HomeMy WebLinkAboutAgreement A-16-504 with Abbe & Associates LLC.pdf
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
AGREEMENT FOR CONSULTANT SERVICES
THIS AGREEMENT is made and entered into this ____ day of _____, by and
between the COUNTY OF FRESNO, a Political Subdivision of the State of California,
hereinafter referred to as “COUNTY”, and ABBE & ASSOCIATES, LLC, located at 1028
Fair Oaks Avenue, Alameda, CA 94501, hereinafter referred to as “CONSULTANT”.
WITNESSETH:
WHEREAS, the Integrated Waste Management Act of 1989, Assembly Bill 939,
codified as Public Resources Code Section 40000, et seq. (“AB 939”), requires that
each local jurisdiction in the state divert fifty percent (50%) of discarded materials (using
a per capita disposal measurement system) from landfill disposition; and
WHEREAS, in order to comply with state regulations, in 1996, the COUNTY
Board of Supervisors (“COUNTY BOARD”) adopted the County’s Integrated Waste
Management Plan, which includes a Source Reduction and Recycling Element, a
Household Hazardous Waste Element, a Nondisposal Facility Element, a County Siting
Element and a County Integrated Summary Plan. These plans describe programs,
activities, and tasks that the County would undertake to achieve AB 939 state-mandated
goals; and
WHEREAS, the COUNTY published a Request for Proposal No. 918-5467, dated
April 12, 2016, with a closing date of May 18, 2016, hereinafter “RFP”, attached hereto
as Exhibit “A” and incorporated herein by reference, in order to seek independent and
professional consulting services from a qualified firm, as stated therein, to assist the
COUNTY to develop a strategic solid waste management plan to administer and
manage the various solid waste streams throughout the County; and
WHEREAS, CONSULTANT submitted a Proposal to the COUNTY, dated May
18, 2016, in response to the RFP (hereinafter “CONSULTANT’S Proposal”), attached
hereto as Exhibit “B”, and incorporated herein by reference; and
WHEREAS, CONSULTANT’s Proposal represents to COUNTY that:
1. CONSULTANT is highly qualified to provide efficient and responsive
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
independent, professional consulting services to the COUNTY for the
development of a comprehensive strategic solid waste management
plan;
2. CONSULTANT is familiar with and has a comprehensive
understanding of the solid waste industry and AB 939 regulatory
compliance;
3. CONSULTANT has extensive experience in serving public sector
clients;
4. CONSULTANT proposes a skillful team which has worked on similar
engagements for other government agencies; and
WHEREAS, COUNTY and CONSULTANT desire to enter into an agreement for
the provision of consulting and regulatory compliance review services as requested by
the COUNTY and proposed by CONSULTANT.
NOW, THEREFORE, the parties agree as follows:
I. GENERAL PROVISIONS
A. Each party shall designate a person who shall serve as that party’s
primary contact for the purpose of administering this Agreement. Such designated
person shall be known as a “Primary Contact”. The County Public Works and Planning,
Deputy Director of Resources and Administration (“Deputy Director”) shall be the
COUNTY’S Primary Contact for the purpose of administering this Agreement for the
COUNTY. Ruth Abbe, Principal Partner, shall be the Primary Contact for the
CONSULTANT in the CONSULTANT’S performance of its services hereunder. Either
party to this Agreement may change its Primary Contact at any time by immediately
notifying in writing the other party’s then-current Primary Contact of such a change.
B. The CONSULTANT will assign CONSULTANT’s professionals
identified in this Agreement (hereinafter “CONSULTANT’s Professional Team”) to
perform services under this Agreement for the term hereof. CONSULTANT’s
Professional Team is composed of the following persons:
3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Name: Professional Staff Level:
Ruth Abbe Principal Solid Waste Planner
Portia Maureen Sinnott Program Analyst
Richard Anthony Service Opportunities Analysis
Gary Liss Policies Analysis and Negotiations
Tim Raibley Facility Analysis & Engineer Support
Kevin McCarthy Negotiations & Financial Analysis
C. As more thoroughly set forth in Article X, the CONSULTANT and
the agents and employees of the CONSULTANT, in the performance of the
AGREEMENT, shall act in an independent capacity and not as officers or employees of
the COUNTY.
D. The parties hereto acknowledge that CONSULTANT, as an
independent contractor, intends to use members of CONSULTANT’s Professional Team
during the term of this Agreement, to provide services to others unrelated to the
COUNTY or to this Agreement; however, notwithstanding the provision of such
services, CONSULTANT agrees that it will not enter into any other agreements or
engagements for other clients which would materially impair CONSULTANT’S ability to
have such persons available to perform services under this Agreement.
E. If CONSULTANT replaces any of its team with another one of
CONSULTANT’S professionals, CONSULTANT shall promptly notify the COUNTY thereof
in writing and provide a replacement professional, at no additional cost to the COUNTY.
Such replacement professional shall possess a similar level of industry knowledge,
technical experience and expertise required to allow CONSULTANT to fully and properly
carry out its obligations under this Agreement, and such replacement professional shall be
one who is, in the normal course of CONSULTANT’s business, classified by
CONSULTANT at the same or higher professional staff level as the professional replaced.
The Deputy Director reserves the right to approve or reject any of CONSULTANT’s
replacement professionals, and the Deputy Director shall promptly notify CONSULTANT
of the approval or rejection of such replacement professional following COUNTY’S receipt
of notice of said professional’s appointment by CONSULTANT.
4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
II. SCOPE OF WORK
The CONSULTANT shall provide the following consulting services for
each of the COUNTY’s programs as identified herein and more thoroughly described in
the Scope of Work on Pages 19-21 of RFP 918-5467 (Exhibit “A” hereto) and the
CONSULTANT’s Proposal (Exhibit “B” hereto):
A. Assessment of Current and Past Solid Waste Plans: The
CONSULTANT shall review, assess and provide input as is necessary to
augment/improve the COUNTY’s plans, programs and documentation in developing a
new comprehensive Solid Waste Master Plan. CONSULTANT understands and
acknowledges that the information needs to be appropriate for use in the CalRecycle
Five-Year documentation reports.
1. Jurisdictional Programs
a. Source Reduction Recycling Elements (SRRE)
b. Household Hazardous Waste Element (HHWE)
c. Non-Disposal Facility Element (NDFE)
2. Regional programs
a. Siting Element
b. Summary Plan
3. Combined planning documents
a. Joint Powers Agreements (“JPAs”)
i. JPAs with Cities
ii. JPAs with Commissions and Committees
b. Memoranda of Understanding (“MOUs”)
i. MOUs with Cities
ii. MOUs with Commissions and Committees
B. Exclusive Service Area Program (ESAP) Agreement Assessment:
The ESAP was initiated in 2006 for waste collection/hauling and recycling, and is set to
expire in 2018. The CONSULTANT shall assist the COUNTY with the following:
5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
1. The CONSULTANT shall assist with the process, consistent
with current direction from the COUNTY’s BOARD, to amend and extend the ESAP
Agreements, and any alternative direction that may be forthcoming from the BOARD in
connection therewith.
2. The CONSULTANT shall develop and outline audit
requirements and processes to ensure compliance with agreement requirements.
3. The CONSULTANT shall provide business-targeting
strategies for meeting the requirements of recently enacted legislation establishing
Mandatory Commercial Recycling (AB 341) and Mandatory Commercial Organics
Recycling (AB 1826), and propose an appropriate action plan for program
implementation.
C. Streamlining of Administrative and Reporting Processes: The
CONSULTANT shall assist the COUNTY in developing both efficient and effective
administrative and reporting processes for:
1. All hauler agreements including the master template for both
ESAP Agreements and Non-Exclusive Waste Hauler Agreements (NEWHA).
2. Permitted facilities
a. Transfer stations
b. Construction and Demolition Debris (“C & D”) processing
facilities
c. Organics processing facilities
d. Recyclables processing facilities
3. Jurisdictional Reporting
Assist with the development of administrative and reporting
protocols as necessary for appropriate tracking of the waste stream in the various
jurisdictions and payment of requisite surcharges.
D. Funding Methodology Assessment: The CONSULTANT shall
review current funding methodologies for the administration and implementation of
6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
County’s programs and provide the following:
1. The CONSULTANT shall review, assess, analyze, and
provide alternatives to existing funding sources.
2. The CONSULTANT shall develop a strategy for pass-
through of landfill and regulatory fee increases to residential and business customers,
separate from operational cost increases.
3. The CONSULTANT shall assist with the development of a
methodology for rate increase/decrease adjustments.
4. The CONSULTANT shall prepare and provide the specific
language for utilization of the new funding methodologies.
E. Regulatory Requirements and Related County Ordinances: The
CONSULTANT shall review, analyze, reorganize, and revise for consistency current
County ordinances relating to the administration of solid waste collection and disposal,
by preparing, in consultation with COUNTY staff, proposed draft provisions which
encompass all local, State and Federal regulatory requirements.
F. Education and Outreach Programming: The CONSULTANT shall:
1. Propose Educational and Outreach strategies for all
County’s programs, both local and regional, to serve the entire County of Fresno.
2. Provide information on opportunities to educate residents
and businesses regarding all County programs.
G. Reports and Meetings: For each Task listed in Article IV, Section
F, Paragraphs 1 through 6, inclusive, of this Agreement, the CONSULTANT shall
prepare a draft report for COUNTY review and comment. The CONSULTANT shall
include COUNTY comments as appropriate and prepare and issue a Final Report. In
addition, CONSULTANT shall provide staff the opportunity to review the proposed
documents for the COUNTY’s updated solid waste plans before they are finalized; and if
requested by COUNTY upon reasonable (but not less than 10 calendar days) advance
notice, the CONSULTANT shall be present at a minimum of four (4) separate
7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
stakeholder meetings, including but not limited to meetings of the BOARD.
III. OBLIGATIONS OF THE COUNTY
A. The Deputy Director and/or his designee shall serve as the County
Representative for purposes of administering this Agreement. The responsibilities of
the County Representative hereunder shall include scheduling and coordinating
meetings with the various stakeholders to obtain their cooperation to enable the
CONSULTANT to fulfill its obligations under this Agreement. The County
Representative will provide the CONSULTANT with access to all documents requested
by the CONSULTANT to fulfill its obligations under this Agreement, and all available
reports and records submitted to the COUNTY by solid waste facilities, haulers and
regulators. The CONSULTANT shall provide sufficient, advance information to permit
the County Representative to fulfill his/her responsibilities hereunder.
B. The County Representative shall meet separately with the
CONSULTANT, if deemed necessary by COUNTY, to discuss the progress of
CONSULTANT’s performance of its obligations hereunder. At these meetings, the
County Representative also shall present any deviations that CONSULTANT has made
from the Work Schedule as defined in Section IV B. Any revision to the Work Schedule
shall be agreed upon in writing by both the County Representative and the
CONSULTANT.
IV. OBLIGATIONS OF THE CONSULTANT
A. The CONSULTANT’S performance of its services under this
Agreement shall be carried out in accordance with all applicable laws and regulations.
B. CONSULTANT shall prepare and submit to the Deputy Director a
plan and work schedule indicating the timeline for the completion of each task and
submission of related reports (“Work Schedule”). This Work Schedule shall be agreed
upon by both the CONSULTANT and the Deputy Director.
C. The CONSULTANT’s services shall be performed as expeditiously
as is consistent with professional skill and the orderly progress of the work, based on
8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
the Work Schedule referenced in the immediately preceding Section IV.B.
D. The CONSULTANT shall meet separately with the County
Representative, if deemed necessary by COUNTY, to discuss the progress of
CONSULTANT’s performance of its obligations hereunder. A written and electronic
status report on progress and instances of failure by either party to comply with the
terms of this Agreement shall be provided by the CONSULTANT and discussed during
these meetings. The provision of said report to COUNTY shall not, in and of itself, be
deemed to be notice to the COUNTY that the CONSULTANT is in breach of this
Agreement. At these meetings, the CONSULTANT shall address and discuss
CONSULTANT’s plan to rectify any deviations from the agreed upon Work Schedule
brought to CONSULTANT’S attention by the County Representative. Any revision to
the Work Schedule shall be agreed upon in writing by both the County Representative
and the CONSULTANT.
E. Any reports, information, or other data prepared or assembled by the
CONSULTANT under this Agreement shall not be made available to any individual,
organization or entity by the CONSULTANT without the express written consent of the
COUNTY.
F. The CONSULTANT agrees to provide the professional services
described below, and as more thoroughly described in the Scope of Work on Pages 19-
21 of the RFP, Exhibit “A” hereto. Following CONSULTANT’s completion of each of the
Tasks listed in Paragraphs 1 through 6, inclusive, of this Section IV.F., and as described
in the RFP and the CONSULTANT’s Proposal, CONSULTANT shall issue to the Deputy
Director a written report in compliance with all applicable laws and regulations and in
accordance with professional standards. All reports shall be submitted in hard copy and
also shall be provided electronically in software acceptable to COUNTY.
1. Task 1--Assessment of Current and Past Solid Waste Plans:
The CONSULTANT shall review, assess, and provide input and revisions, as is
necessary to augment/improve the County’s plans, jurisdictional and regional programs,
9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
JPAs, MOUs and other related documentation for the development of a new
comprehensive Solid Waste Master Plan. CONSULTANT understands and
acknowledges that the information needs to be appropriate for use in the CalRecycle
Five-Year documentation report.
2. Task 2--Exclusive Service Area Program (ESAP) Agreement
Assessment: After performing a detailed review of the ESAP agreements, the
CONSULTANT shall assist the COUNTY with: (a) the process to amend and extend
the ESAP agreements and any alternative direction that may be forthcoming from the
BOARD in connection therewith; (b) develop and outline audit requirements and
processes to ensure compliance with agreement requirements; and (c) provide
business-targeting strategies for meeting the requirements of recently enacted
legislation establishing Mandatory Commercial Recycling (AB 341) and Mandatory
Commercial Organics Recycling (AB 1826), and propose an appropriate action plan for
program implementation.
3. Task 3--Streamlining of Administrative and Reporting
Processes: The CONSULTANT shall assist the COUNTY in developing both efficient
and effective administrative and reporting processes for all hauler agreements,
permitted facilities (e.g., transfer stations, C & D, organics and recyclables processing
facilities, etc.), and for jurisdictional reporting.
4. Task 4--Funding Methodology Assessment: The
CONSULTANT shall review current funding methodologies for the administration and
implementation of County’s programs and provide alternatives to existing funding
sources; develop strategy for pass-through of landfill and regulation fee increases,
separate from operational cost increases to hauler businesses; and develop and
propose methodologies for rate increase/decrease adjustments. CONSULTANT also
shall develop hauler rate tables for purposes of negotiations with ESAP haulers,
consistent with BOARD direction. Additionally, the CONSULTANT shall prepare and
provide the specific language for utilization of the new funding methodologies.
10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
5. Task 5 --Regulatory Requirements and Related County
Ordinances: The CONSULTANT shall review, analyze, reorganize, and revise for
consistency current County ordinances relating to the administration of solid waste
collection and disposal, by preparing, in consultation with COUNTY staff, proposed draft
provisions which encompass all local, State and Federal regulatory requirements.
6. Task 6-- Education and Outreach Programming: The
CONSULTANT shall propose educational and outreach strategies for all County’s
programs, both local and regional, to serve the entire County of Fresno and shall
provide information on opportunities to educate residents and businesses regarding all
County programs.
7. Task 7—Project Administration, Issuance of Reports and
Meeting Attendance:
a. Following CONSULTANT’s completion of each of the above
listed Tasks 1 through 6, inclusive, as also described in the RFP and in
CONSULTANT’s Proposal, the CONSULTANT shall prepare a draft report for
COUNTY review and comment. The CONSULTANT shall include COUNTY comments
as appropriate, and shall prepare and issue a Final Report. All reports shall be
submitted in hard copy and shall be provided electronically in software acceptable to
COUNTY.
b. In addition, CONSULTANT shall provide staff the opportunity
to review the proposed documents for the COUNTY’s updated solid waste plans before
they are finalized; and if requested by COUNTY upon reasonable (but not less than 10
calendar days) advance notice, the CONSULTANT shall be present at a minimum of
four (4) separate meetings where report(s) will be presented to various stakeholders,
including but not limited to meetings of the BOARD.
V. TERM
This Agreement shall take effect on the date of its approval and execution
by the BOARD and shall have an initial term of one (1) year, unless this Agreement is
11
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
terminated sooner, as provided herein.
VI. COMPENSATION
A. Total Fee:
Notwithstanding any other provision in this Agreement, the Total Fee for
the services required under the initial term of this Agreement shall not exceed One
Hundred and Fifty Thousand Dollars ($150,000).
B. Basic Fee:
The Fee for services required under Article IV, shall be invoiced at the
rates shown in the CONSULTANT’S Proposal, and shall not exceed One Hundred and
Thirty Thousand and Ninety Dollars ($130,090).
1. CONSULTANT’S Hourly Rates
Name Hourly Rates
Ruth Abbe $150/hour
Richard Anthony $125/hour
Kevin McCarthy $210/hour
Gary Liss $125/hour
Tim Raibley $210/hour
Portia Sinnott $125/hour
2. CONSULTANT estimates that the services described herein
shall require a total of approximately 744 hours and $130,090 for all tasks including
expenses. Cost and hours proposed by Task include:
Task Hours Cost
Task 1 90 $ 15,420
Task 2 120 $ 21,720
Task 3 114 $ 22,500
Task 4 132 $ 25,200
Task 5 116 $ 15,750
Task 6 98 $ 13,500
Task 7 74 $ 10,500
Expenses - $ 5,500
Total $130,090
3. The rates herein are to remain in effect for the duration of
this Agreement and the total amount of the Basic Fee may not be increased except
upon written Amendment to this Agreement.
4. Upon written agreement and authorization by both COUNTY
12
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
and CONSULTANT, the above amounts may be redistributed within the limits of the
Basic Fee with the approval of the County Representative.
C. Extra Services:
1. A maximum of Nineteen Thousand Nine Hundred Ten
Dollars ($19,910) is hereby allocated to pay for authorized Extra Services provided by
CONSULTANT pursuant to this Agreement. Payment of Extra Services in excess of
Nineteen Thousand Nine Hundred Ten Dollars ($19,910) is prohibited except upon
written Amendment to this Agreement.
2. The CONSULTANT shall not undertake any Extra Services
without advance written authorization of the County Representative. The
CONSULTANT and COUNTY shall expressly confirm in writing the authorization and
maximum cost for any such services before the CONSULTANT is compensated for any
work thereon.
3. In the event COUNTY expressly authorizes Extra Services,
CONSULTANT shall keep complete records showing the hours and description of
activities worked by each person assigned to the project and all costs and charges
attributable to the Extra Services work so authorized.
D. Payments:
1. Subject to the maximum amounts payable under this
Agreement, progress payments shall be made by the COUNTY upon receipt and
approval of the CONSULTANT’S invoices. Payments shall be made on the basis of
hours of work performed during the term of the Agreement.
2. The CONSULTANT’s billing shall clearly identify task to
which the work pertains and shall be submitted in order to provide documentation of the
allocation of hours and expenses. Progress billing shall be submitted to the following
address:
///
///
13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Fresno County
Department of Public Works and Planning,
Resources Division
Attention: Solid Waste Administration
2220 Tulare Street, Sixth Floor
Fresno, CA 93721
VII. TERMINATION
A. Non-Allocation of Funds - The terms of this Agreement, and the
services to be provided thereunder, are contingent on the approval of funds by the
appropriating government agency. Should sufficient funds not be allocated, the services
provided may be modified, or this Agreement terminated, at any time by giving the
CONSULTANT thirty (30) days advance written notice.
B. Breach of Contract - The COUNTY may immediately suspend or
terminate this Agreement in whole or in part, where in the determination of the COUNTY
there is:
1. An illegal or improper use of funds;
2. A failure to comply with any term of this Agreement;
3. A substantially incorrect or incomplete report submitted to the
COUNTY;
4. Improperly performed service.
In no event shall any payment by the COUNTY constitute a waiver by
the COUNTY of any breach of this Agreement or any default, which may then exist on the
part of the CONSULTANT, nor shall such payment impair or prejudice any remedy
available to the COUNTY with respect to the breach or default. The COUNTY shall have
the right to demand of the CONSULTANT the repayment to the COUNTY of any funds
disbursed to the CONSULTANT under this Agreement, which in the judgment of the
COUNTY were not expended in accordance with the terms of this Agreement. The
CONSULTANT shall promptly refund any such funds upon demand.
C. Without Cause - Under circumstances other than those set forth
above, this Agreement may be terminated by COUNTY upon the giving of thirty (30) days
14
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
advance written notice of an intention to terminate to CONSULTANT.
VIII. AUDITS, INSPECTIONS, AND ACCESS TO WORKING PAPERS
A. COUNTY has the right under this Agreement to authorize County’s
Designees to have the right, during CONSULTANT’s normal business hours with
reasonable, advance notification given to CONSULTANT, to access all of
CONSULTANT’S working papers and reports prepared under this Agreement.
B. All of CONSULTANT’S working papers and reports must be
retained, at the CONSULTANT’S expense, for a minimum of seven (7) years following
the completion of CONSULTANT’S performance of its services under this Agreement;
and this retention period may be extended for an additional period of up to three (3)
years if the COUNTY notifies the CONSULTANT, within such initial seven (7) year
retention period, of the need to extend the retention period.
IX. MODIFICATION
This Agreement may be amended or modified, without, in any way, affecting
the remainder, only by mutual written agreement of both parties. Any such written
amendment to this Agreement may be approved on the COUNTY’s behalf only by its
BOARD.
X. INDEPENDENT CONTRACTOR
In performance of the work, duties and obligations assumed by CONSULTANT
under this Agreement, it is mutually understood and agreed that CONSULTANT, including
any and all of CONSULTANT's officers, agents, and employees will at all times be acting
and performing as an independent CONSULTANT, and shall act in an independent
capacity and not as an officer, agent, servant, employee, joint venture, partner, or
associate of the COUNTY. Furthermore, COUNTY shall have no right to control or
supervise or direct the manner or method by which CONSULTANT shall perform its work
and function. However, COUNTY shall retain the right to administer this Agreement so as
to verify that CONSULTANT is performing its obligations in accordance with the terms and
conditions thereof.
15
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
CONSULTANT and COUNTY shall comply with all applicable provisions of law
and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent CONSULTANT, CONSULTANT shall
have absolutely no right to employment rights and benefits available to COUNTY
employees. CONSULTANT shall be solely liable and responsible for providing to, or on
behalf of, its employees all legally-required employee benefits. In addition,
CONSULTANT shall be solely responsible and save COUNTY harmless from all
matters relating to payment of CONSULTANT's employees, including compliance with
Social Security withholding and all other regulations governing such matters. It is
acknowledged that during the term of this Agreement, CONSULTANT may be providing
services to others unrelated to the COUNTY or to this Agreement.
XI. HOLD HARMLESS
CONSULTANT agrees to indemnify, save, hold harmless, and at
COUNTY'S request, defend the COUNTY, its officers, agents, and employees from any
and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting
to COUNTY in connection with the negligent performance, or failure to perform, by
CONSULTANT, its officers, agents, or employees under this Agreement, and from any
and all costs and expenses, damages, liabilities, claims, and losses occurring or resulting
to any person, firm, or corporation who may be injured or damaged by the negligent
performance, or failure to perform, of CONSULTANT, its officers, agents, or employees
under this Agreement.
XII. NON-ASSIGNMENT
Neither party shall assign, transfer or sub-contract this Agreement, nor any
of its respective rights or duties hereunder, without the prior written consent of the other
party.
XIII. INSURANCE
Without limiting the COUNTY's right to obtain indemnification from
16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
CONSULTANT or any third parties, CONSULTANT, at its sole expense, shall maintain
in full force and effect, the following insurance policies:
A. Commercial General Liability
Commercial General Liability Insurance with limits of not less than One
Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million
Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY
may require specific coverages including completed operations, products liability,
contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability
insurance deemed necessary because of the nature of this contract.
B. Automobile Liability
Comprehensive Automobile Liability Insurance with limits for bodily injury of
not less than Two Hundred Fifty Thousand Dollars ($250,000) per person, Five Hundred
Thousand Dollars ($500,000) per accident and for property damages of not less than Fifty
Thousand Dollars ($50,000), or such coverage with a combined single limit of Five
Hundred Thousand Dollars ($500,000). Coverage should include owned and non-owned
vehicles used in connection with this Agreement.
C. Professional Liability
If CONSULTANT employs licensed professional staff, (e.g., Ph.D., R.N.,
L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance , including an
Errors and Omissions insurance policy, with limits of not less than One Million Dollars
($1,000,000) per occurrence, Three Million Dollars ($3,000,000) annual aggregate.
D. Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
CONSULTANT shall obtain endorsements to the Commercial General
Liability insurance naming the County of Fresno, its officers, agents, and employees,
individually and collectively, as additional insured, but only insofar as the operations
under this Agreement are concerned. Such coverage for additional insured shall apply
17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
as primary insurance and any other insurance, or self-insurance, maintained by
COUNTY, its officers, agents and employees shall be excess only and not contributing
with insurance provided under CONSULTANT'S policies herein. This insurance shall
not be cancelled or changed without a minimum of thirty (30) days advance written
notice given to COUNTY. Notwithstanding the foregoing, the COUNTY shall be given
ten (10) days advance written notice in the event of cancellation for nonpayment of
premium.
Within thirty (30) days from the date CONSULTANT signs and executes
this Agreement, CONSULTANT shall provide certificates of insurance and endorsement
as stated above for all of the foregoing policies, as required herein, delivered to “County
of Fresno, attention, Solid Waste Administration,” stating that all such insurance
coverage has been obtained and is in full force; that the County of Fresno, its officers,
agents and employees will not be responsible for any premiums on the policies; that
such Commercial General Liability insurance names the County of Fresno, its officers,
agents and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned; that such coverage for
additional insured shall apply as primary insurance and any other insurance, or
self-insurance, maintained by COUNTY, its officers, agents and employees, shall be
excess only and not contributing with insurance provided under CONSULTANT'S
policies herein; and that this insurance shall not be cancelled or changed without a
minimum of thirty (30) days advance, written notice given to COUNTY. Notwithstanding
the foregoing, the COUNTY shall be given ten (10) days advance written notice in the
event of cancellation for nonpayment of premium.
In the event CONSULTANT fails to keep in effect at all times insurance
coverage as herein provided, the COUNTY may, in addition to other remedies it may
have, suspend, or terminate this Agreement upon the occurrence of such event.
All policies shall be issued by admitted insurers licensed to do business in
the State of California, and such insurance shall be purchased from companies
19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
disclose any self-dealing transactions that they are a party to by completing and signing
a Self-Dealing Transaction Disclosure Form, attached hereto within Exhibit A and
incorporated herein by reference, and submitting it to the COUNTY prior to commencing
with the self-dealing transaction or immediately thereafter.
XVII. INCONSISTENCIES
In the event of any inconsistency in interpreting the documents which constitute this
Agreement, the inconsistency shall be resolved by giving precedence in the following
order of priority: (1) the text of this Agreement, excluding the Exhibits attached to this
Agreement; (2) the COUNTY'S Request for Proposal No. 918-5467, attached as Exhibit
“A” hereto; and (3) the CONSULTANT's Proposal made in response to COUNTY'S
Request for Proposal No. 918-5467, attached as Exhibit “B” hereto.
XVIII. ENTIRE AGREEMENT
This Agreement constitutes the entire agreement between the
CONSULTANT and COUNTY with respect to the subject matter hereof and supersedes all
previous Agreement negotiations, proposals, commitments, writings, advertisements,
publications, and understandings of any nature whatsoever unless expressly included in
this Agreement.
///
///
///
///
///
///
///
///
///
///
///
1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of
2 the day and year first hereinabove written.
3
4
5
6
7
ABBE & ASSOCIATES LLC
BY:~(~-
Ruth Abbe, Principal
REVIEWED AND COMMENDED
8 FOR APPROVAL
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
By :-=------=::---:-c:-hf-::t--=-=------
Steven E. e, Director
Department of Public Works and
Planning
APPROVEDASTOLEGALFORM
Daniel C. Cederborg :::ttr?L, r 1
Deputy
APPROVED AS TO ACCOUNTING
FORM
Vicki Crow, C.P.A
Auditor-Controller/ Treasurer-Tax
Collector
By: (JP_u. f,(.~
Deputy
FOR ACCOUNTING USE ONLY
Fund: 9015
Subclass 0701
Org. No 15001
Account 7295
20
COUNTY OF FRESNO
ATTEST:
Bernice E. Seidel, Clerk
Board of Supervisors
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc PD-040 (11/2015)
COUNTY OF FRESNO
REQUEST FOR PROPOSAL
NUMBER: 918-5467
SOLID WASTE PLANNING CONSULTANT
Issue Date: April 12, 2016
Closing Date: MAY 18, 2016
Proposal will be considered LATE when the official Purchasing time clock reads 2:00 P.M.
Questions regarding this RFP should be directed to: Nick Chin,
phone (559) 600-7113 or e-mail countypurchasing@co.fresno.ca.us.
Check County of Fresno Purchasing’s website at
https://www2.co.fresno.ca.us/0440/Bids/BidsHome.aspx
for any future addenda.
Please submit all Proposals to:
County of Fresno - Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702-4599
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached response at the prices and terms stated, subject to the attached
“County of Fresno Purchasing Standard Instructions And Conditions For Requests For Proposals (RFP’s) And Requests For Quotations (RFQ’s)”.
COMPANY
ADDRESS
CITY STATE ZIP CODE
( ) ( )
TELEPHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
SIGNATURE (IN BLUE INK)
PRINT NAME TITLE
PURCHASING USE: NC:ssj ORG/Requisition: 9015 / 9011600028
Proposal No. 918-5467
1A
CCOOUUNNTTYY OOFF FFRREESSNNOO PPUURRCCHHAASSIINNGG
STANDARD INSTRUCTIONS AND CONDITIONS FOR
REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)
Note: the reference to “bids” in the following paragraphs applies to RFP's and RFQ's
GENERAL CONDITIONS
By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid.
1. BID PREPARATION:
A) All prices and notations must be typed or written in ink. No erasures
permitted. Errors may be crossed out, initialed and corrections printed
in ink by person signing bid.
B) Brand Names: Brand names and numbers when given are for
reference. Equal items will be considered, provided the offer clearly
describes the article and how it differs from that specified. In the
absence of such information it shall be understood the offering is
exactly as specified.
C) State brand or make of each item. If bidding on other than specified,
state make, model and brand being bid and attach supporting
literature/specifications to the bid.
D) Bid on each item separately. Prices should be stated in units specified
herein. All applicable charges must be quoted; charges on invoice not
quoted herein will be disallowed.
E) Time of delivery is a part of the consideration and must be stated in
definite terms and must be adhered to. F.O.B. Point shall be
destination or freight charges must be stated.
F) All bids must be dated and signed with the firm’s name and by an
authorized officer or employee.
G) Unless otherwise noted, prices shall be firm for one hundred eighty
(180) days after closing date of bid.
2. SUBMITTING BIDS:
A) Each bid must be submitted on forms provided in a sealed
envelope/package with bid number and closing date and time on the
outside of the envelope/package.
B) Interpretation: Should any discrepancies or omissions be found in the
bid specifications or doubt as to their meaning, the bidder shall notify
the Buyer in writing at once. The County shall not be held responsible
for verbal interpretations. Questions regarding the bid must be
received by Purchasing stated within this document. All addenda
issued shall be in writing, duly issued by Purchasing and incorporated
into the contract.
C) ISSUING AGENT/AUTHORIZED CONTACT: This RFP/RFQ has been
issued by County of Fresno, Purchasing. Purchasing shall be the
vendor’s sole point of contact with regard to the RFP/RFQ, its content,
and all issues concerning it.
All communication regarding this RFP/RFQ shall be directed to an
authorized representative of County Purchasing. The specific buyer
managing this RFP/RFQ is identified on the cover page, along with his
or her telephone number, and he or she should be the primary point of
contact for discussions or information pertaining to the RFP/RFQ.
Contact with any other County representative, including elected
officials, for the purpose of discussing this RFP/RFQ, its content, or
any other issue concerning it, is prohibited unless authorized by
Purchasing. Violation of this clause, by the vendor having unauthorized
contact (verbally or in writing) with such other County representatives,
may constitute grounds for rejection by Purchasing of the vendor’s
quotation.
The above stated restriction on vendor contact with County
representatives shall apply until the County has awarded a purchase
order or contract to a vendor or vendors, except as follows. First, in the
event that a vendor initiates a formal protest against the RFP/RFQ,
such vendor may contact the appropriate individual, or individuals who
are managing that protest as outlined in the County’s established
protest procedures. All such contact must be in accordance with the
sequence set forth under the protest procedures. Second, in the event
a public hearing is scheduled before the Board of Supervisors to hear
testimony prior to its approval of a purchase order or contract, any
vendor may address the Board.
D) Bids received after the closing time will NOT be considered.
E) Bidders are to bid what is specified or requested first. If unable to or
unwilling to, bidder may bid alternative or option, indicating all
advantages, disadvantages and their associated cost.
F) Public Contract Code Section 7028.15
Where the State of California requires a Contractor’s license, it is a
misdemeanor for any person to submit a bid unless specifically
exempted.
3. FAILURE TO BID:
A) If not bidding, return bid sheet and state reason for no bid or your
name may be removed from mailing list.
4. TAXES, CHARGES AND EXTRAS:
A) County of Fresno is subject to California sales and/or use tax
(8.225%). Please indicate as a separate line item if applicable.
B) DO NOT include Federal Excise Tax. County is exempt under
Registration No. 94-73-03401-K.
C) County is exempt from Federal Transportation Tax. Exemption
certificate is not required where shipping papers show consignee as
County of Fresno.
D) Charges for transportation, containers, packing, etc. will not be paid
unless specified in bid.
Proposal No. 918-5467
1B
5. W-9 – REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND
CERTIFICATION & CALIFORNIA FORM 590 WITHHOLDING EXEMPTION
CERTIFICATE:
Upon award of bid, the vendor shall submit to County Purchasing, a
completed IRS Form W-9 - Request for Taxpayer Identification Number and
Certification and a California Form 590 Withholding Exemption Certificate if
not currently a County of Fresno approved vendor.
6. AWARDS:
A) Award(s) will be made to the most responsive responsible bidder;
however, the Fresno County Local Vendor Preference and/or the
Disabled Veteran Business Enterprise Preference shall take
precedence when applicable. Said Preferences apply only to Request
for Quotations for materials, equipment and/or supplies only (no
services); the preference do not apply to Request for Proposals. RFQ
evaluations will include such things as life-cycle cost, availability,
delivery costs and whose product and/or service is deemed to be in the
best interest of the County. The County shall be the sole judge in
making such determination.
B) Unless bidder gives notice of all-or-none award in bid, County may
accept any item, group of items or on the basis of total bid.
C) The County reserves the right to reject any and all bids and to waive
informalities or irregularities in bids.
D) Award Notices are tentative: Acceptance of an offer made in response
to this RFP/RFQ shall occur only upon execution of an agreement by
both parties or issuance of a valid written Purchase Order by Fresno
County Purchasing.
E) After award, all bids shall be open to public inspection. The County
assumes no responsibility for the confidentiality of information offered
in a bid.
7. TIE BIDS:
All other factors being equal, the contract shall be awarded to the Fresno
County vendor or, if neither or both are Fresno County vendors, it may be
awarded by the flip of a coin in the presence of witnesses or the entire bid
may be rejected and re-bid. If the General Requirements of the RFQ state
that they are applicable, the provisions of the Fresno County Local Vendor
Preference shall take priority over this paragraph.
8. PATENT INDEMNITY:
The vendor shall hold the County, its officers, agents and employees,
harmless from liability of any nature or kind, including costs and expenses,
for infringement or use of any copyrighted or un-copyrighted composition,
secret process, patented or unpatented invention, article or appliance
furnished or used in connection with this bid.
9. SAMPLES:
Samples, when required, must be furnished and delivered free and, if not
destroyed by tests, will upon written request (within thirty (30) days of bid
closing date) be returned at the bidder's expense. In the absence of such
notification, County shall have the right to dispose of the samples in
whatever manner it deems appropriate.
10. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:
A) In case of default by vendor, the County may procure the articles or
service from another source and may recover the cost difference and
related expenses occasioned thereby from any unpaid balance due the
vendor or by proceeding against performance bond of the vendor, if
any, or by suit against the vendor. The prices paid by the County shall
be considered the prevailing market price at the time such purchase is
made.
B) Articles or services, which upon delivery inspection do not meet
specifications, will be rejected and the vendor will be considered in
default. Vendor shall reimburse County for expenses related to delivery
of non-specified goods or services.
C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss,
injury or destruction to goods and materials ordered herein which occur
prior to delivery and such loss, injury or destruction shall not release
vendor from any obligation hereunder.
11. DISCOUNTS:
Terms of less than fifteen (15) days for cash payment will be considered as
net in evaluating this bid. A discount for payment within fifteen (15) days or
more will be considered in determining the award of bid. Discount period will
commence either the later of delivery or receipt of invoice by the County.
Standard terms are Net forty-five (45) days.
12. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL
CONDITIONS:
The “General Conditions” provisions of this RFP/RFQ shall be superseded if
in conflict with any other section of this bid, to the extent of any such conflict.
13. SPECIAL REQUIREMENT:
With the invoice or within twenty-five (25) days of delivery, the seller must
provide to the County a Material Safety Data Sheet for each product, which
contains any substance on “The List of 800 Hazardous Substances”,
published by the State Director of Industrial Relations. (See Hazardous
Substances Information and Training Act, California State Labor Code
Sections 6360 through 6399.7.)
14. RECYCLED PRODUCTS/MATERIALS:
Vendors are encouraged to provide and quote (with documentation) recycled
or recyclable products/materials which meet stated specifications.
15. YEAR COMPLIANCE WARRANTY:
Vendor warrants that any product furnished pursuant to this Agreement/order
shall support a four-digit year format and be able to accurately process date
and time data from, into and between the twentieth and twenty-first
centuries, as well as leap year calculations. "Product" shall include, without
limitation, any piece or component of equipment, hardware, firmware,
middleware, custom or commercial software, or internal components or
subroutines therein. This warranty shall survive termination or expiration of
this Agreement.
In the event of any decrease in product functionality or accuracy related to
time and/or date data related codes and/or internal subroutines that impede
the product from operating correctly using dates beyond December 31, 1999,
vendor shall restore or repair the product to the same level of functionality as
warranted herein, so as to minimize interruption to County's ongoing
business process, time being of the essence. In the event that such warranty
compliance requires the acquisition of additional programs, the expense for
any such associated or additional acquisitions, which may be required,
including, without limitation, data conversion tools, shall be borne exclusively
by vendor. Nothing in this warranty shall be construed to limit any rights or
remedies the County may otherwise have under this Agreement with respect
to defects other than year performance.
Proposal No. 918-5467
1C
16. PARTICIPATION:
Bidder may agree to extend the terms of the resulting contract to other
political subdivision, municipalities and tax-supported agencies.
Such participating Governmental bodies shall make purchases in their own
name, make payment directly to bidder, and be liable directly to the bidder,
holding the County of Fresno harmless.
17. CONFIDENTIALITY:
All services performed by vendor shall be in strict conformance with all
applicable Federal, State of California and/or local laws and regulations
relating to confidentiality, including but not limited to, California Civil Code,
California Welfare and Institutions Code, Health and Safety Code, California
Code of Regulations, Code of Federal Regulations.
Vendor shall submit to County’s monitoring of said compliance.
Vendor may be a business associate of County, as that term is defined in the
“Privacy Rule” enacted by the Health Insurance Portability and Accountability
Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or
disclose protected health information (“PHI”) to perform functions, activities
or services for or on behalf of County as specified by the County, provided
that such use or disclosure shall not violate HIPAA and its implementing
regulations. The uses and disclosures if PHI may not be more expansive
than those applicable to County, as the “Covered Entity” under HIPAA’s
Privacy Rule, except as authorized for management, administrative or legal
responsibilities of the Business Associate.
Vendor shall not use or further disclose PHI other than as permitted or
required by the County, or as required by law without written notice to the
County.
Vendor shall ensure that any agent, including any subcontractor, to which
vendor provides PHI received from, or created or received by the vendor on
behalf of County, shall comply with the same restrictions and conditions with
respect to such information.
18. APPEALS:
Appeals must be submitted in writing within seven (7) working days after
notification of proposed recommendations for award. A “Notice of Award” is
not an indication of County’s acceptance of an offer made in response to this
RFP/RFQ. Appeals should be submitted to County of Fresno Purchasing,
4525 E. Hamilton Avenue, Fresno, California 93702-4599 and in Word
format to gcornuelle@co.fresno.ca.us. Appeals should address only areas
regarding RFP/RFQ contradictions, procurement errors, quotation rating
discrepancies, legality of procurement context, conflict of interest, and
inappropriate or unfair competitive procurement grievance regarding the
RFP/RFQ process.
Purchasing will provide a written response to the complainant within seven
(7) working days unless the complainant is notified more time is required.
If the protesting bidder is not satisfied with the decision of Purchasing,
he/she shall have the right to appeal to the Purchasing Agent/CAO within
seven (7) working days after Purchasing’s notification; except if, notified to
appeal directly to the Board of Supervisors at the scheduled date and time.
If the protesting bidder is not satisfied with Purchasing Agent/CAO’s
decision, the final appeal is with the Board of Supervisors.
19. OBLIGATIONS OF CONTRACTOR:
A) CONTRACTOR shall perform as required by the ensuing contract.
CONTRACTOR also warrants on behalf of itself and all subcontractors
engaged for the performance of the ensuing contract that only persons
authorized to work in the United States pursuant to the Immigration
Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
B) CONTRACTOR shall obey all Federal, State, local and special district
laws, ordinances and regulations.
20. AUDITS & RETENTION:
The Contractor shall maintain in good and legible condition all books,
documents, papers, data files and other records related to its performance
under this contract. Such records shall be complete and available to Fresno
County, the State of California, the federal government or their duly
authorized representatives for the purpose of audit, examination, or copying
during the term of the contract and for a period of at least three (3) years
following the County's final payment under the contract or until conclusion of
any pending matter (e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are
closed.
21. DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS:
Applies to Request for Proposal (RFP); does not apply to Request for
Quotation (RFQ) unless specifically stated elsewhere in the RFQ document.
In their proposal, the bidder is required to disclose if any of the following
conditions apply to them, their owners, officers, corporate managers and
partners (hereinafter collectively referred to as “Bidder”):
Within the three-year period preceding the proposal, they have been
convicted of, or had a civil judgment rendered against them for:
o fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (federal, state,
or local) transaction or contract under a public transaction;
o violation of a federal or state antitrust statute;
o embezzlement, theft, forgery, bribery, falsification, or
destruction of records; or
o false statements or receipt of stolen property
Within a three-year period preceding their proposal, they have had a public
transaction (federal, state, or local) terminated for cause or default.
22. DATA SECURITY:
Individuals and/or agencies that enter into a contractual relationship with the
COUNTY for the purpose of providing services must employ adequate
controls and data security measures, both internally and externally to ensure
and protect the confidential information and/or data provided to contractor by
the COUNTY, preventing the potential loss, misappropriation or inadvertent
access, viewing, use or disclosure of COUNTY data including sensitive or
personal client information; abuse of COUNTY resources; and/or disruption
to COUNTY operations.
Individuals and/or agencies may not connect to or use COUNTY
networks/systems via personally owned mobile, wireless or handheld
devices unless authorized by COUNTY for telecommuting purposes and
provide a secure connection; up to date virus protection and mobile devices
must have the remote wipe feature enabled. Computers or computer
peripherals including mobile storage devices may not be used (COUNTY or
Contractor device) or brought in for use into the COUNTY’s system(s)
without prior authorization from COUNTY’s Chief Information Officer and/or
designee(s).
Proposal No. 918-5467
1D
No storage of COUNTY’s private, confidential or sensitive data on any hard-
disk drive, portable storage device or remote storage installation unless
encrypted according to advance encryption standards (AES of 128 bit or
higher).
The COUNTY will immediately be notified of any violations, breaches or
potential breaches of security related to COUNTY’s confidential information,
data and/or data processing equipment which stores or processes COUNTY
data, internally or externally.
COUNTY shall provide oversight to Contractor’s response to all incidents
arising from a possible breach of security related to COUNTY’s confidential
client information. Contractor will be responsible to issue any notification to
affected individuals as required by law or as deemed necessary by COUNTY
in its sole discretion. Contractor will be responsible for all costs incurred as
a result of providing the required notification.
23. PURCHASING LOCATION & HOURS:
Fresno County Purchasing is located at 4525 E. Hamilton Avenue (second
floor), Fresno, CA 93702. Non-holiday hours of operation are Monday
through Friday, 8:00 A.M. to 12:00 Noon and 1:00 P.M. to 5:00 P.M. PST;
Purchasing is closed daily from 12:00 Noon to 1:00 P.M. The following
holiday office closure schedule is observed:
January 1* New Year's Day
Third Monday in January Martin Luther King, Jr.’s Birthday
Third Monday in February Washington - Lincoln Day
March 31* Cesar Chavez’ Birthday
Last Monday in May Memorial Day
July 4* Independence Day
First Monday in September Labor Day
November 11* Veteran's Day
Fourth Thursday in November Thanksgiving Day
Friday following Thanksgiving
December 25* Christmas
* When this date falls on a Saturday, the holiday is observed the
preceding Friday. If the date falls on a Sunday, the holiday is observed
the following Monday.
24. FRESNO COUNTY BOARD OF SUPERVISORS ADMINISTRATIVE
POLICIES:
ADMINISTRATIVE POLICY NUMBER 5
Contract Salary Limitation Fresno
County Administrative Policy No. 5 provides that in contracts with non-
profit organizations that primarily serve Fresno County and professional
service contracts where Fresno County is the sole client, the contractors
must agree to the following contract language: “The contractor agrees to limit
administrative cost to a maximum of 15% of the total program budget and to
limit employee benefits to a maximum of 20% of total salaries for those
employees working under this agreement during the term of the agreement.
Failure to conform to this provision will be grounds for contract termination at
the option of the County of Fresno.” Any bidder that wishes an exemption
from this contract requirements must set forth the request for exemption, as
well as a complete explanation of why the exemption should be granted, in
the bidder’s response to the RFP. Only the Board of Supervisors can
approve such exemption.
Policy Statement: Contractors shall be limited to a maximum 15%
administrative cost as compared to the total program budget and employee
benefits shall be limited to a maximum of 20% of salaries.
The following language will be included in each applicable contract:
"The contractor agrees to limit administrative cost to a maximum of 15% of
the total program budget and to limit employee benefits to a maximum of
20% of total salaries for those employees working under this agreement
during the term of this agreement. Failure to conform to this provision will be
grounds for contract termination at the option of the County of Fresno."
The above provision shall be applied to renewal or multi-year contracts with
non-profit organizations which primarily serve Fresno County and
professional services contracts where
Fresno County is the sole client, such as:
Community based organization service contracts related to social
services, health services, or probation services.
Cultural art program contracts.
Professional services contracts.
This policy will not apply to contracts between the County and the Federal or
State governments; or one-time contracts. The Board of Supervisors will
consider exemptions to this policy only upon the recommendation of the
County Administrative Office.
Management Responsibility: It shall be the responsibility of any County
official authorized by the Board of Supervisors to execute contracts or enter
into agreements on behalf of the County to review all applicable contracts to
insure that this policy is fully enforced.
It shall be the responsibility of the County Administrative Officer to review
requests for exemptions to this policy and to make recommendations to the
Board of Supervisors on such requests for exemption.
ADMINISTRATIVE POLICY NUMBER 34
Competitive Bids and Requests for Proposals
Fresno County Administrative Policy No. 34 provides that no person, firm
or subsidiary thereof who has been awarded a consulting services contract
by the County, may submit a bid for, or be awarded a contract for, the
provision of services, procurement of goods or supplies, or any other related
action which is required, suggested, or otherwise deemed appropriate in the
end product of the consulting services contract. Any bidder that wishes an
exemption from this contract limitation must set forth the request for
exemption, as well as a complete explanation of why the exemption should
be granted, in the bidder’s response to the RFP. Only the Board of
Supervisors, on a four-fifths (4/5) vote finding that such waiver is in the best
interests of the County, can waive this policy.
Definitions: Purchasing Authority and Responsibility – In accordance with
the State of California Government Code Section 25500 et seq., and the
Fresno County Ordinance Code Chapter 2.56, the Board of Supervisors has
established a County Purchasing Agent. The Board has designated the
County Administrative Officer as the Purchasing Agent. Unless otherwise
restricted, all necessary authority and responsibility has been delegated to
the Purchasing Agent to satisfy the acquisition requirements of the County.
The Purchasing Agent may defer day-to-day acquisition management to the
Purchasing Manager as appropriate.
Proposal No. 918-5467
1E
Policy Statement: Competitive bids or requests for proposals shall be
secured for all contracts for goods or services which are proposed to be
acquired by the County except when in unusual or extraordinary
circumstances, a department head, requests an exception to competitive
bidding. All such requests must be documented by the department head
including a detailed description of the facts justifying the exception. The
request must receive concurrence of the procurement authority who will sign
that particular contract i.e. the Board of Supervisors or Purchasing
Agent/Purchasing Manager. The following circumstances are examples
which constitute “Suspension of Competition”:
In an emergency when goods or services are immediately necessary
for the preservation of the public health, welfare, or safety, or for the
protection of County property.
When the contract is with a federal, state, or local governmental
agency.
When the department head, with the concurrence of the Purchasing
Agent, finds that the cost of preparing and administering a competitive
bidding process in a particular case will equal or exceed the estimated
contract amount or $1,000 whichever is more.
When a contract provides only for payment of per diem and travel
expenses and there is to be no payment for services rendered.
When obtaining the services of expert witnesses for litigation or special
counsel to assist the County.
When in unusual or extraordinary circumstances, the Board of
Supervisors or the Purchasing Agent/Purchasing Manager determines
that the best interests of the County would be served by not securing
competitive bids or issuing a request for proposal.
Contracts for services should not usually cover a period of more than one
year although a longer period may be approved in unusual circumstances.
Multiple year contracts must include provisions for early termination and
must be contingent on available funding. Unless exempted as provided for
above, no contract for service shall extend, either by original contract or by
extension, beyond three years unless competitive bids have been sought or
a Request for Proposal has been processed.
During any competitive bidding procedure, all bids shall be opened publicly
and the dollar amount of each bid shall be read aloud. Under no
circumstance shall a bid which is received at the designated place of
opening after the closing time be opened or considered.
Contracts for goods or services shall not be effective until approved by the
Board of Supervisors or, if appropriate, the Purchasing Agent/Purchasing
Manager. Contractors and vendors shall be advised by the responsible
department head that performance under the contract may not commence
prior to such approval.
Medical Professional Contracts
The competitive recruitment process, annual performance evaluation, and
periodic salary surveys are equivalent to competitive bids for independent
physicians contracting with the County on a fee for service basis.
A salary survey for physician services shall be conducted every two years.
Contracts for physician services shall not extend, either by original contract
or by extension, beyond five years unless competitive bids have been sought
or unless exempted as provided above.
Contracts for Legal Services
The competitive recruitment process, annual performance evaluation, and
periodic salary surveys are equivalent to competitive bids for independent
law firms and attorneys contracting with the County on a fee for service
basis.
A salary survey for legal services shall be conducted every two years.
The selection of and contracting with firms to provide legal services shall be
coordinated through the County Counsel's Office. The County Counsel shall
assist in securing a law firm with the requisite legal expertise and price
structure that would provide the best service to the County. County Counsel
shall be involved throughout the process of selecting a firm, developing a
contract, and monitoring the billing and services provided throughout the
contract period.
Prohibited Bids Concerning End Product of Consulting Contracts
No person, firm, or subsidiary thereof who has been awarded a consulting
services contract by the County, shall be awarded a contract for the
provision of services, procurement of goods or supplies, or any other related
action which is required, suggested, or otherwise deemed appropriate in the
end product of the consulting services contract. This policy may be waived
by the Board of Supervisors on a four-fifths (4/5) vote finding that such
waiver is in the best interests of the County.
Management Responsibility: The County Administrative Officer is
responsible for preparing and issuing written procedures to assure
compliance with this policy by all County officials and departments.
ADMINISTRATIVE POLICY NUMBER 71
Prohibiting the Use of Public Funds for Political Advocacy
Fresno County Administrative Policy No. 71 provides that no County
assets, including money, shall be used for political campaigns of any type.
Political campaigns are defined as political advocacy for or opposition to a
matter or person that has qualified for the ballot. No contract entered into by
the County shall provide for use of County monies for political campaigns.
Policy Statement: Government assets, including money, grant funds, paid
staff time, equipment and supplies, facilities or any other government asset
shall not be used for political campaigns of any type. Political campaigns are
defined as political advocacy for or opposition to a matter or person that has
qualified for the ballot.
Management Responsibility: Department Heads shall be held responsible
for ensuring that government assets within their control are not used to
advocate for or against any matter or person that has qualified for the ballot.
This section does not prohibit the expenditure of government assets to
create and provide informational or educational materials regarding a matter
that has qualified for the ballot. Such information or educational materials
shall provide a fair, accurate and impartial presentation of relevant
information relating to the matter that has qualified for the ballot. However,
government assets shall not be expended to create and provide such
informational or educational materials in the 90 days prior to the election
unless specifically authorized by the Board of Supervisors or required by the
Public Records Act or other law.
Proposal No. 918-5467 Page 2
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
TABLE OF CONTENTS
PAGE
OVERVIEW ..................................................................................................................... 3
KEY DATES .................................................................................................................... 3
TRADE SECRET ACKNOWLEDGEMENT ..................................................................... 4
DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS ............................................. 6
REFERENCE LIST .......................................................................................................... 9
PARTICIPATION ........................................................................................................... 10
GENERAL REQUIREMENTS ....................................................................................... 11
BIDDING INSTRUCTIONS AND REQUIREMENTS ..................................................... 17
SCOPE OF WORK ........................................................................................................ 19
COST PROPOSAL ........................................................................................................ 22
PROPOSAL CONTENT REQUIREMENTS ................................................................... 23
AWARD CRITERIA ....................................................................................................... 26
CHECK LIST ................................................................................................................. 27
Proposal No. 918-5467 Page 3
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
OVERVIEW
CONSULTANT FOR REVISION OF REGIONAL SOLID WASTE MANAGEMENT PLAN AND
REDEVELOPMENT OF INTEGRATED SYSTEMS
The County of Fresno, Department of Public Works and Planning (COUNTY) is currently requesting
proposals for consulting services from qualified consultant(s) (CONSULTANT), with at least five (5) years of
directly related experience in developing strategic planning and masterplans, including analysis and related
services for the management of solid waste in Fresno County.
The COUNTY has executed various agreements and related ordinances to administer, manage, and oversee
solid waste program implementation to meet Federal, State, and Local regulatory mandates. The COUNTY is
now seeking to update and revise all solid waste program planning. The CONSULTANT would assess,
review, and analyze current plans, agreements, MOUs, JPAs, ordinances, representative commissions and
representative bodies, and review all related supportive documentation including financial documentation.
KEY DATES
RFP Issue Date: April 12, 2016
Vendor Conference: April 25, 2016 at 2:00 P.M.
Vendors are to contact Nick Chin at (559)
600-7113 if planning to attend vendor
conference.
County of Fresno Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702
Deadline for Written Requests for
Interpretations or Corrections of RFP:
April 29, 2016 at 10:00 A.M.
E-Mail: CountyPurchasing@co.fresno.ca.us
RFP Closing Date: May 18, 2016 at 2:00 P.M.
County of Fresno Purchasing
4525 E. Hamilton Avenue, 2nd Floor
Fresno, CA 93702
Proposal No. 918-5467 Page 4
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
TRADE SECRET ACKNOWLEDGEMENT
All proposals received by the County shall be considered "Public Record" as defined by Section 6252 of the
California Government Code. This definition reads as follows:
"...Public records" includes any writing containing information relating to the conduct of the public's
business prepared, owned, used or retained by any state or local agency regardless of physical form or
characteristics "Public records" in the custody of, or maintained by, the Governor's office means any writing
prepared on or after January 6, 1975."
Each proposal submitted is Public record and is therefore subject to inspection by the public per Section 6253
of the California Government Code. This section states that "every person has a right to inspect any public
record".
The County will not exclude any proposal or portion of a proposal from treatment as a public record except in
the instance that it is submitted as a trade secret as defined by the California Government Code. Information
submitted as proprietary, confidential or under any other such terms that might suggest restricted public
access will not be excluded from treatment as public record.
"Trade secrets" as defined by Section 6254.7 of the California Government Code are deemed not to be public
record. This section defines trade secrets as:
"...Trade secrets," as used in this section, may include, but are not limited to, any formula, plan,
pattern, process, tool, mechanism, compound, procedure, production data or compilation of
information that is not patented, which is known only to certain individuals within a commercial
concern who are using it to fabricate, produce, or compound an article of trade or a service having
commercial value and which gives its user an opportunity to obtain a business advantage over
competitors who do not know or use it."
Information identified by bidder as "trade secret" will be reviewed by County of Fresno's legal counsel to
determine conformance or non-conformance to this definition. Such material should be submitted in a
separate binder marked "Trade Secret". Examples of material not considered to be trade secrets are pricing,
cover letter, promotional materials, etc.
INFORMATION THAT IS PROPERLY IDENTIFIED AS TRADE SECRET AND CONFORMS TO THE
ABOVE DEFINITION WILL NOT BECOME PUBLIC RECORD. COUNTY WILL SAFEGUARD THIS
INFORMATION IN AN APPROPRIATE MANNER.
Information identified by bidder as trade secret and determined not to be in conformance with the California
Government Code definition shall be excluded from the proposal. Such information will be returned to the
bidder at bidder's expense upon written request.
Trade secrets must be submitted in a separate binder that is plainly marked "Trade Secrets."
The County shall not in any way be liable or responsible for the disclosure of any proposals or portions
thereof, if they are not (1) submitted in a separate binder that is plainly marked "Trade Secret" on the outside;
and (2) if disclosure is required or allowed under the provision of law or by order of Court.
Vendors are advised that the County does not wish to receive trade secrets and that vendors are not to
supply trade secrets unless they are absolutely necessary.
Proposal No. 918-5467 Page 5
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
TRADE SECRET ACKNOWLEDGEMENT
I have read and understand the above "Trade Secret Acknowledgement."
I understand that the County of Fresno has no responsibility for protecting information submitted as a trade
secret if it is not delivered in a separate binder plainly marked "Trade Secret." I also understand that all
information my company submits, except for that information submitted in a separate binder plainly marked
“Trade Secret,” are public records subject to inspection by the public. This is true no matter whether my
company identified the information as proprietary, confidential or under any other such terms that might
suggest restricted public access.
Enter company name on appropriate line:
Has submitted information identified as Trade Secrets in
a separate marked binder.** (Company Name)
Has not submitted information identified as Trade
Secrets. Information submitted as proprietary
confidential or under any other such terms that might
suggest restricted public access will not be excluded
from treatment as public record.
(Company Name)
ACKNOWLEDGED BY:
( )
Signature (In Blue Ink) Telephone
Print Name and Title Date
Address
City State Zip
**Bidders brief statement that clearly sets out the reasons for confidentiality in conforming with the California
Government Code definition.
Proposal No. 918-5467 Page 6
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS
In their proposal, the bidder is required to disclose if any of the following conditions apply to them, their
owners, officers, corporate managers and partners (hereinafter collectively referred to as “Bidder”):
Within the three-year period preceding the proposal, they have been convicted of, or had a civil
judgment rendered against them for:
o fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a
public (federal, state, or local) transaction or contract under a public transaction;
o violation of a federal or state antitrust statute;
o embezzlement, theft, forgery, bribery, falsification, or destruction of records; or
o false statements or receipt of stolen property
Within a three-year period preceding their proposal, they have had a public transaction (federal, state,
or local) terminated for cause or default.
Disclosure of the above information will not automatically eliminate a Bidder from consideration. The
information will be considered as part of the determination of whether to award the contract and any
additional information or explanation that a Bidder elects to submit with the disclosed information will be
considered. If it is later determined that the Bidder failed to disclose required information, any contract
awarded to such Bidder may be immediately voided and terminated for material failure to comply with the
terms and conditions of the award.
Any Bidder who is awarded a contract must sign an appropriate Certification Regarding Debarment,
Suspension, and Other Responsibility Matters. Additionally, the Bidder awarded the contract must
immediately advise the County in writing if, during the term of the agreement: (1) Bidder becomes
suspended, debarred, excluded or ineligible for participation in federal or state funded programs or from
receiving federal funds as listed in the excluded parties list system (http://www.epls.gov); or (2) any of the
above listed conditions become applicable to Bidder. The Bidder will indemnify, defend and hold the County
harmless for any loss or damage resulting from a conviction, debarment, exclusion, ineligibility or other matter
listed in the signed Certification Regarding Debarment, Suspension, and Other Responsibility Matters.
Proposal No. 918-5467 Page 7
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS--PRIMARY COVERED TRANSACTIONS
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal, the prospective primary participant is providing the
certification set out below.
2. The inability of a person to provide the certification required below will not necessarily result in denial
of participation in this covered transaction. The prospective participant shall submit an explanation of
why it cannot provide the certification set out below. The certification or explanation will be
considered in connection with the department or agency's determination whether to enter into this
transaction. However, failure of the prospective primary participant to furnish a certification or an
explanation shall disqualify such person from participation in this transaction.
3. The certification in this clause is a material representation of fact upon which reliance was placed
when the department or agency determined to enter into this transaction. If it is later determined that
the prospective primary participant knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government, the department or agency may terminate this
transaction for cause or default.
4. The prospective primary participant shall provide immediate written notice to the department or
agency to which this proposal is submitted if at any time the prospective primary participant learns
that its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
5. The terms covered transaction, debarred, suspended, ineligible, participant, person, primary covered
transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings
set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549.
You may contact the department or agency to which this proposal is being submitted for assistance in
obtaining a copy of those regulations.
6. Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
Proposal No. 918-5467 Page 8
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
CERTIFICATION
(1) The prospective primary participant certifies to the best of its knowledge and belief, that it, its owners,
officers, corporate managers and partners:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a
public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
(c) Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State or local) terminated for cause or default.
(2) Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Signature:
(in blue ink)
Date:
(Printed Name & Title) (Name of Agency or Company)
Proposal No. 918-5467 Page 9
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR PROPOSAL
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar services. Be sure to
include all requested information.
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Reference Name: Contact:
Address:
City: State: Zip:
Phone No.: ( ) Date:
Service Provided:
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFP.
Proposal No. 918-5467 Page 10
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno,
Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by
one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment
directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all
the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would
extend the same terms and conditions to all tax supported agencies within this group as you are proposing to
extend to Fresno County. * Note: This form/information is not rated or ranked for evaluation purposes.
Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley
Purchasing Group and other tax supported agencies.
No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature in Blue Ink)
Title
Proposal No. 918-5467 Page 11
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
GENERAL REQUIREMENTS
DEFINITIONS: The terms Bidder, Proposer, Contractor, and Vendor are all used interchangeably and refer to
that person, partnership, corporation, organization, agency, etc. which is offering the proposal.
LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this Request for
Proposal.
RFP CLARIFICATION AND REVISIONS: Any revisions to the RFP will be issued and distributed as written
addenda.
FIRM PROPOSAL: All proposals shall remain firm for at least one hundred eighty (180) days.
PROPOSAL PREPARATION: Proposals should be submitted in the formats shown under "PROPOSAL
CONTENT REQUIREMENTS" section of this RFP.
County of Fresno will not be held liable or any cost incurred by bidders responding to RFP.
Bidders are to bid what is specified or requested first. If unable to or unwilling to, bidder may bid alternative
or option, indicating all advantages, disadvantages and their associated cost.
SUPPORTIVE MATERIAL: Additional material may be submitted with the proposal as appendices. Any
additional descriptive material that is used in support of any information in your proposal must be referenced
by the appropriate paragraph(s) and page number(s).
Bidders are asked to submit their proposals in a binder (one that allows for easy removal of pages) with index
tabs separating the sections identified in the Table of Contents. Pages must be numbered on the bottom of
each page.
Any proposal attachments, documents, letters and materials submitted by the vendor shall be binding and
included as a part of the final contract should your bid be selected.
TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the
proposal it will be assumed that they are included in the total quoted.
SALES TAX: Fresno County pays California State Sales Tax in the amount of 8.225% regardless of vendor's
place of doing business.
RETENTION: County of Fresno reserves the right to retain all proposals, excluding proprietary documentation
submitted per the instructions of this RFP, regardless of which response is selected.
ORAL PRESENTATIONS: Each finalist may be required to make an oral presentation in Fresno County and
answer questions from County personnel.
AWARD/REJECTION: The award will be made to the vendor offering the overall proposal deemed to be to
the best advantage of the County. The County shall be the sole judge in making such determination. The
County reserves the right to reject any and all proposals. The lowest bidders are not arbitrarily the vendors
whose proposals will be selected. Award Notices are tentative: Acceptance of an offer made in response to
this RFP shall occur only upon execution of an agreement by both parties or issuance of a valid written
Purchase Order by Fresno County Purchasing.
County Purchasing will chair or co-chair all award, evaluation and contract negotiation committees.
Award may require approval by the County of Fresno Board of Supervisors.
WAIVERS: The County reserves the right to waive any informalities or irregularities and any technical or
clerical errors in any quote as the interest of the County may require.
TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.
Proposal No. 918-5467 Page 12
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms,
conditions and requirements with the selected vendor.
PROPOSAL REJECTION: Failure to respond to all questions or not to supply the requested information
could result in rejection of your proposal.
ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or
portions of payments without prior written consent of the County of Fresno.
BIDDERS LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in
responding to the RFP.
CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business
practices and safeguard confidential data which vendor staff may have access to in the course of system
implementation.
DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the State of California.
Any claim which cannot be amicably settled without court action will be litigated in the U. S. District Court for
the Eastern District of California in Fresno, CA or in a state court for Fresno County.
NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third
party about this RFP or the vendor's quotation without prior written approval from the County of Fresno.
BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each
proposer/bidder which may include collection of appropriate criminal history information, contractual and
business associations and practices, employment histories and reputation in the business community. By
submitting a proposal/bid to the County, the vendor consents to such an inquiry and agrees to make available
to the County such books and records the County deems necessary to conduct the inquiry.
ACQUISITIONS: The County reserves the right to obtain the whole system/services/goods as proposed or
only a portion of the system/services/goods, or to make no acquisition at all.
OWNERSHIP: The successful vendor will be required to provide to the County of Fresno documented proof
of ownership by the vendor, or its designated subcontractor, upon request of the proposed
programs/services/goods.
EXCEPTIONS: Identify with explanation, any terms, conditions, or stipulations of the RFP with which you
CAN NOT or WILL NOT comply.
ADDENDA: In the event that it becomes necessary to revise any part of this RFP, addenda will be provided
to all agencies and organizations that receive the basic RFP.
SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his
tasks should be provided. The primary contractor is not relieved of any responsibility by virtue of using a
subcontractor.
CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or proposal submitted
by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances
exist which justify the approval of such contract:
1. Employees of the County or public agencies for which the Board of Supervisors is the governing body.
2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers,
principals, partners or major shareholders.
3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of
Subsection (1), and who were employees in positions of substantial responsibility in the area of service to
be performed by the contract, or participated in any way in developing the contract or its service
specifications.
Proposal No. 918-5467 Page 13
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as
officers, principals, partners or major shareholders.
5. No County employee, whose position in the County enables him to influence the selection of a contractor
for this RFP, or any competing RFP, and no spouse or economic dependent of such employee, shall be
employees in any capacity by a bidder, or have any other direct or indirect financial interest in the
selection of a contractor.
6. In addition, no County employee will be employed by the selected vendor to fulfill the vendor’s contractual
obligations to the County.
ORDINANCE 3.08.130 – POST-SEPARATION EMPLOYMENT PROHIBITED: No officer or employee of the
County who separates from County service shall for a period of one year after separation enter into any
employment, contract, or other compensation arrangement with any County consultant, vendor, or other
County provider of goods, materials, or services, where the officer or employee participated in any part of the
decision making process that led to the County relationship with the consultant, vendor or other County
provider of goods, materials or services.
Pursuant to Government Code section 25132(a), a violation of the ordinance may be enjoined by an
injunction in a civil lawsuit, or prosecuted as a criminal misdemeanor.
EVALUATION CRITERIA: Respondents will be evaluated on the basis of their responses to all questions and
requirements in this RFP and product cost. The County shall be the sole judge in the ranking process and
reserves the right to reject any or all bids. False, incomplete or unresponsive statements in connection with
this proposal may be sufficient cause for its rejection.
SELECTION PROCESS: All proposals will be evaluated by a team consisting of representatives from
appropriate County Department(s), and Purchasing. It will be their responsibility to make the final
recommendations. Purchasing will chair or co-chair the evaluation or evaluation process.
Organizations that submit a proposal may be required to make an oral presentation to the Selection
Committee. These presentations provide an opportunity for the individual, agency, or organization to clarify
its proposal to ensure thorough, mutual understanding.
INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor
under any ensuing Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint
venture, partner, or associate of the County. Furthermore, County shall have no right to control, supervise, or
direct the manner or method by which Contractor shall perform its work and function. However, County shall
retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in
accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable
provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally required employee benefits. In addition, Contractor shall
be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of the Agreement, Contractor may be providing services to
others unrelated to the COUNTY or to the Agreement.
HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request,
defend the County, its officers, agents and employees, from any and all costs and expenses, damages,
liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to
perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs
and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation
who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or
employees under this Agreement.
Proposal No. 918-5467 Page 14
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
SELF-DEALING TRANSACTION DISCLOSURE: Contractor agrees that when operating as a corporation (a
for-profit or non-profit corporation), or if during the term of the agreement the Contractor changes its status to
operate as a corporation, members of the Contractor’s Board of Directors shall disclose any self-dealing
transactions that they are a party to while Contractor is providing goods or performing services under the
agreement with the County. A self-dealing transaction shall mean a transaction to which the Contractor is a
party and in which one or more of its directors has a material financial interest. Members of the Board of
Directors shall disclose any self-dealing transactions that they are a party to by completing and signing a
Fresno County Self-Dealing Transaction Disclosure Form and submitting it to the County prior to commencing
with the self-dealing transaction or immediately thereafter.
PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services
and activities offered in the proposal, whether or not they are provided directly. Further, the County of Fresno
will consider the selected vendor to be the sole point of contact with regard to contractual matters, including
payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer
the contract, or any right or obligation arising out of the contract, without first having obtained the express
written consent of the County.
ADDRESSES AND TELEPHONE NUMBERS: The vendor will provide the business address and mailing
address, if different, as well as the telephone number of the individual signing the contract.
ASSURANCES: Any contract awarded under this RFP must be carried out in full compliance with The Civil
Rights Act of 1964, The Americans With Disabilities Act of 1990, their subsequent amendments, and any and
all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for
discrimination, implied or expressed, and wants to ensure that policy continues under this RFP. The
contractor must also guarantee that services, or workmanship, provided will be performed in compliance with
all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the
nature required under this RFP. In addition, the contractor may be required to provide evidence
substantiating that their employees have the necessary skills and training to perform the required services or
work.
INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third
parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance
policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint
Powers Agreement (JPA) throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than One
Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000).
This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages
including completed operations, products liability, contractual liability, Explosion-Collapse-Underground,
fire legal liability or any other liability insurance deemed necessary because of the nature of this contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits for bodily injury of not less
than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars
($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars
($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars
($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this
Agreement.
C. Professional Liability: If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole
expense, in full force and effect for a period of three (3) years following the termination of this Agreement,
one or more policies of professional liability insurance with limits of coverage as specified herein.
D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
Proposal No. 918-5467 Page 15
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Within thirty (30) days from the date Contractor executes this Agreement, Contractor shall provide certificates
of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the
County of Fresno, Public Works and Planning, Attn: Sally Lopez, 2220 Tulare Street, Fresno, CA 93721,
stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its
officers, agents and employees will not be responsible for any premiums on the policies; that such
Commercial General Liability insurance names the County of Fresno, its officers, agents and employees,
individually and collectively, as additional insured, but only insofar as the operations under this Agreement are
concerned; that such coverage for additional insured shall apply as primary insurance and any other
insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only
and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall
not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County.
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County
may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of
such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
AUDIT AND RETENTION: The Contractor shall maintain in good and legible condition all books, documents,
papers, data files and other records related to its performance under this contract. Such records shall be
complete and available to Fresno County, the State of California, the federal government or their duly
authorized representatives for the purpose of audit, examination, or copying during the term of the contract
and for a period of at least three years following the County's final payment under the contract or until
conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained
in the manner described above until all pending matters are closed.
DEFAULT: In case of default by the selected bidder, the County may procure materials and services from
another source and may recover the loss occasioned thereby from any unpaid balance due the selected
bidder, or by any other legal means available to the County.
BREACH OF CONTRACT: In the event of breach of contract by either party, the other party shall be relieved
of its obligations under this agreement and may pursue any legal remedies.
CONFIDENTIALITY: All services performed by vendor shall be in strict conformance with all applicable
Federal, State of California and/or local laws and regulations relating to confidentiality, including but not
limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California
Code of Regulations, Code of Federal Regulations.
Vendor shall submit to County’s monitoring of said compliance.
Vendor may be a Business associate of County, as that term is defined in the “Privacy Rule” enacted by the
Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate,
vendor may use or disclose protected health information (“PHI”) to perform functions, activities or services for
or on behalf of County, as specified by the County, provided that such use or disclosure shall not violate
HIPAA and its implementing regulations. The uses and disclosures of PHI may not be more expansive than
those applicable to County, as the “Covered Entity” under HIPAA’s Privacy Rule, except as authorized for
management, administrative or legal responsibilities of the Business Associate.
Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required
by law without written notice to the County.
Proposal No. 918-5467 Page 16
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from,
or created or received by the vendor on behalf of County, shall comply with the same restrictions and
conditions with respect to such information.
APPEALS: Appeals must be submitted in writing within *seven (7) working days after notification of proposed
recommendations for award. A “Notice of Award” is not an indication of County’s acceptance of an offer
made in response to this RFP. Appeals shall be submitted to County of Fresno Purchasing, 4525 E. Hamilton
Avenue 2nd Floor, Fresno, California 93702-4599 and in Word format to gcornuelle@co.fresno.ca.us.
Appeals should address only areas regarding RFP contradictions, procurement errors, proposal rating
discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive
procurement grievance regarding the RFP process.
Purchasing will provide a written response to the complainant within *seven (7) working days unless the
complainant is notified more time is required.
If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to
the Purchasing Agent/CAO within seven (7) working days after Purchasing’s notification; except, if notified to
appeal directly to the Board of Supervisors at the scheduled date and time.
If the protesting bidder is not satisfied with Purchasing Agent/CAO’s decision, the final appeal is with the
Board of Supervisors.
*The seven (7) working day period shall commence and be computed by excluding the first day and including the last day upon the date
that the notification is issued by the County.
RIGHTS OF OWNERSHIP: The County shall maintain all rights of ownership and use to all materials
designed, created or constructed associated with this service/project/program.
Proposal No. 918-5467 Page 17
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
BIDDING INSTRUCTIONS AND REQUIREMENTS
ISSUING AGENT: This RFP has been issued by County of Fresno, Purchasing. Purchasing shall be the
vendor’s sole point of contact with regard to the RFP, its content, and all issues concerning it.
AUTHORIZED CONTACT: All communication regarding this RFP shall be directed to an authorized
representative of County Purchasing. The specific buyer managing this RFP is identified on the cover page,
along with his or her telephone number, and he or she should be the primary point of contact for discussions
or information pertaining to the RFP. Contact with any other County representative, including elected
officials, for the purpose of discussing this RFP, it content, or any other issue concerning it, is prohibited
unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact
(verbally or in writing) with such other County representatives, may constitute grounds for rejection by
Purchasing of the vendor’s quotation.
The above stated restriction on vendor contact with County representatives shall apply until the County has
awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a
vendor initiates a formal protest against the RFP, such vendor may contact the appropriate individual, or
individuals who are managing that protest as outlined in the County’s established protest procedures. All
such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the
event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of
a purchase order or contract, any vendor may address the Board.
VENDOR CONFERENCE: On April 25 at 2:00 P.M., a vendor's conference will be held in which the
scope of the project and proposal requirements will be explained. The meeting will be held at the
office of County of Fresno Purchasing, 4525 E. Hamilton (between Cedar and Maple), 2nd Floor,
Fresno, California. Addendum will be prepared and distributed to all bidders only if necessary to clarify
substantive items raised during the bidders' conference.
Bidders are to contact Nick Chin at County of Fresno Purchasing, (559) 600-7113, if they are planning to
attend the conference.
NUMBER OF COPIES: Submit one (1) original and seven (7) copies of your proposal no later than the
proposal closing date and time as stated on the front of this document to County of Fresno Purchasing. Each
copy to be identical to the original, include all supporting documentation (e.g. literature, brochures, reports,
schedules etc.). The cover page of each quotation is to be appropriately marked “Original” or “Copy”.
INTERPRETATION OF RFP: Vendors must make careful examination of the requirements, specifications
and conditions expressed in the RFP and fully inform themselves as to the quality and character of services
required. If any person planning to submit a proposal finds discrepancies in or omissions from the RFP or
has any doubt as to the true meaning or interpretation, correction thereof may be requested at the scheduled
Vendor Conference (see above). Any change in the RFP will be made only by written addendum, duly issued
by the County. The County will not be responsible for any other explanations or interpretations.
Questions may be submitted subsequent to the Vendor Conference, subject to the following conditions:
a. Such questions are submitted in writing to the County Purchasing not later than April 29, 2016 at 10:00
a.m. Questions must be directed to the attention of Nick Chin, Purchasing Analyst.
b. Such questions are submitted with the understanding that County can respond only to questions it
considers material in nature.
c. Questions shall be e-mailed to CountyPurchasing@co.fresno.ca.us.
NOTE: The bidder is encouraged to submit all questions at the Vendor Conference. Time limitations can
prevent a response to questions submitted after the conference.
SELECTION COMMITTEE: All proposals will be evaluated by a team co-chaired by Purchasing. All
proposals will be evaluated by a review committee that may consist of County of Fresno Purchasing,
department staff, community representatives from advisory boards and other members as appropriate.
Proposal No. 918-5467 Page 18
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
The proposals will be evaluated in a multi-stage selection process. Some bids may be eliminated or set aside
after an initial review. If a proposal does not respond adequately to the RFP or the bidder is deemed
unsuitable or incapable of delivering services, the proposal may be eliminated from consideration. It will be
the selection committee’s responsibility to make the final recommendation to the Department Head.
CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of one (1) year or a
purchase order. County will retain the right to terminate the Agreement upon giving thirty (30) days advance
written notification to the Contractor.
PAYMENT: The County of Fresno, if appropriate, may use Procurement Card to place and make payment for
orders under the ensuing contract.
AUDITED FINANCIAL STATEMENTS: Copies of the audited Financial Statements for the last three (3)
years for the business, agency or program that will be providing the service(s) proposed. If audited
statements are not available, complied or reviewed statements will be accepted with copies of three years of
corresponding federal tax returns. This information is to be provided after the RFP closes, if requested. Do
not provide with your proposal.
CONTRACT NEGOTIATION: The County will prepare and negotiate its own contract with the selected
vendor, giving due consideration to standard contracts and associated legal documents submitted as a part of
bidder’s response to the RFP. The tentative award of the contract is based on successful negotiation pending
formal recommendation of award. Bidder is to include in response the names and titles of officials authorized
to conduct such negotiations.
NOTICES: All notices, payments, invoices, insurance and endorsement certificates, etc. need to be
submitted as follows: referencing contract/purchase order number, department, position, title and address of
administering official.
EPAYMENT OPTION: The County of Fresno provides an Epay Program which involves payment of invoices
by a secure Visa account number assigned to the supplier after award of contract. Notification of payments
and required invoice information are issued to the supplier's designated Accounts Receivable contact by e-
mail remittance advice at time of payment. To learn more about the benefits of an Epay Program, how it
works, and obtain answers to frequently asked questions, click or copy and paste the following URL into your
browser: www.bankofamerica.com/epayablesvendors or call Fresno County Accounts Payable, 559-600-
3609.
NOTICE TO PROCEED: Following execution of the agreement by both parties (County and Contractor), the
County will issue a written Notice to Proceed for the project specified herein. The completion period as
defined below, shall commence upon the date that the Notice to Proceed is delivered to the Contractor.
Proposal No. 918-5467 Page 19
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
SCOPE OF WORK
Background
The County of Fresno, Public Works and Planning Department (COUNTY) has addressed waste
management in the greater County area for the past 50 years. The COUNTY now seeks a CONSULTANT
versed in solid waste management practices inclusive of policies and procedures related to meet multi-
jurisdictional, as well as State and Federal compliance standards. The CONSULTANT should also have
experience building coalitions between stakeholders with disparate interests.
The COUNTY has a wealth of planning material available, detailing regional topography and resident
composition across geographic areas, as well as implemented plans, programs and facilities and potential
additional opportunities for waste stream diversion and processing. The COUNTY wishes the CONSULTANT
to utilize this data, and information to review plans, programs and processes in order to address immediate
challenges, as well as to formulate a plan for the next 5, 10, 15, and 20 years for the coordination of solid
waste management to service countywide needs.
The CONSULTANT will present best practice, evidence-based modeled options for the expansion of solid
waste management plans related to materials collected, processed, recycled, diverted and landfilled, and
present achievable diversion reporting models that have been successfully executed in other jurisdictions,
including non-exclusive waste hauling agreements. The CONSULTANT will also address any outstanding
gaps related to County ordinances and regulations, and present solutions/proposals to address future
problems as they relate to the regional Summary Plan.
Contact Person
The CONSULTANT’s principal contact for the project after execution of the contract will be the Deputy
Director of Public Works and Planning – Resources/Administration, or a designated representative, who will
coordinate the assistance to be provided to the CONSULTANT.
Scope of Work
The CONSULTANT will prepare a comprehensive short-, mid- and long-term solid waste planning documents
(for the 5, 10, 15, and 20 years planning periods) that provide a Masterplan for implementable solid waste
programs, both local and regional in scope, through the following review and assessment:
Task 1 - Assessment of Current and Past Solid Waste Plans
The CONSULTANT shall review, assess and provide input as is necessary to augment/improve the
following plans, programs and documentation in developing new Masterplan; this information needs to be
appropriate for use in CalRecycle Five-Year Planning documentation:
A. Jurisdictional programs
i. Source Reduction Recycling Elements (SRRE)
ii. Household Hazardous Waste Element (HHWE)
iii. Non-Disposal Facility Element (NDFE)
B. Regional programs
i. Siting Element
ii. Summary Plan
C. Combined planning documents
i. Joint Powers Agreements
1. JPAs with Cities
2. JPAs with Commissions and Committees
ii. Memorandums of Understanding
1. JPAs with Cities
2. JPAs with Commissions and Committees
Proposal No. 918-5467 Page 20
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
The CONSULTANT shall prepare a report providing the review, assessment and revised documentation
for the work provided under this task. Report needs to be appropriate for utilization in preparation of
CalRecycle’s required 5-year plan for the COUNTY (planning documentation will be used for 2012 and
2017 5-year plans.
Task 2 - Exclusive Service Area Program (ESAP) Assessment
An Exclusive Service Area Program (ESAP) for the unincorporated areas of Fresno County, was enacted
in 2006 for waste collection/hauling, and will expire in 2018. The CONSULTANT shall assist the
COUNTY with the following:
A. The CONSULTANT shall assist with the process of the amended extension of the ESAP
Agreements
B. The CONSULTANT will develop and outline audit requirements and processes to ensure compliance
with agreement requirements
C. The CONSULTANT will provide business-targeting strategies for meeting California Assembly Bills
for Mandatory Commercial Recycling (AB 341) and Mandatory Commercial Organics Recycling (AB
1826), and propose program implementation
The CONSULTANT will provide a report detailing the work conducted in these tasks.
Task 3 - Streamline of Administration and Reporting Processes
This task will address the streamlining of administration and reporting processes for 1) all hauler
agreements including the Exclusive Area Program (ESAP) and Non-Exclusive Waste Hauler Agreement
(NEWHA), 2) permitted facilities and 3) jurisdictions. CONSULTANT will assist the COUNTY in
developing both efficient and effective administrative and reporting processes including:
A. Assist with developing administrative and reporting protocols consistent with the agreements
discussed above
B. Assist with the development of administration and reporting protocols consistent with permitted
facilities, including
i. Transfer stations
ii. C & D processing facilities
iii. Organics processing facilities
iv. Recyclables processing facilities
C. Assist with the development of administration and reporting protocols consistent with jurisdictional
required permitting (except for the cities of Reedley and Clovis as they submit reports separately)
Task 4 - Funding Methodology Assessment
The CONSULTANT shall review current funding methodologies in place and provide the following:
A. The CONSULTANT shall review, assess, analyze, and provide alternatives to existing funding
sources
B. The CONSULTANT to develop strategy for pass-thru of landfill and regulation fee increases to
residential and business customers, separate from operational cost increases to hauler businesses
C. The CONSULTANT shall assist with the development of rate increase/decrease adjustments
The CONSULTANT shall prepare and provide the specific language for utilization of the new funding
methodologies.
Task 5 - Regulatory Requirements and Related County Ordinances
The CONSULTANT will review, analyze, reorganize and revise for consistency County ordinances which
encompass all local, State and Federal regulatory requirements
Proposal No. 918-5467 Page 21
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
Task 6 - Education and Outreach Programming
The CONSULTANT shall:
A. Propose Educational and Outreach strategies to serve the entire County of Fresno
B. Provide information on opportunities to educate residents and business regarding all County
programs
Task 7 - Report and Meetings
The CONSULTANT will prepare a draft report for COUNTY review and comment. The CONSULTANT
will include COUNTY comments as appropriate and prepare and issue a Final Report. In addition,
CONSULTANT will provide staff to review COUNTY documents and be present in at least four (4)
separate meetings.
Proposal No. 918-5467 Page 22
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
COST PROPOSAL
Please complete all information on this form.
Task # Staff Name Rate ($/hr) Hours Totals
1. Assessment of Current and
Past Solid Waste Plans
1.
2.
3.
Totals
2. Exclusive Service Area
Program (ESAP) Assessment
1.
2.
3.
Totals
3. Streamline of Administration
and Reporting Processes
1.
2.
3.
Totals
4. Rate Methodology Assessment 1.
2.
3.
Totals
5. Regulatory Requirements and
Related County Ordinances
1.
2.
3.
Totals
6. Education and Outreach
Programming
1.
2.
3.
Totals
7. Reports and Meetings 1.
2.
3.
Totals
GRAND TOTAL
Proposal No. 918-5467 Page 23
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
PROPOSAL CONTENT REQUIREMENTS
It is important that the vendor submit his/her proposal in accordance with the format and instructions
provided under this section. Doing so will facilitate the evaluation of the proposal. It will limit the
possibility of a poor rating due to the omission or mis-categorization of the requested information.
Responding in the requested format will enhance the evaluation team’s item by item comparison of
each proposal item. The vendor’s proposal may be placed at a disadvantage if submitted in a format
other than that identified below.
Bidders are requested to submit their proposals in a binder (one that allows for easy removal of pages) with
index tabs separating the sections identified. Each page should be numbered.
Each binder is to be clearly marked on the cover with the proposal name, number, closing date,
“Original” or “Copy”, and bidder’s name.
Merely offering to meet the specifications is insufficient and will not be accepted. Each bidder shall submit a
complete proposal with all information requested. Supportive material may be attached as appendices. All
pages, including the appendices, must be numbered.
Vendors are instructed not to submit confidential, proprietary and related information within the
request for proposal. If you are submitting trade secrets, it must be submitted in a separate binder
clearly marked “TRADE SECRETS”, see Trade Secret Acknowledgement section.
The content and sequence of the proposals will be as follows:
I. RFP PAGE 1 AND ADDENDUM(S) PAGE 1 (IF APPLICABLE) completed and signed by participating
individual or agency.
II. COVER LETTER: A one-page cover letter and introduction including the company name and address
of the bidder and the name, address and telephone number of the person or persons to be used for
contact and who will be authorized to make representations for the bidder.
A. Whether the bidder is an individual, partnership or corporation shall also be stated. It will be
signed by the individual, partner, or an officer or agent of the corporation authorized to bind the
corporation, depending upon the legal nature of the bidder. A corporation submitting a proposal
may be required before the contract is finally awarded to furnish a certificate as to its corporate
existence, and satisfactory evidence as to the officer or officers authorized to execute the
contract on behalf of the corporation.
III. TABLE OF CONTENTS
IV. CONFLICT OF INTEREST STATEMENT: The Contractor may become involved in situations where
conflict of interest could occur due to individual or organizational activities that occur within the
County. The Contractor must provide a statement addressing the potential, if any, for conflict
of interest and indicate plans, if applicable, to address potential conflict of interest. This
section will be reviewed by County Counsel for compliance with conflict of interest as part of the
review process. The Contractor shall comply with all federal, state and local conflict of interest laws,
statutes and regulations.
V. TRADE SECRET:
A. Sign where required.
VI. CERTIFICATION – DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS
VII. REFERENCES
VIII. PARTICIPATION
Proposal No. 918-5467 Page 24
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
IX. EXCEPTIONS: This portion of the proposal will note any exceptions to the requirements and
conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's
proposals meet those requirements. The exceptions shall be noted as follows:
A. Exceptions to General Conditions.
B. Exceptions to General Requirements.
C. Exceptions to Specific Terms and Conditions.
D. Exceptions to Scope of Work.
E. Exceptions to Proposal Content Requirements.
F. Exceptions to any other part of this RFP.
X. VENDOR COMPANY DATA: This section should include:
A. A narrative which demonstrates the vendor’s basic familiarity or experience with problems
associated with this service/project.
B. Descriptions of any similar or related contracts under which the bidder has provided services.
C. Descriptions of the qualifications of the individual(s) providing the services.
D. Any material (including letters of support or endorsement) indicative of the bidder's capability.
E. A brief description of the bidder's current operations, and ability to provide the services.
F. Copies of the audited Financial Statements for the last three (3) years for the agency or program
that will be providing the service(s) proposed. If audited statements are not available, compiled
or reviewed statements will be accepted with copies of three years of corresponding federal tax
returns. This information is to be provided after the RFP closes, if requested. Do not provide
with your proposal.
G. Describe all contracts that have been terminated before completion within the last five (5) years:
1. Agency contract with
2. Date of original contract
3. Reason for termination
4. Contact person and telephone number for agency
H. Describe all lawsuit(s) or legal action(s) that are currently pending; and any lawsuit(s) or legal
action(s) that have been resolved within the last five (5) years:
1. Location filed, name of court and docket number
2. Nature of the lawsuit or legal action
I. Describe any payment problems that you have had with the County within the past three (3)
years:
1. Funding source
2. Date(s) and amount(s)
3. Resolution
4. Impact to financial viability of organization.
XI. SCOPE OF WORK:
A. Bidders are to use this section to describe the essence of their proposal.
B. This section should be formatted as follows:
Proposal No. 918-5467 Page 25
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
1. A general discussion of your understanding of the project, the Scope of Work proposed and a
summary of the features of your proposal.
2. A detailed description of your proposal as it relates to each item listed under the "Scope of
Work" section of this RFP. Bidder's response should be stated in the same order as are the
"Scope of Work" items. Each description should begin with a restatement of the "Scope of
Work" item that it is addressing. Bidders must explain their approach and method of
satisfying each of the listed items.
C. When reports or other documentation are to be a part of the proposal a sample of each must be
submitted. Reports should be referenced in this section and submitted in a separate section
entitled "REPORTS."
D. A complete description of any alternative solutions or approaches to accomplishing the desired
results.
XII. COST PROPOSAL: Quotations may be prepared in any manner to best demonstrate the worthiness
of your proposal. Include details and rates/fees for all services, materials, equipment, etc. to be
provided or optional under the proposal.
XIII. CHECK LIST
Proposal No. 918-5467 Page 26
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
AWARD CRITERIA
COST
A. As submitted under the "COST PROPOSAL" section.
CAPABILITY AND QUALIFICATIONS
A. Do the service descriptions fully address all of the tasks identified in the RFP? Will the proposed services
satisfy COUNTY’s needs and to what degree?
B. Does the CONSULTANT demonstrate knowledge or awareness of the issues associated with providing
the services proposed and knowledge of the laws, regulations, statutes and effective principles required
to address the tasks?
C. Does the CONSULTANT and their proposed Project Manager and Main Staff have at least five (5) years
of experience in directly relatable services to the “Scope of Work” for government entities and can show
at least three (3) project examples of such?
D. Can the CONSULTANT provide the “Scope of Work” within a six (6) month period or less?
MANAGEMENT PLAN
A. Is the CONSULTANT’s organizational plan and management structure adequate and appropriate for
overseeing the proposed services?
Proposal No. 918-5467 Page 27
G:\Public\RFP\FY 2015-16\918-5467 Solid Waste Planning Consultant\918-5467 Solid Waste Planning Consultant.doc
CHECK LIST
This Checklist is provided to assist vendors in the preparation of their RFP response. Included in this list, are
important requirements and is the responsibility of the bidder to submit with the RFP package in order to
make the RFP compliant. Because this checklist is just a guideline, the bidder must read and comply with the
RFP in its entirety.
Check off each of the following:
1. All signatures must be in blue ink.
2. The Request for Proposal (RFP) has been signed and completed.
3. Addenda, if any, have been completed, signed and included in the bid package.
4. One (1) original plus seven (7) copies of the RFP have been provided.
5. Provide a Conflict of Interest Statement.
6. The completed Trade Secret Form as provided with this RFP (Confidential/Trade Secret
Information, if provided must be in a separate binder).
7. The completed Criminal History Disclosure Form as provided with this RFP.
8. The completed Participation Form as provided with this RFP.
9. The completed Reference List as provided with this RFP.
10. Indicate all of bidder exceptions to the County’s requirements, conditions and specifications
as stated within this RFP.
11. Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting
your bid include the following information:
County of Fresno RFP No. 918-5467
Closing Date: May 18, 2016
Closing Time: 2:00 P.M.
Commodity or Service: Solid Waste Planning Consultant
Return Checklist with your RFP response.
G:\PUBLIC\RFP\FY 2015-16\918-5467 SOLID WASTE PLANNING CONSULTANT\918-5467 ADD 1.DOC (10/2015)
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1)
RFP NUMBER: 918-5467
SOLID WASTE PLANNING CONSULTANT
Issue Date: May 5, 2016
IMPORTANT: SUBMIT PROPOSAL IN SEALED PACKAGE WITH PROPOSAL NUMBER, CLOSING DATE AND BUYER’S NAME
MARKED CLEARLY ON THE OUTSIDE TO:
COUNTY OF FRESNO, PURCHASING
4525 EAST HAMILTON AVENUE, 2nd Floor
FRESNO, CA 93702-4599
CLOSING DATE OF PROPOSAL WILL BE AT 2:00 P.M., ON MAY 18, 2016.
PROPOSALS WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M.
All proposal information will be available for review after contract award.
Clarification of specifications is to be directed to: Nick Chin,
phone (559) 600-7110 or e-mail CountyPurchasing@co.fresno.ca.us.
Note the following and attached additions, deletions and/or changes to the requirements of request for
proposal number: 918-5467 and include them in your response. Please sign in blue ink and return this
addendum with your proposal.
Replace existing “COST PROPOSAL” with the “REVISED COST PROPOSAL” provided after the
Question and Answer section.
A copy of the Vendor Conference attendance list has been attached at the end of the document.
ACKNOWLEDGMENT OF ADDENDUM NUMBER One (1) TO RFP 918-5467
COMPANY NAME: (PRINT)
SIGNATURE (In Blue Ink):
NAME & TITLE: (PRINT)
Purchasing Use: NC:ssj ORG/Requisition: 9015 / 9011600028
Addendum No. One (1) Page 2
Request for Proposal Number: 918-5467
May 5, 2016
G:\PUBLIC\RFP\FY 2015-16\918-5467 SOLID WASTE PLANNING CONSULTANT\918-5467 ADD 1.DOC
QUESTION AND ANSWERS
Q1. Page 11 of the RFP states that the proposal is to be submitted in a binder, but it also requests
several copies of the proposal. Should just the original go in a binder or all copies of the RFP
be submitted in binders?
A1. All copies should be submitted in their individual binders.
Q2. On the Cost Proposal Form, what is the task number?
A2. The task number is just a descriptor or column title. It bears no significance other than a label for the
item numerals.
Q3. Where would we indicate additional/out-of-pocket expenses?
A3. Expenses will need to be indicated for each task that is to be performed. Resources staff will be
releasing a revised cost proposal this addendum to be used for indicating expenses for each task.
See attached Revised Cost Proposal.
Q4. In terms of award criteria, is there any weighting of criteria?
A4. The point distribution/weighting will not be disclosed at this time.
Q5. On Page 26 Item D, is the County expecting that the Scope of Work be completed in six
months?
A5. Staff is expecting the consultant’s best efforts to provide all documents within a six (6) month
timeframe.
Q6. What is the award date?
A6. We expect to award the successful bidder by the last Board of Supervisors meeting date in Fiscal
Year (FY) 2016, which is June 21st, or possibly the first meeting date of FY 2017, which is July 12th.
Q7. What are the logistics of updating the Exclusive Service Area Program agreements?
A7. There will be six (6) four hour meetings to review and confer on Exclusive Service Area Program
(ESAP) terms, services, territories, etc. Other items outside of these meetings will include the
development of agreement items, etc.
Q8. What criteria are there for the improvement of the County’s planning documents?
A8. Current in-house documents date back to the mid-nineties and, although the County submits
documents annually to the State, the County is seeking a comprehensive review and development of
a master plan for the next 10, 15, and 20 years out. The revisions of these plans will provide a
renewed focus regarding multiple County solid waste issues.
Q9. Are you looking for an Organics plan?
A9. The County is currently providing education and outreach efforts. However, it is seeking a
comprehensive plan for all programs, including organics.
Q10. What is the County doing currently to address the enactment of Assembly Bill 1826?
A10. County staff has provided tool kits to the haulers to furnish to their service subscribers informing
them of new AB 1826 mandates for organic wastes and materials. Additionally, the County is
providing information on Organics at various public outreach events in order to better inform the
public of the new requirements.
Addendum No. One (1) Page 3
Request for Proposal Number: 918-5467
May 5, 2016
G:\PUBLIC\RFP\FY 2015-16\918-5467 SOLID WASTE PLANNING CONSULTANT\918-5467 ADD 1.DOC
Q11. Are we only providing outreach to the haulers in terms of the implementation of AB 1826?
A11. The County’s haulers are contractually obligated to provide solid waste collection services as well as
education and outreach on all programs for the County. To facilitate this process in order to ensure
compliance with AB 1826, the County has provided the haulers with information to disseminate to
service subscribers that fall under the auspices of AB 1826 to inform them of their new obligations
under the law.
Q12. Can the County provide electronic copies of the documents considered for review as part of
this RFP process, including any current plans, franchise agreements, hauler permits, MOUs,
JPA’s, MCR “toolkit”, ordinances?
A12. No, part of the scope of work includes reviewing the library of information. The amount of material to
be reviewed is significant in volume, including electronic files, paper files and records.
Q13. Does the County plan to engage the haulers as part of this project (i.e. for amendment of
ESAP agreements)? Are there any other stakeholders?
A13. Negotiations and thus engagement of the haulers is required; this is part of the ESAP Agreement
development process for the County. Other stakeholders may include other jurisdictions, governing
bodies, residents, businesses and regulatory agencies.
Q14. What are the current waste hauler reporting requirements to the County?
A14. These include waste reporting and tracking of tonnage type and deposition location (includes waste
and recycling materials), report on tons collected by jurisdiction and payment of relevant fees;
diversion goals, education and outreach efforts, types of materials collected, set out and participation
rates; AB 939 service fees, and large quantity generators.
Q15. We understand that each of the 10 ESAP haulers have separate franchise agreements. Are
these agreements different in detail or is it the same contract language for all agreements?
A15. Each agreement includes standardized language with specific details regarding each hauler and its
relevant area.
Q16. As part of our proposal, can example reports be submitted digitally (i.e., can we provide a link
to a Dropbox folder)? Our reports are large, and as an environmentally-friendly firm, we wish
to prevent using an unnecessary amount of paper/deforestation.
A16. Yes
Q17. What is the County’s estimated budget for this project?
A17. The County has budgeted $150,000 for the project
Q18. Would it be a cause for disqualification if the prime consultant or sub-consultant proposing
for this project has worked with any private solid waste management companies (such as
solid waste haulers and facility operators)?
A18. You can propose, however, you must declare any work with the haulers and facilities within Fresno
County. Also, list any potential conflicts of interest.
Q19. If we use a sub-consultant – will we need to provide, five (5) references for our firm and five
(5) references for our sub-consultant? Or are we only allowed to provide a maximum of five (5)
references together?
A19. Yes, references for each contractor/sub-contractor must be submitted.
Addendum No. One (1) Page 4
Request for Proposal Number: 918-5467
May 5, 2016
G:\PUBLIC\RFP\FY 2015-16\918-5467 SOLID WASTE PLANNING CONSULTANT\918-5467 ADD 1.DOC
Q20. On Page 24, Section X, Part E, the County’s RFP asks for a brief description of the bidder’s
current operations. Can you please clarify this statement? Did the County wish to know all the
projects the proposing firm (and sub-consultant) is currently working on, or a description of
the operations of our offices (locations, staff, project headquarters)?
A20. Provide a description of your company operations and its’ capabilities in relation to the RFP.
Q21. Will you please provide a copy of the sign-in sheet for the bidder’s conference?
A21. See attached Exhibit #1.
Addendum No. One (1) Page 5
Request for Proposal Number: 918-5467
May 5, 2016
G:\PUBLIC\RFP\FY 2015-16\918-5467 SOLID WASTE PLANNING CONSULTANT\918-5467 ADD 1.DOC
REVISED COST PROPOSAL
Please complete all information on this form.
Task # Staff Name Rate ($/hr) Hours Totals
1. Assessment of Current and
Past Solid Waste Plans
1.
2.
3.
Totals
2. Exclusive Service Area
Program (ESAP) Assessment
1.
2.
3.
Totals
3. Streamline of Administration
and Reporting Processes
1.
2.
3.
Totals
4. Rate Methodology Assessment 1.
2.
3.
Totals
5. Regulatory Requirements and
Related County Ordinances
1.
2.
3.
Totals
Addendum No. One (1) Page 6
Request for Proposal Number: 918-5467
May 5, 2016
G:\PUBLIC\RFP\FY 2015-16\918-5467 SOLID WASTE PLANNING CONSULTANT\918-5467 ADD 1.DOC
Task # Staff Name Rate ($/hr) Hours Totals
6. Education and Outreach
Programming
1.
2.
3.
Totals
7. Reports and Meetings 1.
2.
3.
Totals
Expenses* Total Expenses
GRAND TOTAL
*Please describe expenses on a separate sheet.
"Exhibit #1"
"Exhibit #1"
Proposal Response to 918-5467
Closing Date: May 18, 2016
COUNTY OF FRESNO
Solid Waste Planning
Consultant
Abbe & Associates LLC SUBMITTED
BY
ABBE
&
ASSOCIATES
LLC
IN
PARTNERSHIP
WITH
CH2M
HDR
ENGINEERING,
INC.
ATTACHMENT B
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
1
I.
RFP
PAGE
1
AND
ADDENDUM
PAGE
1
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
2
|
page
3
II.
COVER
LETTER
May
18,
2016
Nick
Chin
County
of
Fresno
-‐
Purchasing
4525
E.
Hamilton
Avenue,
2nd
Floor
Fresno,
CA
93702-‐4599
Dear
Mr.
Chin:
Abbe
&
Associates
LLC
is
pleased
to
present
our
proposal
to
provide
solid
waste
planning
services
to
the
County
of
Fresno
(County).
Our
principal,
Ruth
Abbe,
is
a
former
vice
president
of
Brown,
Vence
&
Associates
and
HDR
Engineering,
Inc.
and
provided
technical
assistance
and
solid
waste
planning
services
to
Fresno
County
and
each
of
the
cities
in
the
County
from
1992
though
2006
and
supported
the
development
of
many
of
the
plans
and
programs
that
will
be
evaluated
through
this
project.
We
have
formed
a
world-‐class
team
of
Fresno
County
solid
waste
specialists
with
experience
implementing
programs
in
Fresno
County
and
helping
communities,
companies,
and
institutions
nationwide
plan
and
implement
policies,
programs,
and
infrastructure
to
achieve
high
diversion.
Our
team
will
hit
the
ground
running
with
no
learning
curve.
We
offer
the
team
with
the
most
Fresno
County
experience,
the
most
relevant
solid
waste
planning
experience,
and
the
new
energy
and
enthusiasm
needed
to
address
the
challenges
on
the
road
to
75
percent.
Our
team
specializes
in
solid
waste
planning.
We
supported
the
Castro
Valley
Sanitary
District
and
the
cities
of
Alameda,
Austin,
and
Los
Angeles
to
develop
long-‐range
plans
for
maximizing
diversion.
We
are
also
currently
assisting
San
Francisco,
the
Central
Contra
Costa
Solid
Waste
Authority,
and
the
South
Bayside
Waste
Management
Authority
to
implement
new
programs
for
achieving
their
high
diversion
goals.
We
recently
completed
a
series
of
three
U.S.
EPA
projects
spanning
a
five-‐year
period
performing
a
wide
variety
of
tasks
and
deliverables,
each
was
focused
on
North
American
high
diversion
best
practices
and
tool
development.
The
results
are
showcased
on
the
recently
launched
EPA
website
Managing
and
Transforming
Waste
Streams
–
A
Tool
for
Communities
and
Contracts
and
Franchise
Agreements.
We
are
very
familiar
with
the
County’s
programs
and
with
the
services
provided
through
Exclusive
Service
Area
Program.
We
look
forward
to
working
with
the
County
and
its
stakeholders,
including
its
service
providers,
residential
and
commercial
generators,
and
community
institutions
(schools,
community
and
business
groups,
and
faith-‐based
organizations)
to
evaluate
the
County’s
current
plans
and
agreements
and
to
identify
the
policies,
programs
and
infrastructure
that
will
be
needed
in
the
future.
Please
do
not
hesitate
to
contact
me
at
415.235.1356
or
Ruth.Abbe@abbeassociates.com
if
you
have
any
questions
about
our
proposal.
Very
truly
yours,
Ruth
C.
Abbe,
Principal
Abbe
&
Associates
LLC
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
4
III.
TABLE
OF
CONTENTS
I.
RFP
PAGE
1
AND
ADDENDUM
PAGE
1
......................................................................................................
1
II.
COVER
LETTER
..........................................................................................................................................
3
III.
TABLE
OF
CONTENTS
..............................................................................................................................
4
IV.
CONFLICT
OF
INTEREST
STATEMENT
......................................................................................................
5
V.
TRADE
SECRET
.........................................................................................................................................
6
VI.
CERTIFICATION
–
DISCLOSURE
–
CRIMINAL
HISTORY
&
CIVIL
ACTIONS
.................................................
7
VII.
REFERENCES
...........................................................................................................................................
9
VIII.
PARTICIPATION
...................................................................................................................................
10
IX.
EXCEPTIONS
..........................................................................................................................................
11
X.
VENDOR
COMPANY
DATA
.....................................................................................................................
12
XI.
SCOPE
OF
WORK
...................................................................................................................................
26
XII.
COST
PROPOSAL
..................................................................................................................................
41
XIII.
CHECK
LIST
..........................................................................................................................................
43
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
5
IV.
CONFLICT
OF
INTEREST
STATEMENT
Abbe
&
Associates
has
no
real
or
perceived
conflicts
of
interest
relating
to
any
work
within
Fresno
County.
Abbe
&
Associates
will
comply
with
all
federal,
state
and
local
conflict
of
interest
laws,
statutes
and
regulations.
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
6
V.
TRADE
SECRET
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
7
VI.
CERTIFICATION
–
DISCLOSURE
–
CRIMINAL
HISTORY
&
CIVIL
ACTIONS
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
8
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
9
VII.
REFERENCES
Abbe
&
Associates
maintains
excellent
relationships
with
our
solid
waste
clients
and
is
actively
engaged
with
each
of
them
in
conducting
follow-‐on
projects
to
implement
new
policies,
programs
and
infrastructure.
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
10
VIII.
PARTICIPATION
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
11
IX.
EXCEPTIONS
Abbe
&
Associates
takes
no
exceptions
to
the
general
or
specific
terms
and
conditions,
the
scope
of
work,
the
proposal
content
requirements
or
any
other
part
of
the
RFP
(918-‐5467).
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
12
X.
VENDOR
COMPANY
DATA
A. Project Experience
Abbe
&
Associates
has
extensive
experience
working
with
communities
to
develop
solid
waste
plans
and
programs
similar
to
those
requested
by
the
County.
The
following
table
summarizes
solid
waste
planning
projects
undertaken
by
our
team
within
the
last
five
years.
Project
Date
Stakeholder
Outreach
Evaluation
of
Policies
Programs
Facilities
Financial
Analysis
Implementation
Plan
Austin
Resource
Recovery
Plan
2009-‐
2011
✓
✓
✓
✓
Alameda
Zero
Waste
Plan
2009-‐
2010
✓
✓
✓
✓
Castro
Valley
Sanitary
District
Zero
Waste
Strategic
Plan
2014
✓
✓
✓
✓
Dallas
Local
Solid
Waste
Management
Plan
2011-‐
2013
✓
✓
✓
✓
Fort
Collins
Road
to
Zero
Waste
Plan
2013
✓
✓
✓
✓
Lane
County
Solid
Waste
Master
Plan
2016
✓ ✓
Louisville/Jefferson
County
Solid
Waste
Master
Plan
2015-‐
2016
✓ ✓
Los
Angeles
Solid
Waste
Integrated
Resources
Plan
2008-‐
2015
✓
✓
✓
✓
Mecklenburg
County
Solid
Waste
Management
Plan
2012
✓ ✓
Pasadena
Zero
Waste
Strategic
Plan
2013-‐
2014
✓
✓
✓
✓
Santa
Monica
Zero
Waste
Strategic
Operations
Plan
2011-‐
2012
✓
✓
✓
✓
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
13
B. Project Examples
Zero Waste Analysis
City and County of San Francisco, California|
2001-2016
GOAL
OR
DESIRED
OUTCOME:
The
goal
of
this
project
has
evolved
over
the
years.
The
City
originally
contracted
with
CalRecovery
to
perform
an
annual
diversion
study
to
document
compliance
with
AB
939
and
measure
progress
toward
25%
and
50%
diversion
targets.
Our
team
took
over
the
contract
in
2001
and
conducted
annual
diversion
studies
in
2001,
2002
and
2003.
Per
our
recommendation,
the
City
established
a
new
base
year
in
2002
and
has
since
used
the
CalRecycle
disposal
methodology
for
demonstrating
compliance.
Thus,
the
City’s
annual
needs
are
to
document
Class
II
waste
disposal
and
biomass
diversion
to
more
accurately
estimate
the
City’s
diversion
rate.
Since
the
City
has
not
had
to
use
resources
to
conduct
an
annual
diversion
study,
the
contract
has
been
used
for
other
studies
and
research
projects
to
assist
the
City
in
reaching
its
Zero
Waste
goal.
These
include:
• A
siting
study
to
identify
a
site
appropriate
for
the
development
of
a
new
Zero
Waste
facility
for
Recology.
• A
transportation
study
to
determine
the
feasibility
of
transporting
discarded
materials
through
the
Port
of
San
Francisco.
• A
series
of
litter
studies
to
identify
the
composition
of
litter
items.
The
results
of
these
studies
supported
the
City’s
implementation
of
a
cigarette
butt
fee.
• A
survey
of
the
dog
guardian
community.
The
result
of
this
survey
supported
the
City’s
implementation
of
a
plastic
grocery
bag
ordinance.
• An
operating
ratio
survey.
This
survey
supported
the
City’s
review
of
Recology’s
rate
application.
Reference
Robert
Haley,
Zero
Waste
Program
Manager
SF
Environment
robert.haley@sfgov.org
415.355.3752
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
14
METHODOLOGY
USED:
The
City
has
periodically
undertaken
full-‐scale
generation
studies,
examining
both
the
total
amount
and
composition
of
the
diverted
and
disposed
materials
streams
generated
in
the
City.
RESULTS
OR
RECOMMENDATIONS:
Each
of
the
studies
that
we
have
conducted
has
assisted
the
City
in
moving
forward
with
Zero
Waste
policies,
programs,
and
infrastructure.
The
annual
reporting
activity
and
periodic
Generation
Studies
have
helped
the
City
track
its
diversion
rate
and
plan
for
future
program
implementation.
KEY
FINDINGS:
The
periodic
Generation
Studies
documented:
• 52%
diversion
in
2001,
based
on
839,639
tons
diverted
and
784,421
tons
of
disposal
• 62%
diversion
in
2002,
based
on
1,153,829
tons
diverted
and
702,012
tons
of
disposal
• 83%
diversion
in
2013,
based
on
2,260,708
tons
diverted
and
454,219
tons
of
disposal
COST:
The
on-‐call
projects
are
variable,
but
annual
costs
range
between
$25,000
and
$50,000.
Generation
studies,
typically
conducted
every
seven
years,
have
cost
from
$150,000
(for
the
diversion
studies)
to
$250,000
(for
the
materials
characterization
studies).
Materials
Characterization
Methodology
Task
1
Develop
Sampling
Plan
Step
1:
Conduct
Planning
Meeting
and
Site
Visit
Step
2:
Design
Protocol
and
Develop
a
Sampling
Plan
Step
3:
Schedule
Sampling
Task
2:
Conduct
Field
sampling
Step
1:
Select
Loads
for
Sampling
Step
2:
Select
Samples
Step
3:
Hand
Sort
Samples
and/Conduct
Visual
Samples
Step
4:
Review
Data
Task
3:
Enter
Data
and
Complete
Analysis
Step
1:
Determine
Annual
Quantities
Step
2:
Conduct
Composition
Analysis
Task
4:
Prepare
Draft
and
Final
Reports
Diversion
Study
Methodology
Task
1:
Conduct
phone
survey
of
reuse
and
recycling
businesses
receiving
materials
from
San
Francisco
generators
Task
2:
Conduct
phone
survey
and
site
visits
of
the
largest
commercial
generators
Task
3:
Conduct
phone
survey
and
site
visits
of
City
government
departments
Task
4:
Compile
biosolids,
biomass,
and
Alternative
Daily
Cover
tonnage
amounts
Task
5:
Compile
Recology
program
diversion
tonnages
Task
6:
Compile
Department
of
Conservation
diversion
tonnages
Task
7:
Conduct
phone
survey
of
Class
2
landfill
operators
that
accept
designated
wastes
Task
8:
Document
construction
and
demolition
debris
recycling
and
source
reduction
Task
9:
Prepare
Draft
and
Final
Reports
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
15
Solid Waste Integrated Resources Plan
City of Los Angeles, CA | 2007-2015
Our
team
assisted
the
City
of
Los
Angeles
in
developing
its
Solid
Waste
Integrated
Resources
Plan,
envisioned
to
be
the
City’s
20-‐year
Zero
Waste
Master
Plan.
During
Phase
1,
we
worked
with
LA
stakeholders
to
develop
the
guiding
principles
for
the
20-‐year
Zero
Waste
Master
Plan
by
conducting
36
public
workshops,
3
citywide
conferences,
75
business
interviews,
100
key
constituent
meetings,
and
36
grassroots
house
meetings.
Our
team
conducted
extensive
outreach
to
communities
across
the
City
and
provided
multilingual
translation
in
Spanish,
Armenian,
Mandarin,
and
Korean.
During
Phase
2,
we
developed
the
policy,
programs
and
facility
plan;
financing
plan;
implementation
plan;
and
environmental
documentation.
We
conducted
several
studies
for
this
Zero
Waste
Analysis,
described
below.
PROGRAM
ANALYSIS:
Our
team
identified
the
policies
and
programs
needed
to
achieve
90%
diversion
by
2025
and
Zero
Waste
by
2030.
These
included:
mandatory
recycling
and
composting,
product
and
packaging
bans,
universal
collection
for
recyclable
and
compostable
materials
for
all
generators
throughout
the
City,
and
expanded
requirements
for
construction
and
demolition
debris
diversion.
FACILITY
ANALYSIS:
Our
team
identified
the
facilities
needed
to
manage
the
materials
diverted
through
reuse,
recycling,
and
composting
including:
resource
recovery
centers,
commingled
recycling
facilities,
organics
processing
facilities,
and
mixed
materials
processing
facilities.
GENERATION
PROJECTIONS:
Our
team
used
data
from
materials
characterizations
studies
performed
for
the
City
of
Los
Angeles
and
the
State
of
California
to
develop
a
detailed
Generation
Projection
Model
to
evaluate
the
impacts
of
selected
policies,
programs,
and
facilities
on
the
City’s
diversion
rate
over
the
planning
period
through
2030.
The
model
is
capable
of
testing
several
scenarios
for
implementation
and
can
be
adapted
as
future
programs
are
identified.
FINANCIAL
PLAN
AND
IMPLEMENTATION
SCHEDULE:
Our
team
used
the
cost
estimates
from
the
program
and
facility
analysis
and
the
generation
projections
to
develop
a
detailed
financial
model
projecting
the
Department’s
costs
and
revenues
over
the
planning
period
through
2030.
The
implementation
schedule
identified
the
tasks,
responsible
entities
and
timeframes
for
implementation
of
the
policies,
programs
and
facilities
identified
in
the
plan.
PROGRAM
ENVIRONMENTAL
IMPACT
REPORT:
Our
team
evaluated
the
environmental
impact
of
the
policies,
programs,
and
facilities
to
be
developed
over
the
planning
period.
RESULTS:
The
Plan
was
published
in
October
2013,
and
the
City
of
Los
Angeles
has
implemented
many
of
the
policies
and
programs,
including:
plastic
bag
ban,
food
scraps
collection,
and
multifamily
recycling.
REFERENCE
Reina
Pereira,
Project
Manager
City
of
Los
Angeles
Reina.Pereira@lacity.org
213.485.3296
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
16
Zero Waste Master Plan
City of Austin, TX | 2009-2011
The
City
of
Austin
adopted
its
Zero
Waste
Strategic
Plan,
which
set
a
goal
of
20%
reduction
in
per
capita
generation
by
2012
and
Zero
Waste
by
2040,
in
2009.
Our
team
assisted
the
City
in
developing
the
Austin
Resource
Recovery
Master
Plan,
the
Department’s
Zero
Waste
Master
Plan.
The
Master
Plan
projects
future
activities
and
services
provided
by
Austin
Resource
Recovery
for
the
next
30
years.
The
Master
Plan
looks
at
the
Austin
Resource
Recovery
Department
in
its
entirety,
laying
a
framework
for
how
the
Department
provides
services
to
its
customers,
and
empowers
the
Austin
community
to
achieve
Zero
Waste.
Implementation
plans
for
each
proposed
project,
service,
or
policy
were
developed
within
the
context
of
the
Master
Plan,
each
one
in
synergy
with
the
other
to
ensure
consistency
between
the
service
message
and
physical
development
of
the
service
program.
The
United
Nations
Urban
Environmental
Accords,
which
were
developed
in
2005
in
San
Francisco
when
the
City
hosted
World
Environment
Day,
were
the
foundation
for
the
City
of
Austin’s
strategic
and
master
planning
efforts.
The
Accords
are
a
set
of
21
actions
that
the
United
Nations
asked
city
governments
to
adopt
and
implement.
In
honor
of
the
United
Nations
World
Environment
Day,
the
City
of
Austin
signed
the
Urban
Environmental
Accords.
The
following
three
Accord
actions
are
incorporated
into
the
Master
Plan:
• Implement
“user-‐friendly”
recycling
and
composting
programs
to
reduce
per
capita
solid
waste
sent
to
landfill
and
incineration
by
20%
by
2012.
• Adopt
a
citywide
program
that
reduces
the
use
of
a
disposable,
toxic,
or
nonrenewable
product
category
by
at
least
50%
by
2012.
• Establish
a
policy
to
achieve
Zero
Waste
going
to
landfills
and
incinerators
by
2040.
Early
tasks
for
our
team’s
work
on
the
Master
Plan
included
research
on
best
practices
for
regionalization,
public-‐private
partnerships,
producer
take-‐back
programs,
and
local
market
development.
We
developed
a
Needs
Assessment
technical
memorandum
which
evaluated
30
existing
initiatives
and
28
new
initiatives
for
increasing
the
City’s
diversion
rate.
The
programs
we
evaluated
included
food
scrap
diversion,
mandatory
recycling
and
composting,
construction
and
demolition
debris
recycling,
enhancements
to
the
litter
abatement
program,
and
updates
to
the
City’s
climate
action
plan.
We
conducted
extensive
stakeholder
outreach,
including
a
two-‐day
planning
charrette
to
obtain
input
on
the
Needs
Assessment.
We
developed
a
detailed
pro
forma
which
projected
the
diversion
rates
and
tons
and
the
costs
and
revenues
for
the
Department
over
the
planning
period.
This
analysis
provided
the
basis
for
the
detailed
financial
plan,
implementation
schedule
and
policy,
program
and
facility
descriptions.
We
then
supported
Department
staff
in
finalizing
the
Master
Plan.
REFERENCE
Bob
Gedert,
Director
Austin
Resource
Recovery
City
of
Austin
Bob.Gedert@ci.ausitn.tx.us
512.974.1926
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
17
RESULTS:
The
City
Council
adopted
the
final
Master
Plan
in
December
2011.
The
Department
has
implemented
many
of
the
policies
and
programs
identified
in
the
plan,
including
a
single-‐use
grocery
store
bag
fee,
food
scrap
collection,
and
the
mandatory
recycling
and
composting
ordinance.
Zero Waste Strategic Plan
Castro Valley Sanitary District |2013-1014
Our
team
assisted
CVSan
to
identify
appropriate
strategies
for
maximizing
diversion
from
landfills
over
a
10-‐year
planning
period.
This
stakeholder-‐driven
process
included:
3
public
workshops,
16
meetings
with
public
agencies,
stakeholder
groups,
and
service
providers,
2
meetings
with
CVSan's
Solid
Waste
Committee
and
2
tours
-‐
Davis
Street
Transfer
Station
in
San
Leandro
and
El
Cerrito
Recycling
Center.
Based
on
input
from
these
meetings
and
using
the
Zero
Waste
Community
Checklist,
prepared
a
list
of
policies
and
programs
for
consideration.
The
Zero
Waste
Strategic
Plan
recommends
specific
policies
and
programs
to
achieve
Zero
Waste
in
the
short-‐term
(1-‐3
years),
medium-‐term
(3-‐7
years),
and
long-‐
term
(7-‐10
year).
The
Plan
identifies
action
steps
and
planning
level
costs
for
implementing
the
recommended
policies
and
programs,
including:
capital
costs,
increased
staff
support
and
additional
outreach
materials
-‐
publications,
media,
signs,
bins,
stickers.
REFERENCE
Naomi
R.
Lue,
Solid
Waste
Supervisor
Castro
Valley
Sanitary
District
naomi@cvsan.org
510.537.0757
x101
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
18
C. Individual Qualifications
Ruth Abbe | Project Manager and Principal Solid Waste Planner
Ruth
Abbe
is
a
senior
management
consultant
with
25
years
of
experience
in
program
planning
and
implementation,
facility
and
collection
procurement,
contract
negotiation,
financial
analysis,
and
stakeholder
engagement.
She
is
a
national
leader
in
Zero
Waste
planning
and
works
with
municipalities
across
the
country
to
develop
the
social
and
physical
infrastructure
to
achieve
high
diversion.
Ruth
is
a
Fresno
County
specialist
and
supporting
the
County
in
solid
waste
planning
from
1992
to
2006.
Ruth
has
worked
with
more
than
50
communities
and
private
sector
clients
to
plan
and
implement
their
recycling,
organics,
construction
and
demolition
debris
programs
and
high
diversion
strategies.
She
has
provided
planning
and
program
implementation
services
to
the
Cities
of
Austin
and
Dallas,
and
Fort
Collins
(CO);
Mecklenburg
County
(NC);
and
the
Cities
of
Los
Angeles,
Palo
Alto,
Pasadena,
and
San
Jose.
She
has
supported
the
City
of
San
Francisco
in
Zero
Waste
Analysis
since
2001.
She
has
assisted
the
Cities
of
Austin
(TX)
and
Los
Angeles
to
evaluate
the
feasibility
of
implementing
their
mandatory
recycling
and
composting
ordinances.
Through
her
work
with
the
Northern
California
Recycling
Association,
she
is
assisting
the
City
of
Oakland
and
Waste
Management
of
Alameda
County
to
implement
mandatory
recycling
and
composting
requirements
in
250
multifamily
buildings
throughout
Oakland.
She
is
the
school
recycling
program
manager
for
the
Central
Contra
Costa
Solid
Waste
Authority
in
Walnut
Creek,
where
she
works
with
60
schools
in
six
school
districts
to
comply
with
the
mandatory
recycling
and
composting
programs
required
under
state
law.
She
has
developed
an
award-‐winning
recycling
and
composting
program
for
the
Alameda
schools
(the
Alameda
Green
Schools
Challenge)
and
supports
the
“Miss
Alameda
Says,
‘Compost!’”
program
to
help
implement
mandatory
recycling
and
composting
requirements
at
Alameda
restaurants
and
multifamily
buildings.
Education
•B.A.,
Philosophy
and
Fine
Arts,
Amherst
College
Professional
Affiliations
•Zero
Waste
International
Alliance,
Board
of
Directors
•Grassroots
Recycling
Network
(Zero
Waste
USA),
President
•Solid
Waste
Association
of
North
American,
Gold
Rush
Chapter,
Board
of
Directors,
Past
President
•Californians
Against
Waste,
Board
of
Directors
Expertise
•Zero
Waste
Programs
and
Infrastructure
•Diversion
Program
Planning
and
Implementation
•Economic
Analysis
and
Financial
Planning
•Organics
Management,
Composting
and
Anaerobic
Digestion
•Stake-‐Holder
Engagement,
Public
Education
and
Social
Marketing
References
Robert
Haley,
Zero
Waste
Program
Manager
San
Francisco
Department
of
the
Environment
1455
Market
Street
San
Francisco,
CA
94103
Robert.Haley@sfgov.org|415.355.3752
Reina
Pereira,
Solid
Waste
Manager
City
of
Los
Angeles
Bureau
of
Sanitation
1149
South
Broadway,
9th
Floor
Los
Angeles,
CA
90015
Reina.Pereira@lacity.org|213.485.3296
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
19
Portia Maureen Sinnott | Program Analysis
Portia
is
the
owner
of
Micro
Services
Plus
(MS+),
an
environmental
consultancy
committed
to
the
principles
of
sustainability.
Established
in
1983,
MS+
specializes
in
innovative,
cutting
edge
projects
designed
to
serve
as
models
for
others.
MS+
also
provides
research,
data
management,
programming
and
project
services
to
US
and
European
agencies
including
U.S.
EPA,
City
of
San
Francisco,
StopWaste.Org,
WASTE
(Holland),
UN
Habitat
(Kenya)
and
USAID
(Bulgaria)
as
well
as
other
consulting
firms.
A
certified
federal
contractor,
recent
projects
include
a
resource
guide
for
EPA
Region
1-‐
New
England
and
an
assessment
framework
and
contracting
best
practices
for
EPA
Region
9
–
Pacific
Southwest.
These
large
and
comprehensive
multi-‐year
contracts
provided
content
for
the
new
EPA
website:
Managing
and
Transforming
Waste
Streams
–
A
Tool
for
Communities
(2015).
Building
on
the
assessment
tool
efforts,
Portia
recently
produced
two
well-‐attended
tool
workshops
plus
a
conference
panel.
Past
accomplishments
include
writing
for
Resource
Recycling
Magazine:
“The
Value
of
Understanding
–
Reuse
and
Repair”,
“Fine-‐
Tuning
Your
Multi-‐Family
Recycling
Program”
and
“State
of
the
Art”
a
national
survey
of
multi-‐family
recycling
programs,
plus
numerous
websites,
on-‐line
surveys
and
directories.
Portia
was
the
data
manager
for
UN
Habitat’s
2010
Solid
Waste
Management
in
the
World's
Cities
publication
and
wrote
the
chapters
on
the
City
of
San
Francisco
and
Tompkins
County
New
York.
She
also
initiated,
co-‐
designed
and
coordinated
the
San
Francisco
State
University
Extended
Education
Integrated
Waste
Management
Certificate
Program
which
was
used
as
a
model
for
similar
programs
at
U.
C.
Berkeley
and
U.
C.
Santa
Cruz.
Education
B.A.,
Interdisciplinary
Social
Science,
San
Francisco
State
University
Professional
Affiliations
Northern
California
Recycling
Association,
Editor
and
Past
President
and
Board
Member
Global
Recycling
Council
of
the
California
Resource
Recovery
Association,
Executive
Committee
Member
Zero
Waste
USA,
Program
Director
Zero
Waste
Brain
Trust,
Convener
LITE
Initiatives
-‐
Zero
Waste
Sonoma
County
and
Community
Bikes,
Founder
and
Executive
Director
Expertise
•Project
Management,
Data
Management
And
Programming
•Event
and
Meeting
Production
and
Facilitation
•Research,
Planning
And
Field
Studies
•Public
Outreach
and
Education,
Websites
and
Social
Media
•Program
Analysis,
Design,
Implementation
And
Monitoring
•Reuse
and
Repair
Program
Development
and
Directory
Production
•Commercial
and
Multi-‐Family
Technical
Assistance
and
Green
Business
Certification
Reference
Karen
Irwin,
Sustainable
Local
Government
Lead
U.S.
Environmental
Protection
Agency,
Region
9
LND-‐1-‐1
75
Hawthorne
St.
San
Francisco,
CA
94105
Irwin.Karen@epa.gov
415.947.4116
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
20
Richard Anthony, Service Opportunities Analysis
Richard
V.
Anthony
began
his
career
in
Public
Administration
in
1971
as
a
manager
of
the
California
State
University
Long
Beach
Recycling
Center.
He
received
a
MS
in
Public
Administration
in
1974.
Rick
has
worked
his
entire
career
in
environmental
program
management
positions,
beginning
in
Fresno
County.
As
a
Solid
Waste
Manager
he
wrote
and
then
implemented
Solid
Waste
plans
for
Fresno
County
(1979-‐1987).
While
in
Fresno
County,
he
supported
the
development
of
the
American
Avenue
Landfill
and
staffed
the
County’s
solid
waste
commissions.
He
hosted
the
first
National
Recycling
Congress
in
Fresno
County,
which
highlighted
the
County’s
policies
and
programs.
He
was
the
Solid
Waste
Manager
for
San
Diego
County
(1987-‐1998)
and
expanded
the
County’s
recycling
programs
and
solid
waste
infrastructure.
He
has
participated
in
developing
high
diversion
and
Zero
Waste
plans
as
a
consultant
since
1998.
He
is
an
internationally
recognized
and
published
expert
in
the
area
of
Resource
Management
using
the
Zero
Waste
Systems
approach.
He
has
led
International
Dialogs
on
Zero
Waste
in
Nanaimo
Canada,
Berkeley
and
San
Francisco
USA,
Florianopolis,
Brazil,
Puerto
Princesa,
Philippines,
and
Naples,
Italy.
Richard
Anthony
is
a
founder
and
member
of
the
Board
of
Directors
of
the
California
Resource
Recovery
Association,
the
Grassroots
Recycling
Network,
the
Zero
Waste
International
Alliance,
and
the
U.S.
Zero
Waste
Business
Council.
He
has
been
a
Professor
of
Zero
Waste
at
Irvine
Valley
College
and
an
Instructor
in
the
California
Resource
Recovery
Association
Certificate
Program.
Rick
has
completed
work
on
the
Zero
Waste
Plan
for
San
Diego
CA,
and
provided
“As
Needed”
Recycling
consulting
services
for
the
County
of
San
Diego
and
Goodwill
Industries
of
San
Diego
County.
In
the
last
five
years,
He
has
worked
on
Zero
Waste
plans
and
projects
for
the
cities
of
San
Diego,
Los
Angeles,
Oceanside,
Santa
Monica,
Glendale,
Fort
Collins,
and
the
Island
of
Hawaii.
Education
B.A.,
M.A.,
Political
S cience
(Public
Administration),
California
State
University,
Long
Beach,
California
Professional
Affiliations
Board
of
Directors
Grassroots
Recycling
Network
(1996-‐present)
Board
of
Directors;
California
Resource
Recovery
Association
(1975-‐1979,
1980-‐1993,
1994-‐96,
2000-‐present)
Board
of
Directors;
Keep
California
Beautiful
(1991-‐
present)
Board
of
Directors;
Mount
Carmel
Soccer
Booster
Club
dba
Sun
Devil
Recycling
(1991-‐96)
Founding
member
and
former
Board
of
Director;
National
Recycling
Coalition
(1980-‐1993)
California
State
University
Long
Beach,
Associated
Students
Ecology
Commission
(1971-‐1974)
Board
of
Directors;
Zero
Waste
International
Alliance
(ZWIA)
(2003-‐
present)
Expertise
•Economic
and
Community
Development
•Market
Development
•Policy
Development
and
Analysis
•Program
Planning
and
Management
Reference
Colleen
Foster
Senior
Management
Analyst
Solid
Waste
and
Recycling
City
of
Oceanside
300
North
Coast
Hwy
Oceanside,
CA
92054
CFoster@ci.oceanside.ca.us
760.435.5021
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
21
Gary Liss, Policies Analysis and Negotiations Assistance
Gary
has
more
than
42
years
of
experience
in
the
solid
waste
and
recycling
field.
He
has
been
President
of
Gary
Liss
&
Associates
since
1998
(18
years),
which
helps
clients
on
procurement
of
garbage
and
recycling
systems,
strategic
analyses
of
garbage
rates
and
solid
waste
fees,
development
of
commercial
recycling
incentives
and
programs,
integrated
waste
management
systems
design,
community-‐wide
Zero
Waste
plans,
project
management,
program
planning
and
implementation,
policy
and
program
analysis
and
advocacy,
and
organizing
resource
recovery
parks.
Gary
is
the
former
Solid
Waste
Manager
for
the
City
of
San
Jose
and
oversaw
the
implementation
of
many
of
that
City’s
state-‐of-‐the-‐art
policies
and
programs.
He
has
negotiated
multiple
franchise
agreements
and
operating
agreements
designed
to
maximize
diversion.
Gary
is
a
leading
advocate
of
Zero
Waste
and
has
helped
more
communities
develop
Zero
Waste
plans
than
anyone
else
in
the
U.S.
He
is
a
founder
and
President
of
the
U.S.
Zero
Waste
Business
Council
that
is
developing
a
third
party
certification
program
for
Zero
Waste
Businesses.
The
California
Resource
Recovery
Association
selected
him
as
Recycler
of
the
Year
in
2005.
In
2008
he
was
elected
to
Council
in
Loomis,
California
and
was
Mayor
in
2010.
Relevant
project
experiences
include:
! Integrated
Waste
and
Recycling
System
Procurement,
Lewiston,
Idaho
! Refuse
and
Recycling
System
Procurement,
Hawthorne,
California
! Strategic
Analyses
of
Zero
Waste
System
Design
for
New
Citywide
Garbage
and
Recycling
System
Procurement,
Oakland,
California
! Montara
and
Granada
Sanitary
Districts,
CA
Solid
Waste
and
Recycling
System
! Del
Norte
County
Waste
Management
Authority,
CA
Transfer
Station/MRF
Education
Masters
in
Public
Administration,
Rutgers
University
B.S.,
Civil
Engineering
(Environmental
Engineering
major),
Tufts
University
Professional
Affiliations
Vice
President,
U.S.
Zero
Waste
Business
Council
Programs
Chair,
Zero
Waste
USA
Policy
Chair,
Zero
Waste
International
Alliance
Board
Member,
National
Recycling
Coalition
Expertise
•Zero
Waste
and
High
Diversion
Planning
•RFPs
and
Contracts
•Resource
Recover y
Parks
Reference
Bob
Gedert,
Director
Austin
Resource
Recovery
P.O.
Box
1088
Austin,
Texas
78767
Bob.Gedert@ci.ausitn.tx.us
512.974.1926
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
22
Tim Raibley | Facility Analysis & Engineering Support
Tim
Raibley
is
an
HDR
vice
president
and
the
organics
management
practice
leader.
He
has
more
than
30
years
of
environmental
and
civil
engineering
experience,
including
extensive
work
with
solid
waste
diversion
facilities
such
as
single
stream
recycling
facilities,
aerobic
compost
facilities,
anaerobic
digester
facilities,
and
solid
waste
transfer
facilities.
His
work
with
these
facilties
has
included
facility
engineering
and
development,
landfill
permitting
and
design,
landfill
operations
efficiency
evaluations,
waste
stream
economic
analysis,
and
waste
stream
management.
His
involvement
in
these
projects
has
ranged
from
conceptual
planning,
fatal
flaw
analysis,
peer
review,
design
of
working
plans
and
specifications
to
construction
management
and
construction
quality
assurance.
Tim
has
supported
HDR’s
work
for
San
Francisco
through
activities
including
reviewing
recyclables
processing
technology
proposals
and
evaluating
options
for
siting
a
processing
facility
at
the
Port
of
San
Francisco.
Tim
has
assisted
the
City
of
San
Jose
in
enhancing
its
local
materials
processing
facilities.
He
has
been
involved
in
this
effort
in
many
ways,
from
participating
in
initial
visioning
and
strategy
development
through
supporting
procurement
of
processing
facility
construction
vendors.
Specifically,
Tim
assisted
the
City
in
crafting
a
Request
for
Proposals
aimed
at
firms
qualified
to
construct
and
operate
an
organics
processing
facility.
Tim
participated
in
the
proposal
review
process
for
this
RFP,
which
culminated
in
selecting
a
dry
fermentation
anaerobic
digestion
technology
that
ZWED
of
San
Jose
constructed.
The
facility
opened
in
December
2013
and
is
designed
to
process
90,000
tons
per
year
at
full
capacity.
Tim
assisted
the
University
of
California
Davis
in
its
goal
of
developing
a
commercial
scale
anaerobic
digester
facility.
HDR
developed
a
feasibility
study
analyzing
a
variety
of
digestion
technologies
to
process
pre-‐and
post-‐consumer
food
waste
from
the
campus
cafeteria
as
well
as
manures
from
the
various
animal
facilities
(e.g.,
dairy,
beef,
equine,
swine,
sheep,
primate,
and
avian)
on
campus.
Tim
developed
a
comparative
analysis
of
the
scaled-‐up
digestion
process
including
design
development
plans,
cost
estimates,
and
supporting
data
for
the
commercial
scale.
Education
•B.S.,
Civil
Engineering,
California
State
University,
San
Jose
Registrations
•Professional
Engineer
(Civil):
California,
Arizona,
Oregon,
Washington
Professional
Affiliations
•Solid
Waste
Association
of
North
America,
Member
Expertise
•Organics
program
management
and
facility
analysis
•Feasibility
studies
•Long
range
planning
•Facility
design
and
permitting
References
Michele
Young,
Project
Manager
City
of
San
Jose
Environmental
Services
Department
200
East
Santa
Clara
Street
San
Jose,
CA
95113
Michele.Young@sanjoseca.gov|
408.975.2519
Rob
Smoot,
Senior
Engineer
Portland
Metro
600
NE
Grand
Avenue
Portland,
OR
97232
Rob.Smoot@oregonmetro.gov|
503.797.1689
Professor
Ruihong
Zhang
Department
of
Biological
and
Agricultural
Engineering
3046
Bainer
Hall
University
of
California
Davis,
CA
95616
rhzhang@ucdavis.edu|530.754.9530
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
23
Kevin McCarthy| Negotiations & Financial Analysis
Kevin
is
a
senior
project
manager
and
Integrated
Waste
Solutions
manager
at
CH2M.
For
the
past
25+
years,
Kevin
has
served
in
a
variety
of
private
and
public
sector
recycling
and
solid
waste
planning
roles,
including
providing
operational
oversight
and
environmental
compliance
at
solid
waste
transfer
stations
and
MRFs,
managing
a
national
electronics
recycling
business,
and
serving
as
Executive
Director
for
a
twelve
member
public
joint
powers
agency
(RethinkWaste)
in
California
representing
nearly
500,000
residents
and
10,000
businesses.
Through
these
roles,
Kevin
has
established
an
exceptional
track
record
implementing
complex,
large-‐scale,
cost-‐effective
recycling
and
solid
waste
collection
and
processing
programs
and
services.
For
the
past
nine
years,
Kevin
served
as
the
first
Executive
Director
of
the
JPA
with
an
annual
operating
budget
of
$42.5
million,
including
ownership
of
the
nationally
recognized
Shoreway
Environmental
Center
(a
16-‐acre
Transfer
Station,
MRF
and
corporation
yard
facility).
The
JPA’s
programs
and
the
Shoreway
facility
have
received
top
local,
state,
and
national
awards.
Kevin
led
a
multi-‐year
RFP
process
resulting
in
the
award
of
13
separate
franchise
agreements
for
collection
services
(weekly
solid
waste,
recycling,
and
organics
collection)
in
San
Mateo
County.
The
total
contract
revenue
is
over
$1
billion
over
ten
years.
The
JPA
is
responsible
for
ongoing
contract
administration
for
the
13
agreements,
including
the
annual
compensation
adjustment
process
and
public
outreach
and
education.
Kevin
managed
a
multi-‐year
RFP
process
resulting
in
the
award
of
a
new
operations
agreement
for
the
Shoreway
Environmental
Center
in
San
Carlos,
which
handles
nearly
450,000
tons
per
year.
The
selected
operator’s
costs
were
$2.3
million
per
year
lower
than
the
previous
operator’s
cost,
which
led
to
17%
savings
per
year
or
$23
million
over
the
ten-‐year
contract
life.
Kevin
developed
and
managed
a
facility
master
plan
resulting
in
$46
million
in
capital
improvements,
including
a
new
70,000
sq.
ft.
MRF
with
a
50-‐tons
per
hour
single
stream
processing
system,
a
20,000+
sq.
ft.
addition
to
a
transfer
station,
traffic
improvements
and
new
scales,
a
new
public
recycling
center,
and
an
education
center
which
hosts
over
5,000
visitors
per
year.
The
master
plan
was
completed
$1
million
under
budget.
Education
•B.S.,
Environmental
Policy
Analysis
and
Planning,
University
of
California
at
Davis
Professional
Affiliations
•California
Resource
Recovery
Association
•Solid
Waste
Association
of
North
American,
Gold
Rush
Chapter
Expertise
•Executive
Management
•Facility
Operations
and
Master
Planning
•Diversion
Program
Planning
and
Implementation
•Contract
Negotiation
and
Management
•Economic
Analysis
and
Financial
Planning
References
Larry
Patterson,
City
Manager
City
of
San
Mateo
330
West
20th
Avenue
San
Mateo,
CA
94403
lpatterson@cityofsanmateo.org|
650.522.7000
Cliff
Feldman,
Recycling
Programs
Manager
RethinkWaste
610
Elm
Street,
Suite
202
San
Carlos,
CA
94070
cfeldman@rethinkwaste.org|
650.802.3502
Jim
Miller,
President
JRMA
2700
Saturn
Street
Brea,
CA
92821
jrmiller@jrma.com|714.524.1870
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
24
D. Bidder's Current Operations
Abbe
&
Associates
LLC
will
be
the
lead
consultant
and
prime
contractor
to
the
County.
Abbe
&
Associates
is
a
full-‐service
environmental
consulting
firm
specializing
in
the
social
and
physical
infrastructure
of
high
diversion
and
Zero
Waste.
Our
principal,
Ruth
Abbe,
has
led
many
large,
diverse
teams
of
contractors
and
subconsultants
to
deliver
complex
technical
assistance
projects
and
solid
waste
plans
and
programs
for
communities
across
the
country,
including
Alameda
County,
Austin,
Dallas,
Los
Angeles,
San
Jose,
and
Mecklenburg
(NC).
Abbe
&
Associates
is
currently
supporting
the
development
of
the
high
diversion
plans
for
Louisville/Jefferson
County
(KY),
and
Eugene/Lane
County
(OR).
Abbe
&
Associates
provides
solid
waste
technical
assistance
to
large
generators
and
institutions,
including
California
State
University,
Long
Beach
and
California
State
University,
Los
Angeles.
We
are
also
providing
logistical
support,
waste
audits,
custodial
training,
and
program
implementation
assistance
to
six
school
districts
in
Contra
Costa
County.
We
have
provided
commercial
technical
assistance
through
the
StopWaste
Business
Partnership
and
have
implemented
recycling
and
composting
programs
for
restaurants,
multifamily
complexes,
and
schools
in
the
City
of
Alameda.
Abbe
&
Associates
also
has
extensive
expertise
in
program
analysis,
data
collection
and
management,
CalRecycle
compliance
assistance,
contract
development,
and
rate
analysis.
We
have
performed
these
services
for
clients
including
the
Castro
Valley
Sanitary
District;
the
cities
of
Fremont,
San
Francisco
and
Stockton;
the
Counties
of
Fresno,
Santa
Cruz,
and
Sonoma;
and
the
South
Bayside
Waste
Management
Authority,
among
others.
Our
principal,
Ruth
Abbe,
is
a
former
vice
president
of
Brown,
Vence
&
Associates
and
HDR
Engineering,
Inc.
and
provided
technical
assistance
and
solid
waste
planning
services
to
Fresno
County
and
each
of
the
cities
in
the
County
from
1992
though
2006.
Projects
included:
! Development
of
Source
Reduction
and
Recycling
Elements
and
Household
Hazardous
Waste
Elements
for
the
County
and
each
of
the
cities
in
the
County
! Preparation
of
Annual
Reports
to
the
California
Integrated
Waste
Management
Board
for
the
County
and
each
of
the
cities
in
the
County
! AB
939
Compliance
Assistance
and
Support
in
the
Development
of
the
County’s
Construction
&
Demolition
Debris
Ordinance
! Negotiations
Assistance
and
Support
in
the
Development
of
the
Exclusive
Service
Area
Program
for
the
unincorporated
areas
of
the
County
! Generation
Study
for
City
of
Fresno
documenting
that
the
City
had
reached
62
percent
in
2004
E. Au dited Financial Statements
This
information
is
to
be
provided
after
the
RFP
closes,
if
requested.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
25
F. Te rminated Contracts
Abbe
&
Associates
has
not
entered
into
any
contracts
that
were
terminated
before
completion.
G. Lawsuits or Legal Actions
Abbe
&
Associates
has
not
been
involved
in
any
lawsuits
or
legal
actions.
H. Payment Problems
Abbe
&
Associates
has
not
had
any
payment
problems
with
the
County.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
26
XI. SCOPE
OF
WORK
A. Project Approach
1.P roject Understanding
In
evaluating
its
policies,
plans
and
agreements,
the
County
will
need
to
address
both
the
physical
and
social
infrastructure
needed
to
achieve
the
statewide
goal
of
75
percent
source
reduction,
recycling
and
composting.
We
have
identified
the
following
key
issues
that
will
inform
this
process:
! Physical
Infrastructure
–
Organics
Processing
! Physical
Infrastructure
–
Collection
Systems
! Social
Infrastructure
–
Funding
! Social
Infrastructure
–
Regional
Cooperation
Physical Infrastructure – Organics Processing
The
County
has
significant
programs
and
infrastructure
for
recycling.
To
meet
the
State
of
California’s
requirement
of
15
years
of
organics
capacity,
future
planning
efforts
will
need
a
strong
focus
on
organics
management
and
strategies
to
develop
more
organics
processing
capacity.
Our
team
has
extensive
international,
national
and
statewide
experience,
in
edible
and
compostable
organic
discard
policy,
planning,
regulation
and
management.
The
EPA
adopted
food
recovery
hierarchy
uses
a
“highest
and
best
use”
approach
emphasizing
source
reduction,
food
donation
and
animal
feed
first,
followed
by
decentralized
composting
and
centralized
organics
processing
options.
Focus
on
upstream
efforts
will
be
critical
to
the
success
of
the
County’s
planning
and
implementation
efforts.
We
have
worked
with
commercial
and
institutional
generators
to
reduce
the
generation
of
wasted
food
and
implement
food
donation
programs
and
protocols
using
the
LeanPath
program
and
U.S.
EPA
food
waste
reduction
calculator
for
StopWaste
-‐
the
Alameda
County
Waste
Management
Authority.
We
supported
the
preparation
of
the
Santa
Clara
County
Food
Rescue
Capacity
Study
and
are
conducting
research
on
food
waste
prevention,
food
rescue
and
food
donation
for
Alameda
County.
This
includes
identifying
the
role
of
franchised
haulers
in
food
waste
reduction
and
food
rescue.
Given
the
limited
existing
infrastructure
and
challenge
of
developing
new
facilities
fast
enough
to
keep
up
with
the
phase-‐in
dates
required
by
Assembly
Bill
1826,
a
strong
focus
on
source
reduction
and
food
donation
could
be
considered
as
the
foundation
of
the
County’s
effort
to
bring
the
County
as
close
as
possible
to
75
percent.
This
would
also
yield
superior
social,
economic
and
environmental
benefits
to
edible
and
compostable
organic
discard
planning
and
management
for
the
County.
Physical Infrastructure – Collection Systems
Fresno
County
has
10
Exclusive
Service
Areas
for
the
collection
and
processing
of
solid
waste,
recycling
and
green
waste
in
the
unincorporated
areas
of
the
County.
The
agreements
were
negotiated
in
2005-‐
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
27
2006
to
provide
cost-‐effective
recycling
and
green
waste
collection
in
order
to
comply
with
the
diversion
requirements
of
AB
939.
Originally,
14
districts
were
established
and
have
since
been
consolidated
through
acquisitions.
All
haulers
operating
in
the
County
were
provided
with
exclusive
territory
and
customer
accounts
to
match
the
level
of
market
share
that
they
had
at
the
beginning
of
the
agreement
term.
Since
these
agreements
are
now
scheduled
to
expire
in
2018,
the
County
will
need
to
evaluate
the
current
agreements
and
ensure
that
customers
are
provided
with
adequate
services
to
meet
the
requirements
of
AB
341
(mandatory
commercial
and
multifamily
recycling
collection)
and
AB
1826
(mandatory
commercial
and
multifamily
organics
collection).
These
types
of
requirements
are
precedents
for
the
County
and
will
be
a
good
foundation
for
the
County
to
consider
other
requirements
to
guide
the
system
in
the
future.
Abbe
&
Associates
has
extensive
experience
developing,
evaluating
and
managing
contracts
and
franchise
agreements
to
maximize
diversion.
Our
team
members
were
key
staff
to
the
U.S.
EPA
in
the
development
of
a
new
website:
Managing
and
Transforming
Waste
Streams
–
A
Tool
for
Communities
(See:
http://www2.epa.gov/managing-‐and-‐transforming-‐waste-‐streams-‐tool-‐communities)
This
website
includes
a
tool
that
highlights
best
practices
for
community-‐wide
procurement
and
contracting
for
solid
waste
and
recycling
services
at:
http://www2.epa.gov/managing-‐and-‐transforming-‐
waste-‐streams-‐tool-‐communities/contracting-‐best-‐practices-‐resources-‐used.
This
tool
provides
a
wide
range
of
contracting
strategies
designed
for
advancement
towards
Zero
Waste
that
are
already
being
used
by
local
governments.
Many
best
practices
in
contracting
align
incentives
between
the
local
governments,
contractors
and
generators
to
fund
diversion
programs
and
facilities
and
encourage
waste
reduction,
recycling,
and
composting,
including:
•Incentives
and
Penalties
•Separate
Compensation
from
Rates
•Align
Costs
to
Rates
•Limit
or
Eliminate
Disposal
Payments
•Reward
Workers
for
More
Diversion
•Require
Productive
Market
Use
of
Yard
Debris
and
Other
Organic
Materials
•Direct
Materials
to
Local
Markets
•Education
and
Outreach
•Equal
Capacity
Commercial
Bin
Size
and
Frequency
•Equal
Services
for
Multi-‐Family
Customers
•Source
Separation
Requirement
or
Preference
•Purchasing
Preferences
(Green
Vehicles
&
Products)
•Innovations
Clause
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
28
Social Infrastructure – Funding
As
communities
strive
for
sustainability,
an
increased
focus
is
being
placed
on
achieving
higher
diversion
and
recycling
rates.
A
growing
number
of
communities
are
setting
goals
and
moving
toward
achieving
Zero
Waste,
or
very
high
diversion,
in
an
effort
to
achieve
sustainable
materials
management.
However,
while
most
industry
professionals
would
agree
that
maximizing
diversion
and
recycling
is
ideal,
many
local
government
solid
waste
programs
are
currently
supported,
in
large
part,
by
the
tipping
fees
collected
at
landfills
and
or
on
garbage
collection
rates.
This
creates
a
difficult
choice
for
many
local
governments
that
would
like
to
increase
their
diversion
and
recycling
efforts.
They
risk
a
very
real
financial
shortfall
commonly
referred
to
as
the
“death
spiral”
as
tipping
fee
revenues
decrease
due
to
more
waste
reduction.
The Death Spiral
The
more
you
reduce
trash,
the
more
your
revenues
decline
In
most
cases,
diversion
and
recycling
programs
cannot
pay
for
themselves
through
the
sale
of
recovered
materials
or
disposal
fee
avoidance.
Collection
costs
can
account
for
as
much
as
80
percent
of
the
costs
to
the
customer
(whether
the
material
collected
is
trash,
recyclables
or
yard
trimmings).
As
a
result,
some
local
governments
and
industry
professionals
have
begun
examining
and
implementing
a
variety
of
alternative
funding
options
that
can
be
used
to
better
align
the
necessary
revenue
generation
with
their
waste
reduction,
diversion
and
recycling
goals.
These
can
take
many
forms,
and
can
be
implemented
at
different
points
along
the
Zero
Waste
loop.
The Zero Waste Loop
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
29
While
there
is
no
alternative
funding
“magic
bullet,”
we
have
identified
some
best
practices
through
our
work
with
a
variety
of
communities
facing
program
funding
issues.
These
include:
! Compensating
collection
service
providers
based
on
cost
of
service,
rather
than
Pay-‐As-‐You-‐
Throw
(PAYT)
inclined
rates,
thus
removing
a
disincentive
to
diversion.
! Providing
a
baseline
collection
service
rate
that
covers
the
cost
of
service
and
then
layering
City
or
County-‐controlled
PAYT
rates
on
top
of
the
baseline
to
create
customer
incentives.
! Utilizing
an
enterprise
fund
for
resource
management
programs
to
better
track
costs
and
revenues.
! Maintaining
a
balancing
account
to
avoid
rate
shock.
! Diversifying
operations
and
fee
structures,
to
avoid
dependence
on
one
source
of
revenue.
! Using
a
flat
rate
instead
of
percentage
for
franchise
fees.
The
right
combination
of
tools
and
approaches
will
be
different
for
every
community
based
on
their
specific
political,
social,
and
financial
goals
and
circumstances.
However,
common
keys
to
success
include:
1)
selecting
funding
mechanisms
that
send
the
appropriate
signals
to
the
appropriate
stakeholders;
and
2)
communicating
openly
and
transparently
with
all
stakeholders.
Messages
to
be
communicated
include:
! Generators:
Inform
them
that
increased
generation
results
in
increased
costs
for
collection,
processing
and
disposal
–
recycling
and
diversion
programs
are
not
free.
! Collection
service
providers:
Incentivize
“right-‐sizing”
service
to
the
customer,
and
compensate
providers
based
on
cost
of
service,
rather
than
having
one
service
subsidize
another.
! Processors:
Support
the
feedstock
for
processors
through
requiring
diversion,
where
possible,
or
directing
the
flow
of
materials
to
provide
economies
of
scale.
! Producers
of
consumer
goods:
Send
the
signal
to
reduce
packaging
and
toxicity.
In
transitioning
to
a
sustainable
materials
management
system,
we
want
to
cover
the
costs
of
our
fixed
assets,
while
sending
a
signal
to
customers
and
service
providers
to
reduce
wasting
and
increase
recycling
and
composting.
Ultimately,
we
will
want
to
right-‐size
our
services
and
our
infrastructure,
our
collection
systems
and
our
funding
mechanisms
and
manage
our
resources
responsibly
to
achieve
the
best
outcomes
for
our
environment
and
our
economy.
Social Infrastructure – Regional Cooperation
The
County
has
been
a
leader
in
developing
infrastructure
to
handle
community
discards
through
regional
cooperation
and
coordinated
activities
through
regional
solid
waste
planning
boards
and
solid
waste
commissions.
With
the
advent
of
the
Integrated
Waste
Management
Act
of
1989
(AB
939)
the
County
established
a
Local
Task
Force
to
review
and
approve
local
and
regional
plans
pursuant
to
AB
939. The
early
implementation
of
AB
939
had
Brown,
Vence
&
Associates
work
regionally
with
the
County
and
each
of
the
cities
in
the
County
to
develop
the
AB
939
planning
documents.
Hence,
the
cities
and
the
County
have
the
same
plans
with
varying
degrees
of
implementation. The
County
then
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
30
Center for Hard to Recycle Materials
One
area
for
potential
opportunity
is
the
development
of
drop
off
centers
for
“hard
to
recycle”
materials,
such
as
in
Boulder,
Colorado
and
El
Cerrito,
California
(above).
We
have
recently
documented
best
practices
for
self-‐haul
diversion
for
King
County,
Washington.
supported
the
cities
in
regional
development
of
policies
and
programs
and
in
preparing
Annual
Reports
to
the
California
Integrated
Waste
Management
Board
(the
predecessor
agency
to
the
California
Department
of
Resources
Recycling
and
Recovery
-‐
CalRecycle).
Implementing
new
policies,
programs
and
infrastructure
at
a
regional
level
provides
economies
of
scale
and
level
the
playing
field
across
the
region.
Thus,
as
the
County
undertakes
an
evaluation
of
its
existing
plans
and
programs,
it
will
be
important
to
address
the
needs
of
the
communities
across
the
County.
We
have
worked
with
many
County-‐led
and
regional
agencies
to
develop
regional
plans
and
programs,
including
Fresno
County
and
its
cities,
Lane
County,
Oregon,
Mecklenburg
County,
North
Carolina,
Louisville/Jefferson
County,
Kentucky,
and
Sonoma
County
and
its
cities.
We
have
also
worked
with
local
communities
to
band
together
to
create
regional
agencies
for
implementing
new
programs
and
infrastructure,
including
the
Sacramento
Regional
Solid
Waste
Authority
and
the
Salinas
Valley
Solid
Waste
Authority.
We
look
forward
to
supporting
Fresno
County
and
the
region
in
developing
its
future
plans
and
programs.
2.Scope of Work
Task 1 - Assessment of Current and Past Solid Waste Plans
Objective:
Prepare
a
description
of
the
County’s
existing
solid
waste
management
plans,
policies,
programs
and
regional
facilities
and
identify
opportunities
for
expansion
or
improvement.
Approach:
The
County
has
many
state-‐of-‐the-‐art
recycling
programs
that
have
been
successful
in
reaching
the
state-‐mandated
goals
for
diversion
from
landfills
and
disposal
reduction.
Our
team
is
very
familiar
with
the
County’s
contracts,
operations
and
programs.
For
this
task,
we
will
prepare
a
description
of
each
of
the
County’s
existing
policies,
programs
and
regional
facilities.
Based
on
available
information
provided
by
County
staff,
we
will
identify
the
participation
and
capture
rates,
historic
recycling
and
garbage
tonnage
over
time,
the
years
when
programs
were
implemented,
and
the
successes
achieved
(in
tons
and
dollars,
where
available).
We
will
provide
a
brief
evaluation
and
identify
the
opportunities
for
expansion
and
enhancement,
where
appropriate.
We
will
also
identify
the
existing
and
projected
population
and
business
activity
over
the
planning
period.
This
information
will
be
used
to
estimate
materials
generation
over
the
planning
period.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
31
Consultant
Responsibilities:
! Evaluate
current
plans
and
programs.
! Prepare
a
one-‐page
summary
of
each
existing
policy,
program
and
facility
initiative.
For
budgeting
purposes,
we
anticipate
profiling
up
to
20
existing
initiatives.
! Identify
existing
and
projected
population,
number
of
businesses
and
business
growth
over
the
planning
period.
! Prepare
a
report
providing
the
review,
assessment
and
revised
documentation
for
the
work
provided
under
this
task.
Report
needs
to
be
appropriate
for
utilization
in
preparation
of
CalRecycle’s
required
5-‐year
plan
for
the
County
(planning
documentation
will
be
used
for
2012
and
2017
5-‐year
plans).
! Each
deliverable
will
be
prepared
in
draft
form
for
County
review
and
will
be
revised
based
on
the
comments
received
from
County
staff.
We
anticipate
one
draft
and
one
final
version
of
each
deliverable.
County
Responsibilities:
! Provide
available
information
about
existing
policies,
programs
and
facilities.
Direct
consultant
team
to
sources
for
programs
descriptions
and
statistics.
! Review
and
provide
consolidated
comments
on
draft
deliverables.
Task 2 - Exclusive Service Area Program (ESAP) Assessment
Objective:
Support
County
staff
in
negotiating
an
extension
of
the
Exclusive
Service
Area
Program
agreements,
incorporating
enhanced
services
and
ensuring
compliance
with
AB
341
(Mandatory
Commercial
Recycling)
and
AB
1826
(Mandatory
Commercial
Organics).
Approach:
In
our
experience,
communities
that
have
good
working
relationships
with
their
service
providers
can
get
good
“win-‐win”
results
through
collaborative
negotiations.
Changes
in
service
providers
can
be
disruptive
to
communities
and
can
result
in
service
disruptions.
In
fact,
conducting
negotiations
prior
to
procurement
is
a
key
recommendation
from
our
work
on
Zero
Waste
franchises
and
contracts
for
the
U.S.
EPA.
We
will
support
County
staff
and
the
exclusive
service
providers
to
explore
options
for
new
and
enhanced
services
and
alternative
rate
and
compensation
mechanisms
that
provide
an
incentive
for
increasing
diversion
while
keeping
rate
impacts
to
a
minimum.
We
will
be
available
to
meet
with
County
staff
and
the
exclusive
service
providers
on
an
on-‐call
basis
during
these
negotiations.
We
anticipate
participating
in
up
to
six
meetings.
If
negotiations
result
in
satisfactory
changes
to
existing
services,
then
the
County
will
move
forward
with
an
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
32
extension
of
the
exclusive
agreements.
We
will
assist
in
preparing
amendments
to
the
current
agreements,
which
will
be
subject
to
review
by
County
Counsel
staff.
Consultant
Responsibilities:
! Review
existing
agreements
and
make
recommendations
for
potential
service
enhancements
and
reporting
requirements.
! Prepare
a
list
of
business
terms
that
will
be
used
in
the
negotiations.
! Support
County
staff
in
negotiations
with
exclusive
service
providers.
! Identify
protocols
for
targeting
businesses
to
ensure
compliance
with
AB
341
and
AB
1826.
This
may
include
a
requirement
in
the
agreements
that
the
service
providers
share
information
about
the
service
levels
of
their
customers.
! Prepare
amendments
to
current
exclusive
agreements.
! Prepare
a
report
detailing
the
findings
and
recommendations.
! Each
deliverable
will
be
prepared
in
draft
form
for
County
review
and
will
be
revised
based
on
the
comments
received
from
County
staff.
We
anticipate
one
draft
and
one
final
version
of
each
deliverable.
County
Responsibilities:
! Schedule
meetings
with
service
providers
to
discuss
extension
to
the
exclusive
agreements.
! Review
and
provide
consolidated
comments
on
draft
deliverables.
Task 3 - Streamline of Administration and Reporting Processes
Objective:
Develop
streamlined
administrative
and
reporting
requirements
and
processes
for
oversight
of
the
Exclusive
Area
Program
and
Non-‐Exclusive
Waste
Hauler
Agreement,
2)
permitted
facilities
and
3)
jurisdictions.
Approach:
For
this
task
we
will
review
the
current
reporting
requirements
and
administrative
processes
undertaken
by
the
County.
Evaluate
whether
these
processes
are
efficient
in
tracking
and
monitoring
compliance
and
recommend
streamlined
reporting
requirements
and
administrative
processes
that
meet
the
goals
of
the
County
and
requirements
under
state
law.
Consultant
Responsibilities:
! Identify
regulatory
requirements
for
exclusive
agreements,
permitted
facilities
and
jurisdictions.
! Review
County’s
goals
and
objectives
for
oversight
and
compliance.
! Interview
County
staff
involved
in
regulatory
oversight.
! Identify
methods
of
streamlining
reporting
and
conducting
administrative
processes.
! Prepare
a
report
detailing
the
findings
and
recommendations.
! Each
deliverable
will
be
prepared
in
draft
form
for
County
review
and
will
be
revised
based
on
the
comments
received
from
County
staff.
We
anticipate
one
draft
and
one
final
version
of
each
deliverable.
County
Responsibilities:
! Provide
information
about
County’s
goals
and
objectives
in
conducting
oversight.
! Identify
staff
resources
available
to
provide
regulatory
oversight.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
33
! Review
and
provide
consolidated
comments
on
draft
deliverables.
Task 4 - Funding Methodology Assessment
Objective:
Prepare
an
economic
analysis,
identifying
potential
new
funding
sources
and
develop
a
funding
and
financial
plan
for
County
programs
to
be
incorporated
into
the
Master
Plan.
Approach:
For
this
task,
we
will
review
current
funding
methodologies
and
identify
the
planning
level
costs
associated
with
each
of
the
proposed
policy,
program
and
facility
initiatives
and
identify
an
appropriate
funding
source
for
each
imitative.
We
will
prepare
a
detailed
pro
forma
projecting
costs
and
revenues
over
the
20-‐year
planning
period. The
analysis
will
address
the
return
on
investment
and
financial
implications
to
the
County,
impact
on
customer
rates,
landfill
tipping
fees,
industry,
and
the
diversion
potential
of
the
new
strategies.
We
will
then
identify
potential
funding
sources
and
evaluate
whether
they
are
appropriate
for
implementation
in
the
County.
We
will
identify
the
most
feasible
funding
implementation
strategies
for
the
Master
Plan
and
prepare
a
funding
and
financial
plan.
Consultant
Responsibilities:
! Prepare
draft
and
final
economic
analysis
and
funding
and
financial
plan.
County
Responsibilities:
! Review
and
provide
consolidated
comments
on
draft
deliverables.
Key
Strengths:
Our
team
members
have
significant
expertise
in
funding
and
financing
solid
waste
systems.
HDR
has
conducted
over
$3
billion
in
facility
financings.
Our
team
members
have
procured
hundreds
of
collection
and
processing
service
contracts
on
behalf
of
our
public
sector
clients.
We
have
recently
conducted
a
series
of
“High
Diversion
Rates
and
Compensation
Workshops”
for
CalRecycle.
Task 5 - Regulatory Requirements and Related County Ordinances
Objective:
Prepare
recommended
revisions
to
County
ordinances
to
ensure
compliance
with
all
local,
State
and
Federal
Regulatory
requirements.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
34
Approach:
County
ordinances
can
be
effective
in
encouraging
and
ensuring
compliance
with
County
goals
and
objectives
and
all
local,
State
and
Federal
Regulatory
requirements.
In
identifying
new
policies
and
programs
for
incorporation
into
the
Master
Plan,
many
of
these
policies
and
programs
will
be
more
effective
if
they
are
implemented
through
County
ordinance.
Consultant
Responsibilities:
! Identify
regulatory
requirements
for
County
ordinances.
! Review
County’s
goals
and
objectives
for
new
policy
and
program
implementation.
! Identify
enhancements
to
existing
ordinances
and
provide
draft
language
for
review
by
County
Counsel
staff.
! Prepare
a
report
detailing
the
findings
and
recommendations.
! Each
deliverable
will
be
prepared
in
draft
form
for
County
review
and
will
be
revised
based
on
the
comments
received
from
County
staff.
We
anticipate
one
draft
and
one
final
version
of
each
deliverable.
County
Responsibilities:
! Provide
information
about
County’s
goals
and
objectives
in
new
policy
and
program
implementation.
! Review
and
provide
consolidated
comments
on
draft
deliverables.
Task 6 - Education and Outreach Programming
Objective:
Identify
education
and
outreach
strategies
to
ensure
participation
in
countywide
programs.
Approach:
This
is
one
of
the
key
challenges
for
any
solid
waste
Master
Plan.
There
are
three
basic
approaches
to
enhancing
participation
in
new
or
enhanced
Policies,
Programs
and
Facilities:
! Education
and
voluntary
programs
! Incentives
and
policies
! Public
developed
programs
and
facilities
Education
and
voluntary
programs
are
the
easiest
and
least
cost
to
implement
and
take
very
little
political
capital
but
are
usually
least
effective.
Incentives
and
policies
are
the
most
effective
but
they
require
an
investment
of
political
capital.
Publicly
developed
programs
and
facilities
require
an
investment
of
both
political
and
financial
capital.
The
sweet
spot
is
incentives
and
policies.
A
good
example
of
this
is
how
C&D
Ordinances
have
been
adopted
all
over
California
that
require
all
those
building
or
demolishing
buildings
to
divert
50%
or
more
of
the
discarded
materials.
As
a
result
of
these
policies,
the
private
sector
was
able
to
go
to
the
bank
and
get
financing
for
the
necessary
processing
facilities
and
collection
equipment.
Virtually
no
public
money
was
invested
in
C&D
facilities
anywhere
in
California.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
35
So
the
challenge
is
figuring
out
what
are
the
types
of
incentives
and
policies
that
local
elected
officials
could
support
that
could
help
transform
the
marketplace
like
C&D
Ordinances
have
already
done
to
achieve
high
diversion
goals.
In
addition
to
new
programs
and
facilities,
achieving
results
will
require
changes
in
consumer
and
generator
behavior.
The
County
can
encourage
this
through
outreach,
education,
and
social
marketing,
where
peer
groups
work
together
to
solve
problems
and
create
solutions.
Consultant
Responsibilities:
! Review
current
outreach
and
education
efforts
undertaken
by
County
staff,
city
staff
and
exclusive
service
providers
and
identify
opportunities
for
enhancement.
! Identify
appropriate
community-‐based
social
marketing
efforts
that
could
be
undertaken
by
County
staff.
! Identify
staff
or
contractor
resources
that
would
be
needed
to
achieve
the
goals
and
objectives
identified
through
the
planning
process.
! Prepare
a
report
detailing
the
findings
and
recommendations.
! Each
deliverable
will
be
prepared
in
draft
form
for
County
review
and
will
be
revised
based
on
the
comments
received
from
County
staff.
We
anticipate
one
draft
and
one
final
version
of
each
deliverable.
County
Responsibilities:
! Identify
staff
resources
available
for
outreach
and
education.
! Review
and
provide
consolidated
comments
on
draft
deliverables.
Task 7 - Report and Meetings
Objective:
Prepare
a
Master
Plan
document
that
truly
reflects
the
community
values
and
aspirations
of
the
County
and
its
stakeholders.
Approach:
Based
on
the
direction
of
County
staff
and
feedback
from
the
stakeholders
in
the
County
we
will
develop
a
Master
Plan
documenting
the
County’s
goals
and
objectives
over
the
5,
10,
15,
and
20
year
planning
periods.
The
Master
Plan
will
incorporate
the
data,
information
and
findings
developed
for
the
overview
of
existing
programs,
opportunities
assessment,
options
and
recommendations
and
funding
and
financing
plan.
Consultant
Responsibilities:
! Prepare
outline
of
the
Master
Plan
in
draft
form
and
present
to
County
staff
for
review
and
comment.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
36
! Prepare
revised
version
of
the
Master
Plan
for
distribution
to
stakeholders
and
the
County
Board
of
Supervisors.
! Prepare
draft
and
final
PowerPoint
presentation,
summarizing
the
highlights
of
the
planning
process
and
key
elements
of
the
Master
Plan.
! Present
the
Master
Plan
at
up
to
four
meetings
as
identified
by
the
County.
Deliverables:
! Initial
Draft
Plan
! Public
Draft
Plan
! Final
Draft
Plan
Key
Strengths:
Solid
waste
planning
and
implementation
is
our
business.
We
recommend
a
community-‐
based
approach
and
have
been
successful
in
developing
plans
that
serve
the
unique
needs
of
each
community.
No
one
solution
or
suite
of
alternatives
work
for
every
community.
We
will
prepare
a
Master
Plan
document
that
truly
reflects
the
community
values
and
aspirations
of
the
County
and
its
stakeholders.
B . Sample Reports
We
would
like
the
County
to
see
examples
of
our
solid
waste
planning
work
for
other
communities.
Electronic
copies
of
each
of
the
following
reports
are
available
through
the
website
addresses
below.
These
documents
have
also
been
added
to
a
Drop
Box
folder
that
has
been
shared
with
County
purchasing
at
countypurchasing@co.fresno.ca.us.
Link
to
the
Drop
Box
folder:
https://www.dropbox.com/sh/7yr14ggfaqj5upo/AABrOIFh_jYX2AFGH-‐I9gKWXa?dl=0
! Austin
Resource
Recovery
Plan
(approved
by
the
City
Council
in
December
2011)
http://www.austintexas.gov/sites/default/files/files/Trash_and_Recycling/MasterPlan_Final_12.30.pdf
! Alameda
Zero
Waste
Implementation
Plan
(approved
by
the
City
Council
in
October
2010)
http://www.planetalameda.com/images/pdf/Alameda-‐ZeroWasteImplementationPlan-‐9-‐16-‐10.pdf
! Castro
Valley
Sanitary
District
Zero
Waste
Strategic
Plan
(approved
by
the
Board
of
Directors
in
August
2014)
http://www.cvsan.org/sites/default/files/FINAL%20CVSan%20Zero%20Waste%20Strategic%20P
lan%20web%20no%20attachments_2014-‐10-‐30.pdf
! Los
Angeles
Solid
Waste
Integrated
Resources
Plan
(published
in
October
2013)
http://lacitysan.org/srssd/swirp/files/info/SWIRP%20AppendA%20Oct2013Final.pdf
! Mecklenburg
County
Solid
Waste
Management
Plan
(adopted
by
the
County
and
the
Cities
in
June
2012)
http://charmeck.org/mecklenburg/county/LUESA/SolidWaste/ManagementPlan/Documents/M
eckCoSolidWasteMgmtPlanJune2012.pdf
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
37
! Palo
Alto
Zero
Waste
Operational
Plan
(approved
by
the
City
Council
in
September
2007)
www.cityofpaloalto.org/civica/filebank/blobdload.asp?BlobID=10290
! San
Jose
Zero
Waste
Strategic
Plan
(approved
by
the
City
Council
in
November
2008)
https://www.sanjoseca.gov/DocumentCenter/View/1020
C . Alternative Solutions
Abbe
&
Associates
welcomes
the
opportunity
to
obtain
input
from
the
community
directly
as
an
alternative
solution
for
this
project.
This
is
a
task
that
we
often
do
in
the
development
of
comprehensive
solid
waste
for
communities.
As
an
alternative
solution
for
this
project
to
ensure
that
the
Master
Plan
is
embraced
by
the
whole
community,
we
recommend
undertaking
a
three-‐day
planning
charrette.
A
“charrette”
is
a
public
participatory
process
first
used
by
design
professionals
to
reach
community
consensus
around
a
shared
vision
for
urban
planning
and
community
development.
“Charrette”
is
a
French
word
for
“little
cart”
and
refers
to
the
intense
work
of
19th
century
architecture
students
to
finalize
their
drawings,
which
were
carried
away
in
little
carts
by
their
proctors.
The
most
successful
charrettes
are
intense,
multi-‐day
events,
carefully
managed
by
the
multi-‐disciplinary
charrette
team,
which
works
with
the
community
members
to
transform
rough
concepts
into
a
detailed
plan.
The
team
takes
the
participants
through
a
process
of
intensification
of
input,
transformation,
and
integration
of
the
output.
Several
operational
principles
are
essential
for
the
intensification,
transformation
and
integration
phases
to
evolve.
These
include:
! Using
a
holistic
approach
to
problem
identification
and
solving,
! Allowing
diversity
of
participants,
! Providing
both
an
intense
focus
of
effort
and
clear
boundaries
to
stay
within,
! Creating
both
vision
and
implementation
strategies,
! Requiring
at
least
three
feedback
opportunities
between
proposed
plans,
critiques,
and
revisions,
and
! Using
objective
measures
to
gauge
the
performance
of
those
plans.
The
County
should
consider
conducting
outreach
to
a
large
number
of
potential
stakeholders
to
engage
them
in
the
charrette
process,
including:
! Residential
and
commercial
generators
and
ratepayers
! Environmental
and
environmental
justice
groups
! Community
groups,
including
homeowner
associations
! Private
sector
haulers,
facility
operators,
processors
and
recyclers
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
38
! Institutions,
including
faith-‐based
organizations,
universities
and
schools
! Business
groups,
including
grocers
and
restaurant
associations,
Building
Owners
and
Managers
Association,
chambers
of
commerce,
and
manufacturers
and
producers
of
goods
and
packaging
The
charrette
process
will
obtain
stakeholder
input
on
a
wide
variety
of
topics
for
the
Master
Plan,
including:
! Opportunities
and
constraints
! Goals
and
objectives
! Policies,
programs
and
facilities
! Evaluation
and
recommendations
! Other
issues
identified
by
the
stakeholders
Master Plan Stakeholder Involvement Process
Objective:
Engage
the
stakeholder
community
(including
residential
and
commercial
generators,
businesses,
and
non-‐profit
and
private
sector
service
providers)
in
the
Master
Plan
planning
process.
Conduct
a
three-‐day
planning
charrette
to
obtain
input
on:
! The
region’s
short-‐term
and
long-‐term
vision
and
guiding
principles
for
the
Master
Plan
over
the
5,
10,
15,
and
20
years
planning
periods.
! The
service
opportunities
and
initial
policy,
program
and
facility
initiatives
to
meet
or
exceed
the
statewide
75
percent
source
reduction,
recycling
and
composting
goal.
! The
funding
needs
and
potential
cost
impacts
of
new
or
expanded
initiatives.
Approach:
Every
community
is
unique
and
County
staff
has
a
deep
understanding
of
the
community
and
its
values.
To
ensure
that
the
Master
Plan
is
reflective
of
the
goals
and
vision
of
the
community,
it
is
important
to
involve
the
whole
community
in
the
development
of
the
Plan.
We
strongly
support
extensive
public
education
and
engagement
to
develop
the
Master
Plan
and
obtain
input
from
all
sectors
of
the
community
in
developing
Plan
recommendations.
We
will
also
work
with
County
staff
to
identify
the
types
of
education,
outreach,
and
training
services
needed
to
engage
and
inspire
the
public
to
participate
in
achieving
the
Plan
objectives.
We
recommend
that
representatives
from
the
municipalities
as
well
as
other
stakeholders
in
the
County
be
involved
in
the
pre-‐planning
of
the
charrette.
Allowing
each
stakeholder
group
to
be
involved
with
the
planning
of
the
charrette
will
allow
for
a
more
successful
charrette
process.
We
will
work
with
the
County
to
develop
the
means
by
which
stakeholder
input
for
charrette
pre-‐planning
can
be
obtained,
which
will,
at
a
minimum,
include
a
pre-‐charrette
survey.
The
pre-‐charrette
survey
will
serve
to
solicit
input
from
prospective
charrette
participants,
including
community
groups,
faith
groups
and
environmental
groups,
private
and
non-‐profit
service
providers,
municipal
staff
and
other
interested
parties.
The
pre-‐charrette
survey
would
be
posted
on
the
County’s
website
and
advertised
through
County
communications
channels,
as
appropriate.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
39
In
addition
to
the
pre-‐charrette
survey,
we
will
participate
in
up
to
three
pre-‐charrette
planning
meetings
via
conference
call
with
County
staff
and
staff
from
the
municipalities.
This
will
ensure
that
the
needs
and
views
of
the
municipalities
are
reflected
in
the
Regional
Master
Plan
and
included
for
consideration
during
the
charrette
process.
We
will
facilitate
one
charrette,
anticipated
to
last
three
days,
and
be
attended
by
up
to
three
consultant
personnel.
We
will
work
with
County
staff
to
carefully
design
the
charrette
in
order
to:
! Invite
appropriate
representatives,
! Select
topics
for
discussion,
! Design
the
guidelines
for
the
charrette,
! Have
the
necessary
tools
on-‐hand
for
the
charrette,
which
may
include
models
for
calculating
metrics
such
as
program
costs,
green
jobs
creation
and
carbon
emission
reductions
! Develop
an
appropriate
schedule
for
the
charrette
It
is
anticipated
that
the
County
will
be
responsible
for
inviting
representatives
and
securing
a
location
for
the
charrette
to
take
place.
We
will
work
with
County
staff
to
schedule
the
charrette
to
ensure
maximum
input
to
the
process.
We
anticipate
that
the
charrette
will
be
scheduled
after
completion
of
the
Needs
Assessment
so
that
we
will
be
able
to
present
preliminary
findings
and
options.
We
haves
supported
the
development
of
a
new
resource
for
identifying
options
for
U.S.
EPA
and
can
use
this
tool
to
help
the
County
identify
locally
appropriate
options
for
the
master
plan.
https://www.epa.gov/managing-‐and-‐transforming-‐waste-‐streams-‐tool-‐communities
It
is
anticipated
that
charrette
participants
will
provide
feedback
on
these
preliminary
findings
and
identify
additional
options
for
analysis.
To
the
extent
possible,
we
will
work
with
County
staff
throughout
the
charrette
process
to
provide
real-‐time
research
and
analysis
of
options
and
feedback
to
charrette
participants.
The
goal
of
the
charrette
will
be
to
establish
community
consensus
around
specific
goals,
program
options
and
preliminary
strategies
for
implementing
the
Regional
Master
Plan.
Consultant
deliverables
and
responsibilities:
! Charrette
logistics
and
advance
preparation:
— Prepare
agendas,
presentations,
and
handouts
for
review
and
approval
of
County
staff
— Participate
in
up
to
three
planning
meetings
(via
conference
call)
with
County
and
city
representatives
— Prepare
pre-‐charrette
survey
to
be
placed
on
County
website
for
review
and
approval
of
County
staff
— Prepare
any
deliverables
pursuant
to
other
tasks
that
may
be
presented
at
the
charrette
! Charrette:
— Give
presentations
and
facilitate
breakout
discussions
— Document
charrette
proceedings
and
breakout
discussions
— Provide
on-‐site
analysis
and
updates,
based
on
stakeholder
feedback
! Follow
Up:
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
40
— Prepare
charrette
proceedings
for
review
by
County
staff
— Provide
presentations
and
other
charrette
materials
for
placement
on
project
website
— Other
follow
up
activities
as
needed
County
responsibilities:
! Charrette
logistics
and
advance
preparation:
— Reserve
meeting
venue
— Provide
sufficient
hard
copies
of
handouts
for
participants
(if
needed)
— Prepare
and
distribute
publicity
and
invitations
to
stakeholders
— Post
on-‐line
pre-‐charrette
survey
— Compile
results
from
pre-‐charrette
survey
— Provide
materials
for
documentation
and
stakeholder
participation
(markers,
flip
pads)
— Provide
refreshments
for
participants
(coffee,
water,
and
lunch)
— Prepare
and
post
directional
signs
and
conference
display
boards
— Review
and
approve
agendas,
presentations,
and
all
handouts
— Convene
planning
meetings
with
County
and
city
representatives
! Charrette
— Serve
as
on-‐site
event
host
— Staff
sign-‐in
tables
— Take
primary
responsibility
for
setting
up
conference
rooms,
including
audio-‐visual
systems
with
support
from
Consultant
— Record
and
photograph
charrette
proceedings,
as
appropriate
! Follow
Up
— Review
charrette
proceedings
— Upload
charrette
proceedings
on
County
website
— Other
follow
up
activities
as
needed
Key
Strengths:
Our
project
manager,
Ruth
Abbe
has
been
certified
by
the
National
Charrette
Institute
and
has
conducted
successful
solid
waste
planning
charrettes
in
Austin,
Texas
and
Mecklenburg,
North
Carolina.
She
will
be
conducting
a
regional
planning
charrette
for
Lane
County,
Oregon
in
Fall
2016.
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
41
XII.
COST
PROPOSAL
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
42
COUNTY OF FRESNO
Solid Waste Planning Consultant
|
page
43
XIII. CHECK
LIST
COUNTY OF FRESNO
Solid Waste Planning Consultant
This
page
has
been
left
blank
for
double-‐sided
printing.