Loading...
HomeMy WebLinkAboutContracts & Agreements_25-1990_CCv0001.pdf MINUTES OF THE BOARD OF SUPERVISORS Agree. 90-979; OF SAN BERNARDINO COUNTY, CALIFORNIA SVM-Genl. ; Cities of Colton, Fontana XC: Sam Kim, Meredith (Recycling) Grand Terrace, Highland, Lama Linda, Redlands, Rialto, San August 27, 1990 Bdno. , Yucaipa FROM: William Sterling, Director Solid Waste Management Department SUBJECT: EAST VALTZY Ysmarandim of Understanding (FM RECOMMENDATION: 1) Approve MOU between County and the cities of COLTW, FQ?rANA, GRAND TERRACE, BIQU-AND, LCHA LINDA, R13DLA14DS, RIALTO, SAN BERNARDINO, AND YUCAIPA (East Valley) for the purpose of ccupletiM a Source Reduction and Recycling Elemerrt for the unincorporated area of the East Valley region. 2) Authorize the advancement of funds fran Solid Waste Management Trust Fund, sub-object no. 020 Fund 545 to the City of Rialto, MOU lead agency. The County of San Bernardino is required by state law to prepare and inplen-ent. a Source Reduction and Recycling Element (Element) for the County's unincorporated areas. The Solid Waste Advisory Task-force (Task- force) has recmrvzded a regional approach to meet this requirement of state law. Three coalitions have formed: the East Valley, the West Valley, and the East Mountain/Desert. This action formalizes County participation in the East Valley coalition, to omplete an Element for unincorporated area of the East Valley region, and establishes the City of Rialto as the lead agency for administering the consulting contract. F&NIEWED BY OTHER DEPAF�IIrD' S• This item has been reviewed by Kathryn Brill of Risk Management on August 9, 1990; Bobby Bevins of Contract Ompliance on August 10, 1990; and Robert L. Jocks, Deputy County Counsel on August 13, 1990. Agreement No. 90-979 Action of th and of Supervisors cc: SGZl *v;/5 agrees. for signator Contractor c/o SVZI CAD Co. Counsel-Jocks APPRO�_t I �JPERVISCPS Auditor Cob WT. 13tO&AADINO Risk Mgmt.-Brill Purchasing-Cantract Ccrrpl. MOTION-SASik Motion Cities listed above File EZ�ENIE PR� 1W B 14. 9507-000 DATED: AUG 2 A 56 Rev. 10/8 1 B aMW rIM: EAST VAIM M U August 27, 1990 Page 2 of 2 F.t:WMCIAh ISA: Fljnd.s to pay for this program are included in revenue generated through tipping fees paid for use of area. landfills. This action has no irpact on the County General Fund. The total contract amount authorized by this action shall not exceed $220,000.00. This program is included in the Solid Waste Management Enterprise Fund Budget for fiscal year 1990-1991. Disbursements to the East Valley coalition shall in no instance exceed the amount of the Disposal Tipping Fees collected fresm the cities of the East Valley region. Pre:-�e�rxtor: Marvin Shaw, Chief of Planning & Recycling 2 SOURCE REDUCTION AND RECYCLING PLANNING AGRE;EMENT 3 MEMORANDUM OF UNDERSTANDING 4 5 6 This Agreement is made and entered into as of the date set out 7 below by and between the cities of COLTON, FONTANA, GRAND TERRACE, 8 HIGHLAND, LOMA LINDA, REDLANDS, RIALTO, SAN BERNARDINO, YUCAIPA, 9 and the COUNTY OF SAN BERNARDINO, hereafter referred to as "par_ 10 ties" , all of whom shall be signatories to this Agreement . 11 12 Recitals 13 WHEREAS the California Integrated Waste Management Act of 14 1989 (AB 939 ) y as amended , requires all Cities and Counties to 15 prepare and implement Source Reduction and Recycling Elements Of 16 an Integrated Waste Management Plan ; and 17 18 WHEREAS, the Cities Of the East San Bernardino Valley togeth- 19 er with the County of San Bernardino , share a common interest in 20 the sound , environmentally safe collection and disposal of solid 21 waste materials in the East Valley area ; and 22 23 WHEREAS, the necessary studies and analyses required to 24 prepare the individual local agency plans for compliance with 25 Assembly Bill 939 can be performed more efficiently on a regional 26 basis , resulting in better coordinated planning and a lesser cost 27 to each of the parties involved ; and 28 2 WHEREAS, solid waste generated within the signatory jurisdic- 3 tions is disposed of at County landfills and the fee charged by 4 the County of San Bernardino Department of Solid Waste Management 5 for landfill use includes an amount of $1 . 00 per ton to accomplish 6 the mandates of AS 939 ; and 7 8 WHEREAS, pursuant to Government Code Section 6500 at . sec} . , 9 the parties possess in common the power to study, discuss , and 10 recommend solid waste policies , to expend funds therefore and 11 exercise such common powers jointly; 12 13 NOW, THEREFORE, the parties agree as follows: 14 15 I . Purpose of Agreement : 16 The purpose of this agreement is to fund and obtain consult- 17 ing services to study the present and future waste composition and 18 management practices within the Cities and surrounding County 19 areas for the purpose of developing source reduction and recycling 20 elements pursuant to Public Resources Code Section 40000 at . seq . for each jurisdiction . 21 22 2 . —ReQuest for Consultant Propm&_,_�_i : 23 a . An RFP has been prepared for such consulting services and 24 study describing the substance , scope and depth of the work to be 25 performed as well as qualification for the consultant to be hired , 26 in the form set out in Exhibit A, attached and incorporated as if 27 fully set forth here. 28 it 2 b . The RFP has been reviewed and the parties jointly deter- mined modifications to be made to the RFP. The parties determined 2 the process to be used for the selection of the consultant and 3 jointly selected the consultant to prepare the study. 4 5 3 . Preparation of the _Stud�2: 6 The consultant selected shall prepare a 7 study to the specifi- cation set out in a Professional Services Contract (Exhibit B) , to 9 be entered into between the City of Rialto , acting on behalf of 10 the participating agencies , and the Consultant . In determining the 11 characterization of solid waste generated , and potential programs 12 for management , the consultant and the parties shall solicit and 13 address within the completed study input from those governmental agencies whose jurisdiction includes solid waste matters , includ- 14 15 ing but not limited to , the California Integrated Waste Management Board , Environmental Health Services (LEA) , the San Bernardino 16 County Solid Waste Advisory Task Force , effected special dis- 17 tricts , solid and liquid waste haulers and recyclers . The prepa- 18 ration of the study shall include preparation of Environmental 19 Review Documents . 20 21 4. Costs of the Study: 22 The costs of this study and consultant services shall be that 23 set forth in the Agreement for Consulting Services attached 24 hereto as Exhibit B. 25 26 27 28 3 2 5 . Funding of the Study,: 3 Costs of conducting this study and consulting services pursu- 4 ant to this Agreement shall be funded from the San Bernardino 5 County Solid Waste Enterprise Fund using revenue derived from the 6 County landfill fee for AB 939 activities. The City of Redlands 7 does not dispose of its municipal waste at the County landfill and 8 shall contribute a prorate share of 10% of the study cost . if 9 money is required to fund the study prior to receipt of the County 10 landfill fee , costs shall be allocated and based upon Department 11 of Finance population. When landfill fees are received , partici- 12 gating agencies will be reimbursed for funds advanced . In the 13 event that the total project cost is less than the cost estimates , 14 pursuant to Government Code Section 6512 , the City of Redlands shall be refunded any surplus of it ' s deposited prorate share . 15 16 17 6 . Effegtive Date and Term of Agreement,: 18 This Agreement shall be effective as of the date it is signed 19 by all parties and shall terminate two years from its effective 20 date . The withdrawal of any party from this Agreement shall not 21 terminate - the Agreement . In the event that the County or a City 22 discontinues its participation in this Agreement , it shall pay its 23 fair share based upon Department of Finance population of all 24 costs incurred up to that point . 25 7. Consgitant Contract Administration : 26 27 A coordinating committee consisting of one member from each 28 jurisdiction , chaired by the Rialto City Administrator , shall be 11 4 established for the purpose of administering the Consultant Con- tract as provided in Exhibit B. Each member jurisdiction shall 2 possess one voting right on all matters before the committee. The 3 City Administrator of the City of Rialto had been selected as the 4 representative for the participating parties . He shall coordinate 5 and provide to the Consultant information received from the par- 6 ties and when necessary disseminate information or notices to the 7 other parties and generally be the representative for the group of 8 Agencies . Notwithstanding , he shall serve without compensation 9 and shall have no ability to amend or modify the Professional 10 Service Contract , or to otherwise bind the Agencies , without 11 prior written consent by the Chief Administrative Officer of each 12 jurisdiction and delegation . 13 14 8 . Amendment/Waiver : 15 This Agreement may be amended only in writing and signed by 16 all parties hereto . No waiver of any term or condition of the 17 Agreement shall be considered a continuing waiver thereof . This 18 Agreement does not prevent any of the signatory parties from 19 entering into an agreement with the consultant provided that such 20 party uses its own funding source . It is understood that subse- 21 quent agreements will not interfere with the progress of tasks set 22 forth in this primary agreement . The consultant has agreed to 23 provide additional services to the participating Agencies at the 24 same hourly wage rates indicated in the Professional Services 25 Agreement with the City of Rialto . 26 27 28 1 IN WITNESS WHEREOF, the undersigned have executed this Agreement 2 as of the dates set out , 3 4 Executed this 15th day of August , 1990. 6 B - Mayor ,� ��� 7 o f Red ands A t t e s t : fit Y O 1 r k f 10 11 12 13 14 t5 16 17 18 19 I 20 21 2 23 24 25 6 27 28 1 EXHIBIT A 2 REQUEST FOR PROPOSALS 3 PREPARATION OF SOURCE REDUCTION AND RECYCLING ELEMENT PURSUANT TO AB 939 4 5 INTRODUCTION 6 Cities in the mid-valley region of San Bernardino County, namely the Cities of Colton ,, Fontana , Grand Terrace , Highland , Loma 7 Linda , Redlands , Rialto , San Bernardino , and Yucaipa , as well as the unincorporated areas of San Bernardino County which lie within 8 the mid-valley region , are soliciting proposals from professional and technical consulting firms with the expertise and resources to 9 aSSi5t in the preparation of the Source Reduction and Recycling Element required by AB 939 , and in compliance with regulations 10 imposed by the California Waste Management Board . Ten ( 10 ) pro- posals must be received at City of Rialto City Hall , 150 South 11 Palm Avenue , Rialto , California no later than 4: 00 p. m. on Tues- day, June 12 , 1990 . Proposals received after this time will not 12 be considered . 13 BACKGROUND 14 A Committee has been formed by the Cities of Colton , Fontana , Grand Terrace , Highland , Loma Linda , Redlands , Rialto , San Bernar- 15 dino and Yucaipa . The County of San Bernardino is interested in participating in as much as there are regions of unincorporated 16 county which lie within the mid-valley region . This Committee has been formed for the purpose of planning a strategy to design and 17 implement AB 939 requirements . It is the intent of the Committee to take advantage of any possible economies of scale that might 18 arise through cooperative use of a single consultant to perform the waste characterization study and prepare the Source Reduction 19 and Recycling Element as required by state law. 20 SCOPE OF EFFORT 21 The preparation of each City ' s Source Reduction and Recycling Element can basically be separated in to two tasks: 22 TASK #1 Prepare the Source Reduction and Recycling Element 23 in compliance with AB 939 and regulations of the California Integrated Waste Management Board for each 24 participating Agency. As part of that activity the consultant should be prepared to complete all 25 submission requirements and necessary documentation in order to complete the approval process . This will 26 include representation at a minimum of 5 committee meetings during the preparation and approval process . 27 After Committee approval , submission of the element to the State/County regulatory body must be completed 28 by July 1 , 1991 . 1 1 TASK #2 Upon completion and approval of the plan , provide assistance to Cities during program implementation 2 or until a City can proceed independently. 3 Both of these tasks will involve working closely with the staffs of each respective City as well as the County of San Bernardino 4 and the Solid Waste Task Force . While some elements are common to all city plans , preparation of the implementation plans must be 5 tailored to the need of each city as well as the unincorporated areas of San Bernardino County within the east valley region . 6 Plans submitted should consider the possibility of working with local waste haulers of City Sanitation Departments to assist with 7 the waste characterization study. 8 CONTENTS OF THE SOURCE REDUCTION AND RECYCLING ELEMENT (TASK *1 ) 9 At a minimum the Source Reduction and Recycling Element shall include all the current legislative and regulatory content re- 10 quirements including , but not limited to the following: 11 1 . WASTE CHARACTERIZATION (Solid Waste Generation Study) 12 A. Methodology to quantify two of the following three components for each jurisdiction : 13 quantities generated , disposed , or diverted B. Volume 14 C. Weight D. Material type 15 E. Source Generation (Residential , Commercial , Industrial , Governmental , Institutional , etc . ) 16 F. Seasons 17 2 . SOURCE REDUCTION A. Program and implementation schedule 18 B. Target materials C. Methodology to determine the amount and categories to 19 be diverted D. Facility needs to implement reduction , recycling and 20 composting elements E. Disposal rate evaluation 21 3 . RECYCLING 22 A. Methodology for determining current levels of recycling within each jurisdiction 23 B. Program and implementation schedule C. Target Materials 24 D. Methodology to determine the amount and categories to be recycled . 25 E. Facility needs to implement recycling element F. Evaluation of alternative programs to achieve goals 26 G. Methodology to identify and locate end-markets for recyclable materials 27 28 2 1 4. COMPOSTING A. Program and implementation schedule 2 B. Target materials C. Methodology to determine the amount and categories to be 3 composted D. Facility needs to implement composting element 4 E. Methodology to increase the end market for composted materials 5 5 . SOLID WASTE FACILITY CAPACITY 6 A. Identification of all existing permitted landfills and transformation stations 7 B. Capacity needs projection for 15 year period 8 6 . EDUCATION AND PUBLIC INFORMATION A. Program and implementation schedule of the short , 9 medium and long planning periods B. Selection of program alternatives 10 C. Monitoring and evaluation 11 7. FUNDING A. Projected costs 12 8. Projected revenue sources 13 8. SPECIAL WASTES A. Asbestos 14 B. Sewage sludge C. Tires 15 D. Sulky Wastes 16 9 . HOUSEHOLD HAZARDOUS WASTES A. Program and implementation schedule for diversion and 17 disposal of household hazardous wastes B. Target materials 18 C. Methodology to determine the amount and categories of household hazardous wastes 19 0. Facility needs to implement household hazardous waste components 20 E. Evaluation of alternative programs to achieve goals F. -Identification and location of end-markets for 21 recyclable household hazardous wastes 22 PROGRAM IMPLEMENTATION (TASK #2-) 23 Until participating cities have the experience and resources to 24 proceed independently, the consultant will be expected to provide assistance to each City which may include , but will not be limited 25 to , the following : 26 1 . Update the element pending additional regulations 27 2 . Provide assistance with selection and procurement of equipment 28 3 . Meet as needed with each City' s staff 3 1 4. Provide assistance with education and public information 2 5 . Develop training tools/timeline for each City to 3 become independent in ability to implement program 4 PROPOSAL REQUIREMENTS 5 Prospective consultant shall include in their proposal , at a 6 minimum, the following information : 7 1 . A detailed outline of the proposed approach to accomplish 8 the required tasks . 2 . One section of the proposal should be clearly identified 9 as "Consultants Qualifications" and shall contain a written description of the consultant ' s experience and 10 relative qualifications that will include , but are not 11 limited to , the Consultants responses to the following : a . Name , title , and solid waste planning experience 12 and qualifications of the consultant and all other staff who may be assigned to this project , including 13 a list of any similar projects that the consultant 14 has recently completed . b . Describe any relative past experience in the 15 development of waste characterization assessment methodology including Quantitative Field Analysis , 16 Materials Flow and use of combined methodology as 17 well as program design and implementation. 3 . A description of services to be rendered and anticipated 18 time frame/schedule listing all specific work tasks , 19 time required , and staff assigned to each task . 4. A separate cost estimate for Task #1 stated in a not-to- 20 exceed figure based on actual time and materials required to complete the project and desired payment schedule 21 (not less than 30 day billing cycles ) . Peripheral costs , such as printing and appearances at additional 22 meetings should be listed . Due to the open-ended nature of Task #2 , the cost estimate should be based on the 23 consultant ' s hourly fees . 24 5. Copies of similar plans recently prepared by the firm. 25 6 . Proposals and final reports should be on paper with recycled content . 26 27 28 I PRE-SUBMITTAL MEETING 2 Prior to accepting proposals , an informal meeting will be held with interested firms in attendance . The purpose of the meeting 3 is to answer any questions pertaining to the project or the R. F. P. requirements . The scheduled time and date of the meeting is 4 3 : 00 p .m. , June 5 , 1990 at City of Rialto City Hall , 150 South Palm Avenue , Rialto , California. 5 6 SUBMISSION OF PROPOSALS 7 10 copies of the proposal shall be delivered no later than 4: 00 p .m. , on June 12 , 1990 to the following: 8 9 Selection Committee c/o Michelle Bancroft , Administrative Assistant 10 Rialto City Hall 150 South Palm Avenue 11 Rialto , CA 92376 12 Potential Consultants may contact the City of Rialto ' s City Administrator ' s Office on any matters related to the project . 13 14 EVALUATION OF PROPOSALS 15 A selection committee shall review the proposals . Each firm being considered may be evaluated , taking into account their location , 16 reputation , experience , size , personnel available , quality of references , financial standing , work load , ability to complete the 17 project on schedule or other factors peculiar to the project . The selection committee may also consider the sort of services to be 18 provided . At this time , the Selection Committee may select the top consultant (s ) for personal interviews . 19 The Selection process will be as follows: 20 1 . The Selection Committee will evaluate all consultants , 21 interview a short list and make a final recommendation for selection. 22 2. The firm recommended by the Selection Committee will be 23 invited to discuss the project and negotiate compensation , terms , and conditions. 24 3 . If agreement is not reached , the negotiations will be 25 terminated and similar interviews will be conducted with the second firm. 26 . After reaching successful negotiations with the selected 27 Consultant , a contract shall be prepared and submitted to the Committee for approval . 28 1 All costs incurred in the preparation of the proposals , the sub- mission of additional information , and/or in any other aspect of a 2 proposal prior to the award of a written contract , will be borne by the respondent . The Committee will provide only staff assist- 3 ance and will not be responsible for any other costs or obliga- tions of any kind which may be incurred by a respondent . All 4 proposals shall become the property of the Committee . 5 INSURANCE REQUIREMENTS 6 The contract between the Committee and the consultant will contain 7 provisions for indemnity and insurance as follows : A. Indemnification and Insurance 8 The Committee , its agents , officers, volunteers , and employees , shall not be liable for any claims , 9 liabilities , penalties , fines or for damage to any goods , properties or effects of any person , caused by or result- 10 ing from any negligent acts , errors or omissions of the Consultant or the Consultant ' s agents , employees, or 11 representatives , not including liability by reason of acts or omissions caused by the Committee , their agents , volun- 12 teers or employees, any Costs or expenses incurred by the 13 Committee on account of any claim therefore . In order to accomplish the indemnification herein provided 14 for , the Consultant shall secure and maintain throughout the term of the contract the following types of insurance 15 with limits as shown: 16 1 . Workers ' Compensation Insurance within statutory limits . The Consultant shall require the carriers 17 furnishing such insurance to waive all rights of subrogation against the Committee , its officers , 18 employees , volunteers , contractors and subcontractors . 19 2 . Comprehensive General and Automobile Liability Insurance , including contractual liability coverage 20 and including automobile , for owned and non-owned vehicles , with a combined single limit of not less 21 than one million dollars ( $1 ,000 ,000. 00) for bodily injury and property damage and as necessary for the 22 work , with the companies and form of policy or poli- cies subject to review and approval be the Committee. 23 3 . The Consultant shall furnish certified copies of 24 all policies and endorsements to the Committee evi- dencing the insurance coverage above prior to com- 25 mencement of performance of services hereunder ., and shall provide that such insurance shall not be termi- 26 nated or expire except with ten ( 10) days prior writ- ten notice to the Committee and shall maintain such 27 insurance from the time Consultant commences perform- ance of services hereunder until the completion of 26 such services . EXHIBIT 8 2 AGREEMENT FOR 3 CONSULTANT SERVICES RELATING TO PREPARATION OF SOURCE REDUCTION AND 4 RECYCLING ELEMENTS PURSUANT TO AB 939 5 (PUBLIC RESOURCES CODE 40000 ET SEQ. ) 6 7 8 THIS AGREEMENT is made and entered into this day of 9 1990 , by and between the City of Rialto acting as 10 an agent for the cities of Colton , Fontana , Grand Terrace , High- 11 land , Loma Linda , Redlands , Rialto , San Bernardinoo Yucaipa and 12 the County of San Bernardino (collectively, the "Agencies" ) , 13 pursuant to that certain source reduction and recycling planning 14 1 agreement between the agencies , and EMCON Associates , hereinafter 15 called "Consultant " . 16 17 18 WITNESSETH: 19 20 WHEREAS, the Agencies have a need for the services of a 21 Consultant to prepare source reduction and recycling elements for 22 each jurisdiction pursuant to Public Resources Code 40000 at seq . 23 24 WHEREAS, the Consultant asserts that he is specially 25 trained , experienced and competent to perform such services ; 26 27 NOW THEREFORE, THE PARTIES DO AGREE AS FOLLOWS: 28 2 1 . The Agencies hereby employ the Consultant to perform 3 the Scope of Work as described in Attachment 1 for each partici- 4 pating Agency. 5 6 2 . The Agencies shall compensate the Consultant in ac- 7 cordance with cost estimate provided in Attachment 2 not to exceed 8 a maximum amount of $183 , 000 , with a contingency of 20%, over the 9 term of this Agreement payable monthly, 30 days after receipt of 10 an invoice for work completed . 11 3 . Where the payment terms provide for compensation on a 12 13 time and materials basis , the Consultant shall maintain adequate 14 records to permit inspection or audit of the Consultant ' s time and 15 material charges under this agreement . The Consultant shall make 16 such records available to the Agencies . The Consultant shall 17 maintain and keep books and records on a current basis , recording 18 all transactions pertaining to this agreement in a form in accord- 19 ance with generally acceptable accounting principles. Said books 20 and records shall be made available to the Agencies , the State of California-, and the Federal Government , and to any authorized 21 representative thereof for purposes Of audit at all reasonable 22 times and places . All such books and records shall be retained 23 for such periods of time as required by law, provided , however , 24 notwithstanding any shorter periods of retention. All books , 25 records , and supporting detail shall be retained for a period of 26 at least three years after the expiration of the term of this 27 agreement . 28 2 4. The Consultant shall commence work upon receipt of 3 written direction to proceed from the Contract Administrator . 4 5 5 . The Agencies and the Consultant agree that the sched- 6 ule described in Attachment 3 represents their beat estimates with 7 respect to completion dates and both Consultant and Agencies 8 acknowledge that departures from the schedule may occur except for 9 the following dates which shall be met : 10 I . The Preliminary Drafts of the Source Reduction and 11 Recycling Element for each participating jurisdiction will be 12 submitted to participating Agencies no later than March 1 , 1991 . 13 ii . Preliminary Final Drafts will be presented to the AB 14 939 Task Force at its April 1991 Meeting for its review. 15 iii . The approved Final Drafts will be submitted to 16 reviewing Agencies within San Bernardino County government no 17 later than July 1 , 1991 . 18 iv. CEQA requirements will be completed within the time- 19 frame set by the IMWB so that no fines are incurred by the partic- 20 ipating agencies . 21 22 Both the Consultant and Agencies will use responsible efforts to 23 notify one another of changes to the schedule. 24 25 6. The term of this Agreement is for a two-year period 26 and may be extended on a month to month basis for a maximum of 27 twelve (12 ) additional months upon the express written consent of 28 3 1 the Consultant to such extension and the approval thereof by the 2 Agencies. Either party may terminate this agreement for any 3 reason upon thirty (30 ) days written notice to the other . The 4 written notice shall specify the date of termination and the 5 reasons for termination . Upon receipt of such notice , the Con- 6 sultant may continue work on the Project through the date of 7 termination . The Agencies shall pay the Consultant for all work 8 performed before the date of termination within thirty (30 ) days 9 of the date of termination . 10 11 7. The Consultant , in performing services under this 12 Aqreement , shall not be considered as an employee of any City for 13 any purpose , but for all intents and purposes shall be considered 14 as an independent contractor . The Consultant may also retain or 15 subcontract for the services of other necessary consultants with 16 the approval of the Agencies . Payment for such services shall be 17 the responsibility of the Consultant . 18 19 8. An Agency representative shall be designated by the 20 Agencies and a Consultant representative shall be designated by 21 the Consultant . The Agency representative shall be the primary 22 contact person for each party regarding performance of the agree- 23 ment . The Agency representative shall cooperate with the Consult- 24 ant and the Consultant representative shall cooperate with the 25 Agencies in all matters regarding this agreement and in such a 26 manner as will result in the performance of the work in a timely 27 and expeditious manner . 28 1 4 CITY REPRESENIAT,IVF CONSULTANT REPRESENTATIVE 2 City Administrator Michael Dean, P. E. 3 City of Rialto EMCON Associates 150 S. Palm Ave . 140 Camino Ruiz 4 Rialto , CA 92476 Camarillo , CA 93012 5 6 9 . The Consultant shall employ no Agency Official or 7 employee in the work performed pursuant to this agreement . No 8 officer or employee in the Agencies shall have any financial 9 interest in this agreement in violation of California Government 10 Code Sections 1090 and following ; nor shall the Agencies violate 11 any provision of their Conflict of Interest Code adopted pursuant 12 to the provisions of California Government Code Section 87300 and 13 following . No Resident Commissioner shall be admitted to share 14 any part of this agreement or any benefit which may arise from the 15 same . 16 17 10. The Consultant agrees to defend , indemnify, save and 18 hold Agencies , its officers , agents and employees harmless from 19 any claim or suits that may be brought by third persons on account 20 of personal injury, death , or damage to property, or property of 21 business or personal injuries , arising from any negligent act or 22 omission by the Consultant while performing service under this 23 Agreement . 24 25 11 . Liability Insurance : 26 In order to accomplish the indemnification herein 27 provided for but without limiting the indemnification, the Con- 28 sultan-t shall secure and maintain throughout the term of the con- 2 tract the following types of insurance with limits as shown: 3 A. Worker 's Compensation - A program of Worker 's Compensation 4 Insurance or a state-approved self insurance program in an amount and form to meet all applicable requirements of the 5 Labor Code of the State of California , including Employer ' s Liability with $250 ,000 limits , covering all persons 6 providing services on behalf of the Consultant and all risks 7 to such persons under this agreement . B. Comprehensive Generaland Automobile Liability Insurance 8 This coverage to include contractual coverage and automobile liability coverage for owned , hired , and non-owned vehicles . 9 The policy shall have combined single limits for bodily injury and property damage of not less than one million 10 dollars ( $1 ,000 , 000 ) . 11 C. Errors and Qminubility Liability Insurance - With single limits of one million ( $1 , 000 , 000 ) for bodily injury and 12 property damage. 13 The Consultant shall immediately furnish certificates of insurance 14 and within sixty (60 ) days provide certified copies of endorse- 15 ment5 to the City of Rialto evidencing the insurance coverage 16 above required prior to the commencement of performance of 5erv- 17 ices hereunder . Such insurance shall not be terminated or expire 18 without thirty (30 ) days written notice to the City of Rialto and 19 Consultant shall maintain such insurance from the time Consultant 20 commences performance of service hereunder until the completion of 21 such services. 22 All policies, with respect to the insurance coverage above re- 23 quired , except for the Worker ' s Compensation insurance coverage 24 and errors and omissions liability insurance shall obtain addi- 25 tional endorsements naming th Agencies , their employees , agents , 26 volunteers , and officers as additional named insured with respect 27 to liabilities arising out of the performance of services hereun- 28 der . 6 The Consultant shall require the carriers of the above required 2 coverage (except errors and omissions and automobile policies ) to 3 wave all rights of subrogation against the Agencies , their offi- 4 cars , volunteers , employees , contractors and subcontractors . 5 6 All policies required above are to be primary and noncontributing 7 8 with any insurance of self- insurance programs carried or adminis- 9 tered by the Agencies. 10 12. The Consultant shall use reasonable care and dili- 11 Bence to comply with applicable federal , state , and local laws in 12 the performance of work under this agreement . 13 14 13 . The Consultant will comply with the provisions of the 15 Worker ' s Compensation and Insurance Law of the State of Califor- 16 nia . 17 18 14. During the performance of this agreement , the Con- 19 sultant will not discriminate against any employee or applicant 20 for emplo'yment because of race , religion , creed , color , national 21 origin , sex or age . Such action shall include , but not be limited 22 to the following: employment , upgrading , demotion, or transfer ; 23 recruitment or recruitment advertising ; layoff or termination ; 24 rates of pay or other forms of compensation ; and selecting for 25 training, including apprenticeship . The Consultant will ensure 26 that all qualified applicants will receive consideration for 27 employment without regard to race , color , religion, sex or nation- 28 al origin. 2 3 15 . All notices to be given pursuant to this Agreement 4 shall be deposited with the Untied States Postal Services postage 5 prepaid and addressed as follows : 6 7 Agency: Consultant : City Administrator EMCON Associates 8 City of Rialto 140 Camino Ruiz 150 S. Palm Avenue Camarillo., CA 93012 9 Rialto , CA 92476 10 11 Nothing in this paragraph shall be construed to prevent the giving 12 of notice by personal service . 13 14 16. All plans , specifications , reports and other documents 15 prepared by the Consultant pursuant to this agreement shall become 16 the property of the Agencies . The Agencies are entitled to full 17 Use Of Such plans , specifications , reports and other documents for 18 this Project . The Agencies may also retain the original of the 19 documents upon request . The Agencies acknowledge and agree that 20 all plans , specifications , reports and other documents prepared by 21 the Consultant pursuant to this agreement shall be used eXCIU5iVe- 22 ly on this Project and shall not be used for any other work with- 23 out the written consent of the Consultant . In the event the 24 Agencies and the Consultant permit the reuse or other use of the 25 plans , Specifications, reports or other documents, the Agencies 26 shall require the party using them to eliminate any and all refer- 27 ences to the Consultant from the plans , specifications , reports 28 and other documents . The Consultant may not apply for copyrights 1 8 2 or patents on all or any part of the work performed under this 3 agreement . Reuse shall be at the sole risk of the party reusing 4 such plans , specifications , reports , and other documents and the 5 Agencies hold Consultant harmless from liability arising out of 6 such reuse by others. 7 8 17. This document contains the entire agreement between 9 the parties . This agreement may be modified or amended only by a 10 subsequent written agreement signed by both parties. 11 12 18. The laws of the State of California shall govern the 13 rights , obligations , duties and liabilities of the parties to this 14 agreement and shall also govern the interpretation of the agree- ment . 15 16 IN WITNESS WHEREOF, the parties have caused their authorized 17 representative to execute this agreement on this day of 18 , 1990. 19 CITY OF RIALTO 20 21 22 CONSULTANT 23 24 25 By: 26 27 28 9 ATTACHMENT 1 2 SCOPE OF WORK 3 4 5 The work to be performed under this contract will consist of two 6 major tasks . First EMCON will complete the necessary components 7 of the SRPE consistent with AB 939 , AB 1820 , and the planning 8 guidelines published in California Code of Regulations (CCR) Title 9 14. Upon completion and approval of the plan , EMCON will partici- 10 pate in the second task by providing assistance to the Cities 11 during program implementation . Reference to Cities in the follow- 12 ing description of tasks and subsequent attachments include the 13 cities of Colton , Fontana , Grand Terrace , Highland ), Loma Linda , 14 Redlands , Rialto , San Bernardino , and Yucaipa as well as that 15 region of unincorporated county area included within the east 16 valley region . The tasks and subta5k5 , described below, outline 17 the work to be undertaken to complete the project . 18 19 TASK 1 - Prepare Source Reduction and Recycling Elements 20 21 The following ten subtasks describe the work to be done to 22 complete the SRRE. 23 24 25 TASK 1-1 - Conduct Solid Waste Generation Study EMCON will characterize the solid waste stream, (prepare a 26 solid waste generation study) consistent with AB 939 (as 27 amended by AB 1820 ) . The focus of this task will be to deter- 28 10 1 mine the composition , quantity, and source of solid waste 2 disposed of by the Cities . A solid waste diversion charac- 3 terization is also needed to complete the waste characteriza- 4 tion . The approach is described below: 5 6 Gather and Evaluate Available Data . The purpose of this task 7 is to gather relevant background data necessary to develop 8 appropriate sampling programs for each municipality in the 9 project area , as well as the unincorporated portions of the 10 county within the study area . EMCON will review information 11 provided by the Cities relevant to the area 's solid waste 12 collection and disposal system, and demographic data for each 13 of the jurisdictions . The information required from the 14 Cities may include , but are not necessarily limited to , the 15 following: 16 One year disposal site vehicle records 17 Hauler service areas , types and number of 18 pick-up points , average quantities of waste , and route information 19 Census and demographic data for each of the 20 jurisdictions including number and type of residences , commercial , industrial , or other 21 facilities served . 22 San Bernardino County General Plan 23 Population data , California Department of Finance 24 Employment data , California Department of 25 Employment Development 26 California Department of Commerce data 27 Local cities published reports 28 1 2 QeYAIQR !gotta Qi*pgj l § p 1 ins M t o 21 In order to obtain results that reflect the solid waste dis- 4 prised in each jurisdiction, a standardized sampling program ` will be developed. i The program is intended to adequately sample the loads and represent the quantities , categories ars 6 7 origins of wasters ty icaall a disposed. The information provided by ;the Cities during the first step 9 wi 11 be used to develop this sampling program. Subtasks to be 1(} conducted include the fallowing: 11 12 Identify the population of solid wasstea generators (e g . , residential , commercial , 1 industrial , other ) 14 determine if stratification of the population 15 is required 16 Identify sample number and sample size Determine sample locations and schedule 17 �* Preselect , to the extent possible, 18 residential , commercial and industrial waste delivery vehicles for sampling` 19 Define field procedures 20 Coordinate sampling with the County, Cities, 21 haulers, and disposal sate operator 22 23 EMCON proposes to conduct the solid waste disposal chaa actesri-- 24 zaat ion over a six-month period. The data gathered will be 25 used to project the quantities of wastes that will be disposed 26 of over the remaining six months of the year. 27 28 EMCI:N proposes " to sample during two seasons: summer and 12 winter . These seasons reflect fluctuations in yard waste 2 3 disposal and student populations at local colleges and univer- sities of the latter is shown to be significant ) . These 4 sampling periods will also allow sampling to begin immediate- 5 ly, an important factor in meeting project deadlines . EMCON 7 anticipates sampling for one full week during each of these two sessions to account for waste quantity variations during 8 the course of a week . The Waste disposal characteristics of 9 the remaining six months of the year will be projected. 10 11 Demographic data from each jurisdiction will be reviewed to 12 determine if there are any jurisdictions that can share solid 13 waste Composition data . 14 15 Develop Waste Diversion Sampling MethodologU 16 EMCON will review information in existing reports provided by 17 the Cities regarding waste diversion . The available infor- 18 mation shall be segregated by jurisdiction , if possible. A 19 survey form will be developed for mailing by the Cities to 20 request information from companies engaged in waste-diversion 21 activities (e . g. , recycler5 , salvage yard operators ) . Sources 22 of recycled wastes will be requested from each contact so 23 multiple counting by several jurisdictions can be avoided . We 24 anticipate the need to coordinate follow-up contacts through 25 the appropriate jurisdiction in order to gain additional 26 information . The information obtained from this survey will 27 be reviewed , by jurisdiction , for its usefulness. 28 13 2 Conduct Disposal Sampling Program 3 EMCON will collect the required samples into the eight waste 4 categories and the appropriate number of waste types for each 5 jurisdiction . The weight and volume of sampled material will 6 be identified , as well as the source of the sample. 7 8 EMCON will use a mobile conveyor belt unit with eight sorting 9 stations for the sorting process . Waste will remain 5egregat- 10 ed by jurisdiction before and during the waste sorting activi- 11 ties . 12 13 ConductDiversionStuds� 14 Based on the results of the waste diversion survey, data may 15 need to be developed to supplement the information that was 16 obtained . For example , if there is an insufficient response 17 from the survey for a particular diversion category, then 18 sampling from the nonre5pondent5 may be needed. In this task , 19 field surveys may be conducted at random by selected location 20 to get additional data to estimate the quantity and type of 21 each diverted waste . 22 23 Tabulate and AnaUze Data 24 The sampling data will by entered into a computer database for 25 analysis . The sample mean and variability will be determined 26 for each waste category and type , by jurisdiction . A 90 27 percent confidence limit will be set around the mean for each 28 Waste category and waste type identified . 14 2 3 It may be necessary to adjust the data analysis to include 4 waste categories and waste types that are known to be in the 5 waste stream, but were overlooked in the random sampling proce- 6 Jure . Any potential adjustments will be discussed with the 7 appropriate jurisdiction before they are completed. The 8 statistical analysis of the data will be delivered to the 9 agencies on both traditional and computer media. 10 11 Task 1-2 - Develop Source Reduction Component . 12 EMCON will develop a source reduction component and implemen- 13 tation schedule for the Cities . First EMCON will review the 14 existing data provided by the Cities on source reduction being 1$ performed by both the public sectors . This information , along 16 with the data from the waste characterization study, will be 17 used to identify and evaluate alternatives for source reduc- 18 tion programs . The alternatives will include the following: 19 Rate structure modifications (options will be 20 identified but a detailed rate structure analysis will not be performed) 21 Creation of economic incentives 22 Technical assistance to instructional and 23 promotional alternatives 24 Development of new regulatory programs 25 Local government reduction programs 26 27 The evaluation of source reduction alternatives will include 28 effectiveness , flexibility, implementability, need for addi- tional facilities , consistency with other plans and programs , 2 and estimated cost of implementation . Criteria for evaluating 3 target materials will include durability, reusability, recy- 4 clability , and the waste stream composition. 5 6 Task 1-3 - Develop Recycling Component 7 EMCON will develop recycling components and implementation 8 schedule for SRRE ' s which will include 9 Statement of program goals and market 10 development objectives including identification of target materials 11 Description of the existing recycling 12 program(s ) , including present quantities diverted 13 Evaluation of alternatives including source 14 separation , drop-off recycling , buy-back recycling , manual and mechanical separation 15 methods , salvage at area landfills, and zoning requirements and rate structures to 16 encourage recycling 17 Description of the selected program for each City, including end users or markets , and 18 quantities to be diverted by the program 19 Implementation plan for the selected program 20 Monitoring and evaluation of the program' s effectiveness 21 22 EMCON will summarize information on waste quantities collected 23 and diverted by the Cities through the identified collection 24 and drop-off programs . EMCON will also randomly interview a 25 limited number of local recyclers who currently operate within 26 the area to compile the following information: 27 Existing and planned operations 28 16 1 * Current quantities diverted by type 2 * Current markets for diverted materials 3 To evaluate the program alternatives mandated by AB 939 , EMCON 4 will use demographic and economic information specific to each 5 of the Cities . Alternatives to be reviewed and evaluated 6 include local or regional materials recovery facilities , 7 source separation , drop-off and buy-back recycling centers , 8 and selvage operations at the local landfills . 10 EMCON will develop ranges of costs for each of the program 11 alternatives . We will use information from the existing 12 diversion programs supplemented by additional financial , 13 population , and employment data provided by each of the Cities 14 to develop conceptual level costs for each of the diversion 15 alternatives . This information will be used in task 1-7. 16 17 Task 1-4 - Develop Composting Component 18 EMCON will develop composting components for each of the 19 Cities . Working with the Cities , EMCON will review available 20 systems for composting and consider the following , where 21 appropriate , when evaluating those systems: 22 Space constraints 23 Target materials 24 Peak seasonal and total compostable material 25 quantities 26 Site impact considerations 27 Product quality and marketability 28 Existing rand potential end markets or end users 2 3 EMCON will identify compostable target materials and evaluate 4 the existing and potential markets and the marketability for 5 various compost products . 6 7 EMCON will list existing local compost market development 8 activities including ( 1 ) government procurement programs that 9 are identified by the Cities , (2 ) economic development 10 activities , and (3 ) consumer incentives . 11 12 Task 1-5 - Develop Solid Waste Facility Capacity Component 13 In this task EMCON will identify the additional disposal 14 capacity needed to accommodate anticipated solid waste genera- 15 tion for a 15-year period following local adoption of the 16 ERRE. The needs projection will be based on the projected 17 amount of solid waste generation , diversion, transformation , 18 and exportation/importation . 19 20 Task 1-6 Prepare Public Education/Information Component 21 EMCON will develop public education/information components 22 that addresses the following : 23 24 Statement of objectives 25 Description of the existing education and information programs 26 The identity of solid waste generators that 27 will be targeted in education and public information programs 28 18 Discussion of program implementation including methods to monitor achievement of 2 the objectives and establishment of a 3 monitoring and reporting schedule 4 5 6 7 Task 1-7 - Prepare Revenue Funding Component 8 Once the components of the preferred programs have been de- 9 fined , EMCON will estimate total program costs for each of the 10 jurisdictions . 11 12 Each of the jurisdictions will identify their alternative 13 sources of funds , including the funds for program planning , 14 development and implementation . EMCON will incorporate this 15 information into the funding component . 16 17 Task 1-8 - Develop Special Waste Program Component 18 The special waste component will describe existing waste 19 handling and disposal practices for special wastes including , 20 but not limited to , tires , bulky goods , asbestos, and sewage sludge- that is not hazardous waste . This component of the 21 SRRE will identify current and proposed programs to provide 22 for the proper handling , reuse and long-term disposal of 23 special wastes . 24 25 EMCON will use the existing San Bernardino County Solid Waste 26 Management Plan in order to describe the existing waste han- 27 filing and disposal practices for special wastes. We will work 28 19 closely with the Cities to identify current and proposed 2 alternatives . 3 4 Task 1-9 - Develop Household Hazardous Wastes Component 5 EMCON will develop a household hazardous wastes (HHW) compo- nent that includes 6 7 Description of current methods for HHW source reduction , recycling , collection , treatment 8 and disposal 9 Types and quantities of HHW reduced , recycled , collected , treated , or disposed of 10 through existing programs 11 Evaluation of HHW program alternatives 12 Description of the selected program 13 Implementation plan and schedule for the selected program 14 15 Task 1-10 Develop Integration Component 16 17 The integration component will explain how the various other 18 components of the SRRE combine to achieve the 25 percent and 19 50 percent goals mandated by AB 939 . This component will include 20 21 A description of the hierarchy of selected integrated waste management practices to be 22 implemented by the various jurisdictions within the Cities . 23 An explanation of how the selected program 24 maximizes the use of all the available mandates 25 An explanation of how the individual 26 components total to achieve the diversion mandates 27 An explanation of how priorities between 28 components were determined 20 2 A schedule for program implementation 3 4 Attend Meetings 5 Emcon is prepared to attend five meetings with the agencies 6 related to the review of the SRRE. For cost estimating pur- 7 poses ), we have assumed a maximum of 40 hours for EMCON to 8 attend all five meetings . 9 10 Prepare and Submit Reports 11 EMCON will submit 20 copies of the preliminary draft SRRE to 12 the contract administrator for review and comment . The pre- 13 liminary draft SRRE will be modified , if necessary, to address comments . 14 15 16 Twenty copies of the final report will be prepared and for- warded to the contract administrator for distribution. 17 18 19 TASK 2 - General Consulting 20 Additional meetings may arise over the course of this project which ' have not been identified at this time. EMCON will 21 attend additional meetings and provide technical input on 22 issues which may arise in the future. These additional serv- 23 ices will be provided , as needed , at the request of the con- 24 tract administrator 25 26 TASK 3 - Prepare Environmental Documents 27 An initial study will be prepared to evaluate the need for 28 21 1 environmental documents . It is anticipated that the results 2 of the initial study will indicate that no significant impacts 3 would result from the programs recommended in the SRRE. Based 4 on this assumption , a mitigated negative declaration will be 5 prepared to address the need for CEQA compliance . 6 7 TASK 4 - Program Implementation 8 EMCON will provide assistance to the Cities during implementa- 9 tion of the Integrated Waste Management Plan. Work on the 10 following tasks is anticipated : 11 12 Update the SRRE to reflect changing regulations 13 Assist with selection and procurement of equipment 14 Meet (as necessary) with City staff 15 Assist with education and public information 16 Develop training tools and timeline for each Cita 17 to become independent in their ability to implement a program 18 19 The individual level of assistance provided to each entity 20 vary and cannot be specifically defined until the draft SRRE 21 is complete . Therefore , work to be completed under this task will need to be refined at the conclusion of task 1-10 . 22 23 24 25 26 27 28 22 ATTACHMENT 2 2 COST ESTIMATE 3 4 5 The cost estimate for this project is summarized below. Our 6 estimated cost for the preparation of the SRRE (Task 1 ) is $177 -000. Funds under Task 2 will not be expended without prior 7 written authorization from the contract administrator. The costs 8 9 associated with preparing the environmental documents (Task 3 ) 10 includes $5 , 000 for the preparation of initial studies and $1 ,000 11 for the preparation of a mitigated negative declaration. Scope and costs for work under Task 4 will be negotiated with an adden- 12 13 dum to this agreement . 14 15 TASK: ES-TIMATED COST: 16 1 Waste Generation Study $117,000 17 SRRE Preparation $ 60 ,000 18 2 Additional Services $ 37p000 19 3 Environmental Document $ 6 ,000 20 TOTAL: $220 ,000 21 22 Note: An estimated dollar figure needs to be inserted for Task 2 , which will not be expended without prior written authoriza- 23 tion by the contract administrator . This will allow a smooth transition from Task 1 to Task 2 with no time delay 24 in obtaining approval from the 10 various entities . 25 26 27 28 23 1 ATTACHMENT 2 3 SCHEDULE 4 EMCON will begin work within 1 week of the written authorization 5 to proceed. In accordance with the AB 939 requirements , the SRRE 6 will be completed before July 1 , ',1991. 1e propose td complete the 7 preliminary draft SRRE by March 1 , 1991. The duration of the 8 second phase of ;the project , Program Implementation , is contingent 9 upon the needs of the Cities , The EIR process caro also begin at 10 the discretion of the Cities, 11 1 13 14 15 16 17 1 19 20 1 22 23 4 2 28 27 28