information pertinent to the (Study) including previous reports and other data relating to the (Study). 3.3 Furnish (Firm) property boundary, R.O.W., topographi- cal and existing utility surveys; zoning and deed reports; and other existing data on file or con- sultations not provided under this AGREEMENT; all. of which (Firm) may rely upon in performing services under this AGREEMENT. 3.4 Designate in writing persons to act as (City’s) Representative and alternate with respect to the work to be performed under this AGREEMENT; and such person shall act asliai.son between (.City) and (Firm) and shall have complete author .ty to transmit in— structiC r.S, interpret and define (City’s) policies —2— ------- and decisions with respect to materials, equipment elements, and systems pertinent to the services covered by this AGREEMENT. 3 • 5 Give prompt written notice to (Firm) whenever (City) observes or otherwise becomes aware of any defect in the (Study). 3.6 Bear all costs incident to compliance with the re- quirements of this Section. SECTION 4. PAYMENT TO (FIRM) 4.]. The total contract price for the Scope of Basic Contract Services is a lump suns of EIGHTY THOUSAND Dollars. ($80,000.00). However, (City) shall pay (Firm) on the following basis: 4.1.1 Payment Schedule: A. ENGINEERING EVALUATION TASKS ____ _______ DESCRIPTION ______ VZRIFI ! bLID WASTE QUANTITIES AND CHARACTERIS- TICS LA COMPILATION AND ANALYSIS OF EXISTING DATA 13 COMPILATION AND ANALYSIS OF NEW DATA 1C DATA PRO .7ECT IONS ESTIMATE SOLID WASTE QUANTITIES AVAIL?BLE OUT- SIDE THE CITY TECHNOLOGY REVIEW 2A REVIEW AND EVALUATION OF PREVIOUS STUDIES 2B IDENTIFICATION OF MA3OR ENERGY MARKET NEEDS 2C INVENTORY AND ASSESSMENT OP APPLICABLE TECHNOLOGIES TASK SUBTASK 2. 2 AMOUNT $ 2,500.— 18 .500.— 1 ,000.— 1,000.—’ 1,500.— 2,000.— 2,500.— —3— I. ------- TASIC StJBTASE DESCRIPTION AMOUNT INVENTORY AND ASSESSMENT $1,000.- OP NON-APPLICABLE TECH- NOLOGIES 3 REVIEW PROGRAM COMPATIBILITY WITH OTHER WASTE REDUCTION MID/OR SOURCE SEPARATION PROGRAMS 3A ASSESS IMPACT OP STATE 1,000. - BEVERAGE CONTAINER DEPOSIT LAW 3B ASSESS IMPACT OF OTHER WASTE 1,000. REDUCTION AND/OR SOURCE SEPARATION STRATEGIES 4 EVALUATION OF ENVIRONMENTAL ISSUES 4A IDENTIFICATION OF REQUIRED 1,500.- PERMITS AND PROCEDURES 43 SUMMARY OF ENVIRONMENTAL 1,000.- ISSUES 4C .ASSESS IMPACT OF ENVIRONMENTAL 1,000.- ISSUES ON PROGRAM IMPLEMENTA TION 5 EVALUATION OF LANDP ILL REQUIRE- MENTS SA ASSESS EXISTING LANDFILLS 2,000.- WITHIN CITY SB IDENTIFY POTENTIAL LANDFILL 2,000.- SITES OUTSIDE CITY 5C IDENTIFY ALTERNATIVE LONG 1,500.- TERM LANDFILL NEEDS 5D IDENTIFY INTERIM LANDFILL 1,500.- NEEDS 6 COST/BENEFIT ANALYSIS 6A DEVELOP CAPITAL AND 2,000.- RECURRING COSTS FOR ALTERNATIVES 6B DEVELOP AND ASSESS NON— 1,000. ECONOMIC CONS IDERATIONS 6C ANALYSIS OF COST/BENEFIT 1,000.- ALTERNATIVES —4— I. ------- a. 1M1AGE i ’r/INsTITUTIoN EVALUATION TASKS TASK SUBTASK DESCRIPTION AMOUNT DEVELOPMENT OF WASTE SUPPLY STRATEGY 1A IDENTIFICATION OP SOLID WASTE $1,000.- HAULERS WITHIN REGION TO BE SERVED lB CHARACTERIZE VIABLE WASTE 500.- SUPPLY CONTROL TECHNIQUES 2 MARKET SURVEY 2A IDENTIFICATION AND ASSESSMENT 2,500.- OF POTENTIAL MARI TS 2B ASSESSMENT OP INTERACTION 1,000.- WITH BURLINGTON ELECTRIC DEPARTMENT 2C ASSESSMENT OF ECONOMIC IMPACT 500.- ON RESIDUE HAUL ALTERNATIVES 2D DETERMINE OPTIMUM RESOURCE 500.- RECOVERY STRATEGY 3 ‘IDENTIFICATION AND ASSESSMENT OF ALTERNATIVE PROCURVIENT METHODS 3A IDENTIFICATION AND ANALYSIS 500.- OP RISKS 3B QUANTIFICATION OF RISK COSTS 500.- 3C ASSESSMENT OF RISK ALLOCATION 500.- 3D EVALUATION SUMMARY OP RISKS 500.- 4 IDENTIFICATION AND ASSESSMENT OF ALTERNATIVE FINANCING METHODS 4A IDENTIFICATION OF ALTERNATIVE 500. - FINANCING METHODS 4B DEV OPMENT OP EVALUATIVE 500. - CRITERIA FOR OWNERSHIP AND OPE RAT ION ALTERNATIVES 4C IDENTIFICATION OF FINANCING 500. - RISKS 4D QUANTIFICATION OF COSTS FOR 500. - P INANC ING ALTERNATIVES 4E QUANTIFICATION OF TAX BENEFITS 500. - FOR FINANCING ALTERNATIVES —5— ! 1 ------- TASK SV3TASK DESCRIPTION AMOUNT 4? IDENTIFICATION OF INTERIM $ 500.— FINANCING METHODS 4G COz’ ILATION OF FINANCING 500.— METHODS UTILIZED ON OTHER RESOURCE RECOVERY PROJECTS 4B IDENTIFICATION 0? ALTERNA- 500. TIVE FINANCING METHODS CONTRACTUAL REQUIREMENTS 41 DEVELOPMENT OF FINANCING 500.- MODEL AND PLAN 4J TASK REPORT 1,000.- 5 REVIEW AND ASSESSMENT OF PROCTJBEMENT/CONTRACT INC LAWS 5A REVIEW AND ASSESSMENT OF 1,500.- APPLICABLE STATE LAWS SB IDENTIFICATION OF CITY’S 1,000.- LEGAL OBLIGATIONS 5C IDENTIFICATION OP POTENTIAL 500.- PROCUREMENT LEGAL CONSTRAINTS 5D IDENTIFICATION OF STRAGEGIES 500.- TO RESOLVE LEGAL CONSTRAINTS SE RANKING OP PROCUREMENT 500.- ALTERNATIVES C. JOINT TASKS TASK SUBTASK DESCRIPTION AMOUNT BRIEFINGS AND COORDINATION $7,000.- MEETINGS 2 DRAFT AND FINAL REPORTS 2A DRAFT FINAL REPORT 3,000. 2B DECISIONMAXER’S WORKSHOP 2.000. - 2C FINAL REPORT 2,000. 3 DEVELOP IMPLEMENTATION PLAN 2,000. - TOTAL BASIC SERVICES CONTRACT PRICE = $80,000.- 4.1.2 Total Contract Price, for Basic Contract Services is based upon the Scope of Basic Contract Services as outlined in “Exhibit B.” 4.1.3 Terms of payment for Basic Contract Services: 4.1.3.1 Every four weeks (firm shall furnish and deliver to (City) a statement in writing which sets forth the amount due to (Firm) from (City) for the services performed during a preceding four-week per .od . which amount is due and payable upon receipt. Such • statement shall set forth the percentage of work completed for each Subtask as contained under this Section of the AGREEMENT. —6— ------- 4.2- Additional Services 4.2.1 In the event the (City) determines t1 at it is nec- essary to engage the (Firm) to perform additional services, beyond the Scope of Basic Contract Services as outlined under “Exhibit B”, the (Firm) shall be compensated for said additional services in accordance with the (Firm’ s) Sourly Rate Schedule, attached as “EXEIBIT 0” and made a part of this AGREEMENT, plus direct reimbursement for out—of—pocket travel and subsistence expenses. No activities shall be carried out by the (Firm), under Additional Services, except upon written direction of the (City), by its designated repre- sentatives. 4.2.2 Terms of payment for Additional Services: 4.2.2.1 (Firm) shall furnish and deliver to (City) a state- ment in writing which sets forth the amount due to (Firm) from (City) for the services perforzned ,whi.Ch amount shall be payable upon receipt: Such state- ment shall set forth direct payroll expenses as well as reimbursable expenses, for the work per- formed. 4.3 If (City) fails to make any payment within thirty (30) days after the due date (Firm) may, after giving fourteen (14) days written notice to (City), suspend services under this AGREEMENT until (Firm) has been paid all amounts due him in full. SECTION 5. PERFORMANCE 5.1 In the performance of the services hereunder, (Firm) shall exercise that degree of skill and care as required by customarily accepted professional practice and procedure. (Zirm) also accepts the relationship of trust and confidence established between it and (City) by this AGREE- MENT. 5.2 (Firm) may engage the services of consultants, subcontractors or other specialists, but only with I: the written consent of the (City). A.ny such consultants, subcontractors or specialists shall —7— ------- 5.2 continued.... be under the sole supervision of the (Firm) and compensated solely by the (Firm) as part of (Firm’s) obligations under this AGREE.MENT. 5.2.1 By mutual agreements between the (City) and the (Firm), Environmental Laboratories Incorporated, of Mount Vernon, New York, will be engaged as a subcontractor to the (Firm) to perform selected activities under Engineering Evaluation TASK 1 of the Scope of Services under this AGREEMENT. 5.2.2 By mutual agreement, between the (City) an the (Firm), Paine, Webber 1 7ackson & Curtis, Inc. of New York, ?Jew York, will be engaged as a con- sultant to the (Firm) to perform selected activities under Management/Institutional TASKS 1, 2, 3, 4 and 5, as well as Joint TASKS 1, 2 and 3. Prior tO the (City) making any payment to the for any services performed by any consultant, contractor or specialist, with respect to the (Study), the (Firm) shall submit a copy of each duly executed subcontract agreement between the (Firm) and the consultant, subcontractor, or other specialist. SECTION 6. INSURANCE During the performance of the work covered by this AGREE- MENT, (Firm) shall maintain for (Firm’s) protection the following insurance; statutory workmen’ s compensation I 5.3 (Firm) sub— —8— ii ------- coverage; general liability insurance, including bodily injury, personal injury and property damage; and auto-’ mobile liability insurance, including bodily injury and property 41 ge. (.Pirm) shall maintain general liability insurance which shall include contractual liability coverage, waiver of subrogation by the insurance carrier against (City) and where there is a claim against both (.City) and (Firm) which is covered by (Firm’s) general liability in- surance, then (Firm’s) general liability insurance shall be prime insurance as to (City’s) insurance. (Firm) shall also secure and maintain professional liability insurance coverage for its services under this AGRBEMEVT. SECTION 7. TERMINATION AND SUSPENSION (City) may terminate or suspend all, or a portion of (Firm’s) services under this AGREEMENT provided (City) gives (Firm) I thirty (30) days written notice, however, the thirty (30) days written notice requirement shall not be applicable if the termination or suspension is caused by (Firm’s) breach of its obligations under this AGREEMENT. (Firm) may terms- I nate the services being provided under this AGREEMENT should (City) fail to substantially perform in accordance with the terms of this AGREEMENT or violate the payment terms in Section 4 or does not permit (Firm) to carry out its obligations hereunder. In the event of any termination or suspension (Firm) shall be entitled to full payment to the time of termination plus reasonable charges for the services performed to execute an orderly termination. 9 ------- SECTION 8. FORCE MA .7EURZ Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or pre- vented by Force Majeure. Force Ma eure shall include, but not be limited to hostilities, revolution, civil coimnotion, strikes, epidemic, accident, fire, flood, wind, earthquake, explosion, blockage or embargo, lack of or failure of trans- portation facilities, or any law, proclamation, regulation or ordinance, demand or requirement of any Government or Governmental agency having or claiming to have jurisdiction over the work or with respect to materials purchased for the work, or over the parties hereto, or other act of Government, or any .of God, or any cause whether of the same or different nature, existing or future; provided that the cause, whether or not enumerated in this Section, is beyond the control and without the fault or negligence of the party seeking relief under this Section. SECTION 9 • DOCUMENTS All original drawings, estimates, specifications, and field data will become the property of (City) upon final payment I by (City). If these documents are changed and/or reused ‘without approval or adaptation by (City), (Firm) shall have no liability to anyone for any damage or loss, caused as a result of the reuse and/or change. (Firm) shall indemnify and hold (City) harmless from all such damages, losses and incurred expenses. (Firm) may retain record copies of all such documents as well as working papers, notes, jand diaries of its employees. —10— ------- SECTION 10. “DELETED 1 ’ “NO TEXT UNDER THIS SECTION” SECTION 11. GENERAL 11.1 This AGREEMENT represents the entire and integrated AGREEMENT between (City) and (Pirin) and supersedes all prior negotiations representations or agree— ments, either written or oral. Th.is AGREEMENT may be amended only by written instrument signed by both and II —11— ------- 11.2 In the event any provisions of this GREEMENT shall be held to be invalid and unenforceable, the re- maining provisions shall be valid and binding upon the parties. One or more waivers by either party of any provision, term, condition or covenant shall not be construed by the other party as a waiver of subsequent breach of the same by the other party. 11.3 (Firm) shall complete the various phases of the work within the time mutually agreed but it is agreed that (Firm) is not responsible for delays occasioned by factors beyond its control; nor by factors which could not reasonably have been fore- seen at the time this Contract was prepared. This paragraph is subject to the provisions of Section 5 of this AGREEMENT. 11.4 (City), through its project representative, shall at all times have access to (Firm’s) work under this AGREEMENT. (Firm) shall, as required, provide adequate facilities for such access. In respect to reimbursable billing under Section 4, a record of (Firm’s) direct payroll expenses, cost for outside professional services, utilized under this AGREEMENT, and reimbursable expenses pertaining to this AGREEMENT shall be made available to (City) personnel in (Firm’s) office upon reasonable notice at mutually convenient times. Ii II —12— ------- SECTION 12. NOTICES All notice requests and authorizations provided for herein shall be in writing and shall be delivered or mailed, addressed as follows: To (City) City of Burlington Department of Streets P. 0. Box 849 Burlington, Vermont 05402 To (Firm) William F. Cosulich Associates, P.C. Plaza Building — Suite 102 100 Crossways Park West Woodbury, New York 11797 or addressed to either party at such other address as such party shall hereafter furnish to the other party in writing. Each such notice, request, or authorization shall be deemed to have been dully given when so received registered, pestagi paid. SECTION 13. GOVENNING LAW This AGREEMENT shall be governed by the laws of the State of Vermont. SECTION 14. WHEN CONTRACT EFFECTIVE This AGREEMENT shall become effective upon acceptance of I the foregoing by signature of the parties below: IN WITNESS WHEREOF, (City) and (Firm) have caused this AGREEMENT to be signed as of the day and year first written above. I By: Mire Dvirka—Vice President (firm) I. By:______________ city I I I —13— ------- “ EXHIBIT A ” REQUEST FOR PROPOSAL for FEASIBILITY STUDY OP SOLID WASTE MANAGEMENT ALTERNATIVES BURLINGTON-, VERMONT ISSUED BY: The City of Burlington Streets Department 339 Pine Street Burlington, Vermont 05401 DATE OF ISSUE: February 1, 1979 DUE DATE FOR PROPOSAL: March 12, 1979 -Al -. ------- EXBIBIT B SCOPE OF BASIC CONTRACT SERVICES PHASE A: Engineering Evaluation Tasks TASK 3. - VERIPICATION OF SOLID WASTE QUANTITIES AND CHARACTERISTICS Objective: The (Firm) shall gather and develop base line data, required for the assessment of resource (energy) recovery alternatives, including data on present and projected solid waste quantities requiring sanitary landfilliflg. St3B’rASI(S: 1A- COMPILATION AND ANALYSIS OF EXISTING DATA • .The (City) shall identify for and pro- vide to, the (Firm) existing data and reports. . The (Firm) shall review and analyze such data and reports as part of prepara tion of baseline data generation. • Existing solid waste volumetric data shall be converted into equivalent weights by the (Firm). 15- COMPILATION AND ANALYSIS OF NEW DATA • The (Firm) shall conduct a one week weighing program, simultaneouslY at the C .ty of Burlington, City of South Burlington and Rathe Brothers Landfills. —31— ------- - Necessary portable weighing scales shall be provided by the (Firm), with coopera- tion from the State of Vermont. - Necessary auxiliary equipment shall be provided by the (Firm) • with cooperation from the (City). • To the extent possible 1 the (Firm) shall maintain a log auring the weighing pro- gram. Said log shall include information to identify date, tine of day, name of hauler, general classification of waste and origin of waste. • The (Firm) shall compile detailed daily and weekly sun ary data front the one week weighing pro vran conducted at each of the three (3) landfills involved. • The (Firm) shall perform field and Laboratory Analysis, of selected grab or vehicle (hand separated) samples taken during the one week weighing pro- gram, for heat content, moisture content and ultimate analysis. 1C- DATA PROJECTIONS • Utilizing baseline data, developed under Subtasks l .A and lB, the (Firm) shall update and refine present and projected solid waste auantities and characteris- tics. - F —B2— ------- • The quantitative analysis shall include yearly totals, as well as monthly averages monthly maximum and rtonthly minimum, to reflect seasonal variations. • Available current population growth pro- jections shall be utilized for use in updating solid waste quantity projections through the year 2005. Yearly quantities of solid waste generat .On shall be matched with corresponding populat3.Ons to calcu- late per capa.ta generation rates for the region to be served. The data shall be analyzed to project future yearly, monthly average and seasonal variation impact en the month ly maximwl and monthly minimum solid waste generation rates required to develop nominal and peak potential capacity for the resource recovery facility, as well as long term and interim landfil] .ing considerations. • • To the extent possthle, from the base- line data developed under Subtasks 1A and 13, the (Firm’s) quantative analysis shall break down the solid wastes into the following classifications: — Municipal solid wastes Industrial wastes — commercial wastes I ! 3—3 ------- 1D- ESTIMATE SOLID WASTE QUANTITIES AVAILABLE OUTSIDE THE CITY • The (Firm), with cooperation from the (City), shall identify the regions being served by the Landfills located in the Towns of Coichester, Shelburne and Winooski. • The (Firm), with cooperation from the (City), shall edtimate the quantities of solid waste being landfilled at these sites. • Utilizing available current population growth projections, for the regions being served by these landfills, the (Firm) shall develop present and projected per capita generation rates. TASK 2 - TECHNOLOGY REVIEW Objective: The (Firm) shall identify, describe and compare all applicable, successfully demonstrated, solid waste disposal and resource recovery n thods, technologically feasible and appropriate to the greater Burlington Area, based on data developed under ENGINEERING EVALUATION TASK 1; demographiC, physical and climatological considerations; and energy market constraints determined under MANAGEMENT! INSTITVTIONAL TASK 2. —B4— II ------- • SUBTASKS: 2A- REVIEW AND EVALUATION OF PREVIOUS STUDIES • The (City) shall provide the (.Firm) with copies of the following previous studies: - 3 r ingt0fl. Vermont Refuse - Wood Power Plant/AaUaCul ture/GreenhoUse - A Con- ceptual Study - 1977, Henningson,Durh t and Richardson. - integrated Enerqv - Utility Systems — 1977/1978, Paul L. Geringer and ASsociates • The (Firm) shall review these studies, extracting and evaluating relevant data. 23— IDENTIFICATION OF MAJOR ENERGY MARKET NEEDS • The (Firm), with cooperation from the (City), shall identify major potential energy markets within the City of Burlington and within proximity of the site(s) selected by the (City for the proposed resource recovery faci1 .tY. • The (Firm) shall verify the xistiflg markets for energy produced by the proposed resource recovery facility. • The (Firm), together with the (City), shall meet with designated representa- tives of the potential markets to de— terutifle energy quantity and quality 1. ------- demands, as well as the nature of energy use. Maximum, minimum az)d seasonal demand data shall be obtained, compiled and evaluated. Any critical timing aspects, relative to potential market energy needs, shall be identified by the (Firm). 2C- INVENTORY AND ASSESSMENT OF APPLICABLE TECHNOLOGIES • The (Firm shall identify, review and assess all applicable, successfully demonstrated, solid waste processing, resource recovery and disposal technol- ogies, including solid waste and sewage sludge codisposal. 2D- INVENTORY AND ASSESSMENT OF NON APPLICABLE TECHNOLOGIES • The (Firm) shall provide, in matrix format, those technologies not appli- cable to the City of Burlington’s proposed resource recovery program including reasons for nonapplicability. TASK 3 - REVIEW PROGRAM COMPATIBILITY WITH OTHER WASTE REDUCTION AND/OR SOURCE SEPARATION PROGRAMS Objective: The (Firm) shall investigate the impact of various waste reduction/source separation pro- grams on the (City’s) solid waste disposal and resource recovery program. -B6- I’ ------- 3A— ASSESS IZIPACT OF STATE BEVEB.AGE CONTAINER LAW - • The (Firm) shall investigate the impact of the State of Vermont’s Beverage Container Deposit Law on the available wastestreamt. 3B- ASSESS IMPACT OF OTHER WASTE R EDUCTION AND/OR SOURCE SEPARATION STRATEGIES • The (Firm), with cooperat2.on from the (City) will seek to investigate the impacts of other waste reduction/source separation strategies. — . Identification of types and frequency of collection practices for major sources of solid waste. — Identification of existing and planned solid waste management systems, such as transfer—haul systems. • The (Firm) shall stake recommendations regarding collection practices required to complement a regional energy recovery facility. • The (Firm) shall s muuarize the impact of waste reduction/source separation strategies in a graphical illustration. —B7— ------- TASK 4 - rThLUATION OF ENVIRONMENTAL ISSUES Objective: The (Firm)shall identify required permits, studies and other institutionar Processes relative to the City’s solid waste management alterna- tives; summarize these issues; and evaluate the int- pact of these issues on scheduling and costs of the City’s alternatives. SUBTASKS: 4A- IDENTIFICATION OF REQUIRED PERMITS AND PROCEDURES • The (Firm) shall identify all reauired perznits,studies and procedures, involved in the implementation of landfill and resource recovery alternatives. • The (City) shall provide and the (Firm) shall review previous environmental. assessment study work performed for the Burlington Electric Company, to obtain background data on the (City’s) proposed site for the resource recovery facility. 4B- SUMMARY OF ENVIRONMENTAL ISSUES • The (Firm) shall prov3.de a summary of all applicable environmental issues in matrix format. 4C- ASSESS IMPACT OF ENVIRONMENTAL ISSUES ON PROGRAM IMPLEMENTATION • The (Firm) shall assess the potent .al impact of the appli.able environmental issues on program coSts and scheduling. -ES- ------- TASK 5 - EVALUATION. OF LANDFILL REQUIBEHENTS Ob ective: The (Firm) shall evaluate the (City’s) landfill alternatives based on two possibilities: (1) 100% landfill disposal for the (City’s) wastestream, based on no resource/energy recovery over the 25 year planning period. (2) Interim 100% landfill disposal for the (City’s) wastestream during resource recovery program iinplementatio period, followed by landfill disposal of residue and nonrecoverable materials from the resp)arce recovery process during the remainder of the 25 year planning period. SUBTASKS: 5A- ACCESS EXISTING LANDFILLS WITHIN CITY • The (Firm) shall assess general site I: conditions and establish expected useful life of the three (3) existing landfills in the area (Burlington, South Burlington and Rathe Brothers) for the following alternatives: — 100% landfill d .sposal method for the (City’s) wastestream, based on no resource/energy recovery over the 25 year planning period. —B9— ------- — Interim 100% landfill disposal for the (City’s) wastestrealn during resource recovery prograrn implei’ez tation period, followed by landfill disposal of residue and nonrecoverable materials from the resource recovery Facility process during the 25 year planning period. 53- IDENTIFY POTENTIAL LANDFILL SITES OUTSIDE CITY • The (Firm) shall conduct a general survey, with (City) to identify and evaluate potential new sanitary landfill sites within a 15 mile radius of the (City). •The survey, identification and evalua- tion shall include: — Site visits and field inspection — General field evaluation and identifica- tion of geographic relationship of sites to surrounding land areas — Description of surface soil type. The (Firm) shall also describe subsurface soil types, groundwater elevations and site topography, to the extent that (City) can obtain and provide such data to the (Firm). p —BlO— ------- — The (Firm) shall also characterize traffic flow, to the exter t that the (City) can obtain and provide to the (Firm) present and projected traffic comt data, for the adjacent road network serving each potential site. 5C- IDENTIFY ALTERNATIVE LONG TERM LANDFILL NEEDS • The (Firm) shall identify potential long term disposal plans for the (City) for alternatives identified under this TASK. 5D- IDENTIFY INTERIM LANDFILL NEEDS • The (Firm) shall identify ixiterixi disposal plans for the (City) based on iznpleznenta— tion of the resource recovery alternative. TASK 6 - COST/BENEFIT ANALYSIS Objective: The (Firm) shall compare economic viability of the long term landfill alternative tO the most technological, environmental and economically feasible resource recovery systems identified under ENGINEERING EVALUATION TASK 2. SUBTASES: 6A- DEVELOP CAPITAL AND RECURRING COSTS FOR ALTERNATIVES • The (Firm) shall develop capital and recurring costs for the various solid waste management alternatives. All — Dl i— ------- costs shall be based on 1979 dollars. Capital and recurring cost estimates shall be based on concept desigz la ’outs. The projection of capital and recurring costs of sanitary landfilling operations shall be based on compliance with the Resource Conservation and Recovery Act of 1976 (RCRA). 63- DEVELOP AND ASSESS NON-ECONOMIC CONSIDERA- TIONS • The (Firm) shall develop criteria for, as well as perform the assessment of, non-economic considerations, including: - Public acceptance — Technological reliability — Environmental considerations - Public health — Aesthetics 6C- ANALYSIS OF COST/BENEFIT ALTERNATIVES • The (Firm) shall develop a practical cost/benefit comparison of alterna— tives: — The (Firm) shall provide a comparison of total owning/operating costs in tabular form, illustrating costs over the 25 year planning period. -B12- ------- - The (Firm) shall provide net cost of solid waste disposal for each alterna- tive. PHASE 3: MANAGEMENT/INSTITUTIONAL TAG S TASX 1 - DEVELOPMENT OF WASTE SUPPLY STRATEGY Objective: The (Firm) shall, with the (City), develop a strategy for securing the required solid waste supply to the proposed resource recovery facility. StJBTASKS: 1A- IDENTIFICATION OF SOLID WASTE HAULERS WITHIN REGION TO BE SERVED • The (Firm), with cooperation by the (City), shall identify sources of waste supply available to the haulers. •. The (Firm) with cooperation by the (City), shall review existing arrange- ments for the collection of solid waste between supply sources and waste haulers. • The (Firm) with cooperation by the (City) shall identify waste ceneratorS that currently dispose of their waste on their own property. • The (Firm), wit PI.e cooperation by the (City), shall seek to identify potential waste generators that may, or may not, be available to the (City) on a long term basis. —B13— ------- • The (Firm), with cooperation by the (City), shall identify and-assess techniques used for securing waste from each source. • The (Firm), with cooperation by the (City) shall determine ability of solid waste haulers to enter into long term agreements. • The (Firm) shall generate a “letter of intent” to enter into long term agree- ment for delivery of solid waste to the proposed facility, for preliminary dis- cussions with waste suppliers and haulers. lB- CHARACTERIZE VIABLE WASTE SUPPLY CONTROL TECHNIQUES • The (Firm) shall present an overview of waste supply control techniques currently in use or potentially avail- able to the (City). The (Firm) shall include advantages and disadvantages of the various waste control options such as legal viability; private haulers’ acceptability; impact on project cost and economic viability of the project; and other relevant site specific criteria. The overview shall be suimnarized and presented in matrix form. I. -314- ------- TASK 2 - 1.IABIcET SURVEY Ob ectiVe The (Firm) shall estahlish and priortize the energy users within the area of the project, determine compatibilitY of their needs with the facility output, and review and coordinate with potential users contract provisionS necessary to finalize an agreement (with emphasis on finalizing an agreement with the University). SUBTASKS: 2k- IDENTIFICATION AND ASSESSMENT OF POTENTIAL MARKETS • Invesitgate and identify potential markets (inclusive of and in addition to UVM and the Medical Center) for recovered energy and materials to be produced under the resource recovery program, i cluding: — Q antity/qUafltitY requirements — specification requirements versus price — willingness (ability) tO enter into intermediate and long term contracts; determine basic conditions of proposed contract. — Willingness of market to invest in proCeS and/or transportation equipment necessarY to use or market by-products. —BiS— ------- Ii — Financial resources of market - Length of residency in the area - Parent Company’s involvement - I.ong term viability. I 2B— ASSESSMENT OF INTERACTION WITH BURLINGTON I ELECTRIC DEPARTMENT • The (Firm) shall provide a basis for, and determine appropriate alternatives Ii for, coordinating a resource recovery II facility with the Burlington Electric (j Dept.’s wood-fired generation plant. I 2C- ASSESSMENT OF ECONOMIC IMPACT ON RESIDUE HAU ALTERNATIVES I . The (Firm) shall evaluate the impact I of market and resource recovery facility location on the economics of transporting residue to alternative landfill loca- tions, identified under ENGINEERING EVALUATION TASZ 5. 2D- DETERMINE OPTIMUM RESOURCE RECOVERY STRATEGY • The (Firm) shall determine the optimum resource recovery mode and iznplementa— tion strategy; recozmnend and develop I alternative implementation strategies. —Bl6— I ------- TASK 3- IDENTIFICATION AND ASSESSMENT OP ALTERNATIVE PROCUREMENT METHODS Objective: The (Firm) shall jdentify, assess and s iim ize in matrix form alternative procurement methods available to the (City) for implementation of the proposed resource recovery facility. 3A- IDENTIFICATION AND ANALYSIS OF RISKS • Perform an analysis to identify the risks associated with alternative procurement methods. 33— QU ANTIFICATION OF RISK COSTS • Quantify costs associated with risk assumption to provide cost/benefit comparisons. 3C- ASSESSMENT OR RISE ALLOCATION • Develop a series of scenarios de- tailing risk allocation under alterna- tive approaches. 3D- EVALUATION SUMMARY OF RISKS • Provide a matrix swmnary for comparing the evaluation of each alternative with regard to risk, cost, flexibility, ease I! ° management, and any other relevant 1. criteria. —317— ------- TASK 4- IDENTIFICATION AND ASSESSMENT OP ALTERNATIVE FINANCING METHODS - Objective: The (Firm) shall identify, assess and swiIm rize in a report, alternative financing methods available to the (City) for implementation of the resource recovery facility. SUBTASKS: 4A- IDENTIFICATION OF ALTERNATIVE FINANCING METHODS • Identify alternative methods of financing resource recovery projects, including public, private and cotnbina— tion public/private options. 43- DEVELOPMENT OF EVALUATIVE CRITERIA FOR OWNERSHIP AND OPERATION ALTERNATIVES • Develop financial evaluative criteria to review alternative ownership and operations options: 4C- IDENTIFICATION OF FINANCING RISKS • Identify financial risks and investor concerns in resource recovery projects; 4D— QUANTIFICATION OF COSTS FOR PI.NANCING ALTERNATIVES • Quantify the differences in cost of borrowing under alternative financial methods; -318- ------- 4E- QUANTIFICATION OF TAX BENEFITS FOR FINANCING ‘ ALTERNATIVES - • Quantify the tax benefits available to private sector participants in resource recovery projectS: 4F- IDENTIFICATION OF INTERIM FINANCING METHODS .. Explore methods of interim financing; 4G- COMPILATION OF FINANCING METHODS u’rILIZED BY OTHER RESOURCE RECOVERY PROJECTS • provide descriptions of how other con%— parativelY sized resource recovery facilities have been/are being financed; 4H- IDENTIFICATION OF ALTERNATIVE FINANCING METHODS CONTRACTUAL REQU IBEMENTS - • Identify contractual requirements under alternative financing methods; 41- DEVELOPMENT OF FINANCING MODEL AND PLAN • Develop a financing model and plan consistent with the technical and other risks to be assumed by the City. 4J- TASK REPORT • Summarize the above subtasks in a report detailing methods of financing available and what the use of each would mean to the City in terms of its impact on net disposal costs; include an assessment of the current money market conditions and their effect on interest rates. 5 19— ------- TASK 5— REVIEW AND ASSESSMENT OF PROCUREMENT/ CONTRACTING LAWS Objective: The (Firm) shall review applicable State and Municipal Laws, and assess procure- ment capabilities as well as legal conflicts. SUBTASKS: 5A- REVIEW AND ASSESSMENT OF PROCURENENT/ CONTRACTING LAWS • Review Vermont law and recent court decisions to assess and evaluate the procurement and contracting processes proposed for establishment of a waste management program for the (City). 53- IDENTIFICATION Or (CITY’S) LEGAL OBLIGATIONS . Initiate discussions with appropriate (City) and State officials as may be required to clarify the legal obligation of the (City) in connection with the waste management program. 5C- IDENTIFICATION OF POTENTIAL PROCUREMENT LEGAL CONSTRAINTS . List possible legal barriers in procure- merit processes that may affect the ability of the City to implement a re- source/energy recovery facility. 5D- IDENTIFICATION OF STRATEGIES TO RESOLVE LEGAL CONSTRAINTS . Identify possible strategies to deal with legal barriers. —B20— ------- I ! 53- RANKING o PROC REl ALTERNATIVES • Rank procurement capabil±ties under various methods of dealing with legal barriers and assess advantages and disadvantages. PHASE C: JOINT TASKS TASK 1- 3RIEPINGS AND COORDINATION MEETINGS • The (Firm) shall: plan and schedule, with the (City) a total of seven (7) meetings to review and discuss progress under the ENGINEERING EVALUATION and MANAGE.MENT/INSTI’IUTIQNAL TASKS. • The (Firm) shall assist the (City) in the development of news releases in connection with (Study) progress and status reports, as may be requested by the (City’s) designated representa- tive. TASK 2 - DRAFT AND FINAL REPORTS SUBTASIS: 2A- DRAFT FINAL REPORT • Submit ten (10) copies of draft final report without specific reco imtendat .ons. 23— DECISIONMAEERS WORKSHOP • Arrange a decision—makers workshop to be held within two weeks follbwing the s mi.ttal of the draft report. Workshop shall provide a for l mechanism for the expression of profess .onal feel .ngs, opinions, recoimnendations, as well as allowing input frnm local offic a1S. —B2 1— ------- 2C- FINAL REPORT • Incorporate couents aired at the workshop into a final report. Submit twenty (20) copies of the final report to the (City) of Burlington within 4 weeks of the workshop. TASK 3 - DEVELOP INPL 1E!4TATION PLAN • Upon the (City’s) decision to select one of the proposed alternatives, the development of the implementation plan shall be completed concurrently with the preparation of the final report. • The implementation plan shall include selection of a specific resource recovery system or 100% landfill option. recoi ended procurement method, drafts of legislation as might be required to ascertain availability of refuse and drafts of contracts for the sale of recoverable couunodit .es in the form of materials or energy. —B22— ------- ATTAC 1ENT I ------- City of Burlington JAMES R. OGOEN 00. Box 849 SUPERINTENOENT Burlington, Vermont 05402 802/864.7428 ALL9LL& 2, 1979 Mn.. Co d 0. os2exs U.S. Enviir.ojvnen.ta.t P ’c.o.tec. 2on Agency JoItn F. Kennethj Fedeiza. BuL d. ,tg Bo t oi’t, M 02203 Vea.’t Con,tc.d: A4 yoa wr.e. awax we have been ezt’ emeLy p1w2 ed wLdz die heLp we have keae ved .thiwc gh .the Techy cø2 i tgnce. PaneL whi.ch yowr. dapa/c.tjnen..t adnuni te..&ed. Yowt aon u an.t s, Go’rdi ..an ocO A, Inc., have been ezce.ed i.ng1y he2p u2 tMoughou.1 Jite 6 e2e t.Lon pJtoce , pair2Lau2a,’rfjj £ei 6 eveAaL o the “LcIz ei ” 4poI 6, 4ach a when the 4e2e.cti.on committee. dead2ocize.d Ln citoo4Lng beiLueen he .two naL t4, and a.gai.n when .(.t wao t me .to d’c t .the de.tci2ed cope o woith 601L the 6t dq. TkeA t pa a.i.patLon a. t .the se lzey po nta, no t -to mention tkeL’r . heLp ut pn.epwthtg .the RFP docwnen.t and 4uppUng ma.tei aL to 4peed the 6eLec.tLon ‘wce , a4 weLt ao .theAIL nwn21wU6 otite,t 4ugge4 tA.on4 and advi..ce, have ce..’r...tai.n.ey pn.ov. ded U4 wZ.th a o.txong a e.n o e o d. tec.t’on and a g.’ e.a deaL o co4Ldenc.e (jj owt deoL ng4 w. th .the e .ngLne.ex Lng con- W tJi thi..o ot nund, I am keaue. t .ng tha.t GoM.iLa.i’t A ocJ ate4, In c. be te,ta.Lned o a ec u.o ivwagh the kema nde,t a -the p’wjeC. , o’c. a..t eea4 t .tJVLouLgh -the ea4.th cLif 4 4tw43. 1 eeL 4ttong&j .tha..t th2.LJL wn.tLnued pa tLc2pa. on, whetite.n. i..t be a .tliAitd pa ty tev ew, oir. a4 geneicaL ww -i eL adffi tei ng a.44 4tanae on ‘ .eqt eot a1 o.thei teg i c thm.thg the. adg, w. U piwve Ulv1Llb ea to u.o .n the £.ong Ve/ty .tiw.e.y yowto, BURLINGTON STREET VPARTMENT ‘ —I. a na R. Ogden Sap Lnte.ndenJ a JR O/ad cc: Kaiwey Ge.n.ohman ------- 10 Task 12. Review procurement/contracting laws; make recommendations as needed . As part of implementation, a number of agreements and con- tracts will be needed (system purchase, financing, securing the waste, marketing the energy product). These should be examined in light of municipal restrictions (if any) on agreements and contract commitments. General Content of the Request for Proposals The purpose of the RFP is to elicit responses from interested, qualified consulting firms. It should contain as much relevant data as possible, so that respondents can be more precise and specific in their responses. A draft RFP is being prepared-by Gordian Associates and will be submitted to Mr. Ogden of the Streets Department by January 15, 1979. At a minimum, it will request the following of each respond- ing company. — Qualifications and experience (both corporate and individual). — A detailed work plan to accomplish work areas listed above. The work plan should show approach, data needs, outputs, and relative level of personnel effort. - A project schedule. - Specific staff assignments. — A commitment that the respondent’s work plan can be accom- plished within the funds available to the City for the study (the limit of available funds should be stated in the RFP). ------- AITA B iENT D ------- REQUEST FOR PROPOSAL for FEASIBILITY STUDY OF SOLID WASTE MANAGEMENT ALTERNATIVE S BURLINGTON, VERMONT ISSUED BY: The City of Bur1 ngton Streets Department 339 Pine Street Burlington, Vermont 05401 DATE OF ISSUE: February 1, 1979 DUE DATE FOR PROPOSAL: March 12, 1979 ------- TP BLE OF CONTENTS Pg. 1. I. BACKGROUND 2 II. GENERAL INFORMATION 2 A. Issuing office and point of contact 2 3. Deadline for receipt of proposals 2 C. Revision to RPP 2 D. Limitations to liability 2 E. Rejection of proposals 2 F. Type of contract/fees and compensation 3 G. Joint proposals and use of subcontractors 3 H. Proposal evaluation 4 I. Schedule for selection of a consultant 4 J. Format for proposals 5 K. Cost estimates 6 L. Feasibility study schedule 7 III. FEASIBILITY STUDY WORK AREAS 7 A. Engineering evaluation 8 3. Management/Institutional analysis 9 • C. Joint tasks APPENDIX A. Sample contract ------- I. BACXGROUND In recent years, two studies have been completed that looked at solid waste re- rource recovery for the City of Burlington and adjacent couununitieS. In one study, “Burlington, Vermont Refuse—Wood Power Plant/Aquaculture/Greenhouse — a Conceptual Study,’ completed by Henningson Durham and Richardson in 1977, the analysis addressed resource recovery for the waste stream of Chittenden County (roughly 270 tpd). Four alternative technologies were considered, with modular combustion being recoum ended. The potential steam market in this study included the adjacent 50 mw wood—fired plant, the University of Vermont and the University Medical Complex, or the proposed aquaculture/greenhouse complex to be located near the refuse plant and generating station. The second study was completed during 1977 and 1978 by Paul L. Geiringer and Associates, in conjunction with the Energy Research and Development Administra- tion and the Department of Health, Education and Welfare. This study was focused on “Integrated Energy - Utility Systems” (I.E.U.S.) and it recommended a 15 ton per hour incinerator be constructed to provide high temperature hot water to the University of Vermont, the Hospital Complex and other municipal markets. These two reports, while dealing with somewhat different facilities, are generally positive toward the concept of energy recovery from local refuse streams, with steam and hot water being used to supply needs at the Univer sitY and the Medical Center. In addition, the City’s landfill is facing an uncertain future due to its location and the limited space available for continued operation. Based on these facts, the City has authorized a bond issue of up to $10 million to construct a system as described above. A site has been secured adjacent to the landfill where both the refuse plant and the proposed Burlington Electric Department 50 mw wood-fired generating plant can be located. Planning for the generating plant is proceeding. The City intends at this time to conduct a more specific feasibility study of a refuse—to—energy system so that a final decision can be made whether to continue exclusive landfill disposal or to develop a solid waste management system. A budget of $80,000 has been set aside for the study implementation. The purpose of the PFP is to elicit responses from qualified firms to undertake the feasibility study as consultants to the City. Al]. information needed for preparation of a proposal is contained in the RFP and its appendix. Additional data, including the full text of both the HDR and the I.E.U.S. reports is avail- able for review at the City Department of Streets. ------- II. GENERAL INFORMATION A. ISSUING OFFICE AND POINT OF CONTACT This Request for Proposal (RPP) is issued by the Streets Department of the City of Burlington. The Streets Department is to be the sole point of contact for any questions related to the RFP. Questions should be directed to: James R. Ogden Streets Department City of Burlington 339 Pine Street Burlington, Vermont 05401 Phone: 802—864—7428 B. DEADLINE FOR RECEIPT OF PROPOSALS All replies and proposals in response to this RFP must be received in a sealed envelope and clearly marked as a “Feasibility Study Proposal” at the address shown above not later that 4:30 p.m. EST, March 12, 1979 at which time they will be opened and recorded. Ten (10). sets of proposals must be submitted and late replies will not be considered. C. REVISIONS TO THE REQUEST FOR PROPOSAL If it beaomes necessary to revise any part of the RFP, the revisions will be circulated to all those who received the original document. D. LIMITATIONS TO LIABILITY The City of Burlington assumes no responsibility and no liability for costs incurred by proposers in responding to this RFP or in responding to any further request for interviews, additional data, etc., prior to the issu- ance of a contract. E. REJECTION OF PROPOSALS The City of Burlington reserves the right to reject any or all proposals, or to award contracts in whole or in part, if this is held to be in the City’s best interest. F. TYPE OF CONTRACT/FEES AND COMPENSATION The City expects to execute a firm fixed price (“lump sum”) contract for the feasibility study. Cost—plus - percentage-of-cost contracts are pro- hibited. A sample contract form is included as Appendix A. The sample is not intended to be restrictive and specific terms will be worked out during negotiations. As described in Sectionll. K. below, it is not necess4ry for proposers to submit detailed cost information with their proposals. However, the City’s budget for this study is fixed. In developing their technical work plan, proposers are reminded that all costs and charges related to the performance ------- of their proposed services may eventually have to: 1. Be shown in a detailed cost breakdown, if the proposer is selected by the City for further evaluation; and 2. Be included within and covered entirely by the proposer’s fixed fee, if the proposer is selected by the City for further evaluation. G. JOINT PROPOSALS AND THE USE OF SUBCONTRACTORS The City sees the feasibility study as being made up of two equally impor- tant parts — an assessment of management/institutional factors and the engineering evaluation of solid waste management alternatives (see Section III. for more details). Proposers should make certain that their “team” of skills and specialties is fully able to address both parts of the study. To accomplish this, proposers may find it advisable to include subcontrac- tors or other participants in their proposal. Such an arrangement is ac- ceptable to the City. However, this is left to the proposer’s discretion, recognizing that the most important criterion is adequate capability in all- areas of study work. If a subcontractor is to be used, he must be identi- fied in the same manner as the prime contractor. H. PROPOSAL EVALUATION Each proposal will be evaluated initially by a team of reviewers represent- ing various agencies of the city of Burlington. If a contract is ultimately awarded, it will be awarded to the proposer whose proposal is deemed to offer the greatest net advantage to the City. The following criteria will be used by the City in making the initial evaluation of proposals: 1. The merits of the technical response to the RFP, specifically: a. Soundness of approach and use of appropriate methodology in responding to each individual item in the scope of work. (Section III.) b. Evidence of ability to conduct both the management/insti- tutional assessment and the engineering evaluation aspects of the feasibility study. c. Adequacy and appropriateness of staff assignments and time allocation (both person—hours and calendar time) to each work task. 2. The business reputation, professional capability and past perfor- mance record of the firm and its key personnel who will be assigned to the study. 3. Firm’s ability to perform the stated work within the required time limits, considering current and projected workload. ------- After all proposals have been evaluated, the highest ranked proposers will be asked to attend a briefing and interview meeting with the Selection Committee. The results of the proposal evaluation and the interview will be considered jointly in selecting a preferred consultant. The consultants invited to make a presentation will be asked to subntit a detailed cost es- tiniate for further evaluation. I. SCHEDULE FOR SELECTION OF A CONSULTANT The following schedule shows the approximate dates in the selection pro- cess. The schedule is included to give a general idea of the time frame for consultant selection. However, the City will not be bound by these dates. EVENT APPROXIMATE DATE RFP Issued February 1, 1979 Proposal deadline March 12 Review proposals; identify March 30 top ranked proposers Interviews held April 9 to 13 A minimum of five working days’ notice will be given to those invited for interviews. Unsuccessful proposers will be notified by mail as quickly as possible. - J. FORMAT FOR PROPOSALS There is no restriction on length of proposals. However, proposers are encouraged to be as concise as possible. Al]. proposals shall be organized in the following format: If not so organized, proposal shall automatically be disqualified. 1. Letter of transmittal and ten copies of proposal. The letter of transmittal must contain certification that the proposers work plan can be accomplished within the resources allocated for the study ($80,000). 2. Technical Response a. Work plan - an itemized response to the tasks listed in Sec- tion III. The work plan must contain a complete description of data methods, analytic approach, methodology and outputs of study. Major items of output should be shown in the work schedule (Section II, J, 2, c) 1 . Staffing and manpower allocation — a table must be included showing manhours by task for key professionals, subcontractors or other participants. All subcontractor personnel shown, with estimates of their manhour allocations by work tasks. c. Work Schedule. The work schedule should show the start and finish times of each work task. Major outputs should also be shown. d. Project management plan. This plan should describe the work ------- of project personnel (including an organizational chart); the relationship between prime and subcontractors and the proceedure to be used for control of progress, budget and quality of work. 3. Qualifications of personnel. a. Current resumes of key personnel proposed for the study. b. Job/personnel matrix. This matrix should show key per- sonnel on the vertical axis and individual prior related projects on the horizontal axis. Entries in the matrix should identify the role of each key person in each prior project (e.g. Project Manager, Senior Engineer). Pro- jects listed in the matrix should be the same as those shown in section 4 “Experience of the Firm”. c. Summary of total, manpower resources in the firm Cs). This s mmtary should show the total manpower resources of the firm by professional and support category: Economist _________________ Mechanical Engineer __________________ Hydrologists _________________ Etc. . Clerical Staff __________________ Total _________________ 4. Experience of the firm Cs). a. Work history — for each related project, supply the fol- lowing information: (1) Name, address and phone numberof client representative. (2) Brief suzimiary of the project. (3) Start and completion date of work. (4) Fee or budget for the project. (5) Statement as to whether the job was completed on schedule and within budget. b. Facilities of the firm Cs). (1) Location of the office where work will be performed. (2) Other offices and any other facilities that will be useful in the feasibility study. 5. Statement of financial data of the firm. 6. Other data. If desired, proposers may include any other data that they feel will be of value in reviewing their proposal. K. - COST ESTIMP TE Detailed cost estimates and financial information are not required at this ------- time. However, each proposer is asked to show a detailed work plan and breakdown of hours by task and by key professional. Also, each proposer is required to certify that his work plan can be accomplished within the resources allocated for the study ($80,000) — refer to Section I . All necessary data regarding work tasks, deliverable products, meetings, etc., to assist in structuring the work plan is shown in Section III. L. PEAS lB ILIT’f STUDY SCHEDULE Proposers are to assume a startin date of May 15, 1979. The draft feasi- bility study is to be completed wi htn months (October 15, 1979). Review by the City will take not more than one month. The final feasibility study report is to be completed within one month following receipt of the City’s coimnents. Proposers are encouraged to suggest how this schedule can be shortened, if possible. ------- III. FEASIBILITY STUDY WORK AREAS. In general, the City of Burlington intends to carry out a comprehensive study of future solid waste management options, including both landfill and resource! energy recovery. The primary intent of the study is to enable the City to make a firm decision between landfill and resource/energy recovery. Although it is the City’s intent to provide for the Burlington waste stream we would be willing to consider additional waste from outside areas if it would result in a more economical resource recovery. The work areas described below are seen as the areas where additional data is required before any decision can be made. Proposers are expected to build their work plans around these tasks. The selection of method and approach, where applicable, is left to the proposer’s discretion. Further, if the proposer thinks that additional work areas should be addressed, these should be listed separately, referenced or restated in the work pl an and fully justified as to their value in the study. If additional work areas are proposed, it should be clearly stated whether they can be accom- plished within the City’s budget limitation. The work areas are listed under three headings: Engineering Evaluation, Manage- ment/Institutional Analysis, and Joint Tasks. This breakdown reflects the City’s interpretation of the feasibility analysis as a two—part study (see Section II. G. above). Even though the work tasks are listed under separate headings, it is recognized that considerable transfer of data will be necessary between the engineering and the management/institutional area (e.g., in the markets survey, the assess- ment of financing alternatives and the cost/benefit comparison). It is expected that the proposer will identify and accommodate these needs for internal coordi- - ition in his technical proposal. The joint tasks are those that are required or the integration of study results and the preparation of reports and other study outputs. A. ENGINEERING EVALUATION Task 1. Update waste flow volume and composition studies for all three area landfills . Consultant will conduct weighing and composition study for at least a one week period. a. Criteria include weight; composition; daily monthly and seasonal flow variations; and combustibility. b. Projections of waste flow shall be made through 2005. c. Data are presently recorded as volume estimates — a method should be shown to convert to equivalent weights. Task 2. Technology Review - The consultant will identify, describe and compare all solid waste disposal methods appropriate to the 100 to 200 TPD expected in the Burlington area. a. The review should include prior work, such as the HDR and I.E.U.S. studies cited previously. b. All technologies appropriate to 100 to 200 TPD should be reviewed (an example list of technologies should be included in the proposal). 6 ------- c. Codisposal of sewage sludge with refuse will be included in the review. 6. Evaluations should include all State and Federal regulations pertinent to the study. e. Review should be specific to the energy needs of the major energy users in the area. Task 3. Review compatibility with other waste reduction and/or source separation programs • such as the States’ “Bottle Bill” or other recycling efforts. Identify these and estimate their effect on the quantity and composition of the waste stream. Task 4. Evaluate environmental issues — all needed rmi, environmental studies, etc. are to be identified. Assess and scope out the work that will be needed to fulfill these requirements. This task applies both to landfill and to major resource/energy recovery options. Task 5. Evaluate landfill needs — this work area must address two alter- native possibilities: a) 100% landfill, no resource/energy recovery; and b) energy recovery, but with the interim need for landfill space through the implementation period and the long term need for bulky waste and resi- due disposal. Several subtasks are involved, including (but not limited to) the following: *determine the availability and suitability of land for long term disposal of Burlington’s waste stream (roughly 100 TPD). (Existing sites and any other potential sites). *determjne the availability and suitability of land for long term disposal of bulky items and residue from resource recovery. (Exist- ing sites and any other potential sites). *deve lop an interim disposal plan for the next three to five years (during the implementation period for a resource recovery project). Task 6. Estimate project costs and benefits - estimate the costs of land- fill and the most feasible resource/energy recovery system. compare these two alternatives, including in the comparison both the monetary and the non—monetary benefits (air and water quality, energy issues). Costs to be brokendown as to processing, transportation, 0 & H and capital costs. Proposal shall contain a listing of the detailed cost items that will be estimated. B. MANAGEMENT/INSTITUTIONAL ANALYSIS Task 1. Develop a strategy for securing the required waste supply (100 to 200 TPD) . This task will include an identification of techniques for securing waste sources in Burlington and neighboring communities. These techniques (e.g., by ordinance, by permit restrictions, by economic presures) should be assessed as to their relative usefulness and viability. The results of this task will be an important input to the engineering ------- analysis of optiimivn system size. Task 2. Market survey . The two major previous studies identified the University of Vermont and the Medical Center as the market for recovered energy. This task should include prior work on those studies, but any other available markets should also be identified. In particular, the market survey should examine the alternatives for coordinating a resource/ energy recovery facility with the Burlington Electric Departsent ‘S proposed wood-fired generating plant. The economics of market location with re- spect to availability and landfill location should be considered in detail. Review contract provisions necessary to finalize an agreement with the University and review energy user contracts. Task 3. Review alternative procurement methods . Compare architect/en- gineer, full service and other system procurement options. Criteria for comparison include risk, cost, flexibility and ease of management. Task 4. Investigate alternative financing methods . The Cityl has already authorized a $10 million bond issue to finance resource recovery if it proves to be feasible. However, other financing methods exist. .The con- sultant will identify these and review their relative advantages with re- spect to municipal bond financing. Task 5. Review procurement/contracting laws . Identify and assess any legal barriers that would hinder the City in entering into agreements as necessary to implement resource/energy recovery. C. JOINT TASKS Task 1. Prepare for and attend briefings and meetings as required. As- s .une not less than eight meetings. Task 2. Prepare draft and final project reports . The draft report is to be complete within four months of the time the study commences. The final report is to be complete within 4 weeks following receipt of the City ‘s comments on the draft. Task 3. Develop a recommendation for implementing solid waste management/ resource recovery for the City of Burlington . ------- I II I l 1M A fl fl SAMPLE AGREEMENT BETWEEN CITY OF BURLINGTON AND FOR PROFESSIONAL SERVICES This AGREEMENT is made as of this the _______ day of ______, 1979 by and between the City of Burlington with offices at City Hall, Burlington, Vermont 05401, hereinafter called (city), and ______ a _____________ corporation with offices at ______________________ hereinafter called (firm). (City) proposes to perform a feasibility study hereinafter called (study) and (city) desires (firm) to perform certain pr fessional services with respect to the (study), all as more fully described hereinafter. SECTION 1. DESCRIPTION OF THE STUDY The scope of the project is as described in (Request for Proposal), attached as Exhibit A and made a part of this contract. SECTION 2. (Firm) shall furnish Professional Services for the (study) as here- inafter described: in (firm’s) proposal dated _________, 1979 and entitled (“Title of Proposal”) attached as Exhibit B and made a part of this contract. SECTION 3. (CITY’S) RESPONSIBILITIES (City) shall: 3.1 Provide all criteria and full information as to his require- ments for the (study). 3.2 Assist (firm) by placing at his disposal all available in- formation pertinent to the (study) including previous re- ports and other data relating to the (study). 3.3 Furnish (firm) property boundary, R.O.W., topographical and existing utility surveys; zoning and deed reports; and other special data or consultations not provided under this agree— ment all of which (firm) may rely upon in performing ser- vices under this agreement. 3.4 Designate in writing persons to act as (city’s) Representa- tive and alternate with respect to the work to be performed ------- under this AGREEMENT; and such person shall act as laison between (city) and (firm) and shall have complete authority to transmit instructions, interpret and define (city’s) policies and decisions with respect to materials, equipment elements, and systems pertinent to the services covered by this AGREEMENT. 3.5 Give prompt written notice to (firm) whenever (city) observes or otherwise becomes aware of any defect in the (study) 3.6 Bear all costs incident to compliance with the requirements of this Section. SECTION 4. PAYMENT TO (FIRM) The estimated total contract price is __________________ dollars, ($ ). However, (city) shall p y (firm) on the following basis: I 4.1 (Insert payment schedule here). 4.1.1 Price is based upon the scope of services as outlined in Exhibit B. 4.2 Terms o-f payment 4.2.1 Every four weeks (firm) shall furnish and deliver to (city) a statement in writing which sets forth the amount due to (firm) from (city) for the services performed and the charges and expenses incurred during a preceding four—week period, which amount is due and payable upon receipt. 4.2.2 If (city) fails to make any payment within thirty (30) days after the due date (firm) may, after giving fourteen (14) days written notice to (city), suspend services under this AGREEMENT until (firm) has been paid all amounts due him in full. SECTION 5. PERFORMANCE In the performance of the services hereunder, (firm) shall exercise that degree of skill and care as require4 by customarily accepted professional practice and procedure. (Firm) also accepts the re— lationship of trust and confidence established between it and (city) by this AGREEMENT. SECTION 6. INSURANCE During the performance of the work covered by this AGREEMENT, (firm) shall maintain for (firm’s) protection the following insurance; ------- statutory workmen’s compensation coverage; general liability insur- ance, including bodily injury, personal injury and property damage; and automobile liability insurance, including bodily injury and property damage. (Firm) shall maintain general liability insurance which shall incluse contractual liability coverage, waiver of subro- gation by the insurance carrier against (city) and where there is a claim against both (city) and (firm) which is covered by (firm’s) general liability insurance, then (firm’s) general liability insur- ance shall be prime insurance as to (city’s) insurance. (Firm) shall also secure and maintain professional liability insurance coveraage for its services under this AGREEMENT. SECTION 7. TERMINATION AND SUSPENSION (City) may terminate or suspend all or a portion of (firm’s) ser- vices under this AGREEMENT provided (city) gives (firm) thirty (3.0) days written notice, however, the thirty (30) days written notice requirement shall not be applicable if the termination or suspension is caused by (firm’s) breach of its obligations under this AGREEMENT. (Firm) may terminate the services being provided under this AGREE- MENT should (city) fail to substantially perform in accordance with the terms of this AGREEMENT or violate the payment terms in Section 4 or does not permit (firm) to carry out its obligations hereunder. In the event of any termination or suspension (firm) shall be enti- tled to Lull payment to the time of termination plus reasonable charges for the services performed to execute an orderly termination. SECTION 8. FORCE MAJEURE Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obli- gations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to hostilities, re- volution, civil commotion, strikes, epidemic, accident, fire, flood, wind, earthquake, explosion, blockage or embargo, lack of or failure of transportation facilities, or any law, proclamation, regulation or ordinance, demand or requirement of any Government or Governmental agency having or claiming to have jurisdiction over the work or with respect to materials purchased for the work, or over the parties hereto, or other act of Government, or any of God, or any cause whether of the same or different nature, existing or future; pro- vided that the cause, whether or not enumerated in this Section, is beyond the control and without the fault or negligence of the party seeking relief under this Section. SECTION 9. DOCUMENTS All original drawings, estimates, specifications, and field date will become the property of (city) upon final payment by (city). If these documents are changed and/or reused without approval or adaptation by (city), (firm) shall have no liability to anyone for any damage or loss caused as a result of the reuse and/or change. (Firm) shall indemnify and hold (city) harmless from all such damages, losses and incurred expenses. (Firm) may retain record copies of all such documents as well as working papers, notes, and diaries of its employees. ------- INTERVIEW EVALUATION RESULTS WORKSHEET NtJtIBER OF RAUKINGS PROPOSAL 1st PLACE 2nd PLACE 3rd PLACE (a ) (b) (c ) Point Calculations Overall Interview Rankinos 1st: 2nd: 3rd: ____________ : 3 x (a) + 2 x (b) + 1 x Cc) = : 3 x (a) + 2 x (b) + I x (c) : 3 x (a) + 2 x (b) + 1 x Cc) = ------- |