Loading...
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.