Loading...
Item 5 - Award of Contract for Professional Household Hazardous Waste Management Svs AGENDA -':PORT SUMMARY TO: Honorable Mayor and Members of the City Council - FROM: J=æ L ",,"",,°,, C", Ma~ ~ INITIATED BY: James R. Howell, Director of Public service~ ., DATE: March 2, 1999 " SUBJECT: Award of Contract for Professional Household Hazardous Waste Management Services, and Rescinding Resolution No. 98-063. ABSTRACT On June 16, 1998, the City Council adopted Resolution No. 98-063, suspending notice and bidding requirements in connection with the provision of household hazardous waste (HHW) collection services, and authorizing staff to enter into a month-to-month agreement with Philip Services Corporation to continue to operate the facility until a formal bidding procedure was conducted. A Request for Proposals (RFP) was advertised in December, 1998, and the City received three proposals. Staff conducted a thorough review of all proposals received, and applied the evaluation criteria listed in the RFP. Staff is recommending that the City Council award the contract to Safety-Kleen (Califomia), Inc., and rescind Resolution No. 98-063. ENVIRONMENTAL REVIEW N/A i ~ FISCAL IMPACT The estimated annual cost of the contract for HHW services (to be paid on a time and materials basis) for the regional facility is $208,000. Poway's share of the contract is estimated to be $125,000. The City will collect approximately $100,000 in AB939 fees to pay for the HHW program expenditures. To make up for this anticipated revenue shortfall, Staff will recommend that the AB939 fee be increased when the City Council considers an annual solid waste disposal rate adjustment in the Spring of 1999. If the increase is not approved, Staff will recommend closure of the poway HHW collection facility for the remainder of the fiscal year when the AB939 revenues are expended. The balance of the contract ($83,000) will be collected from jurisdictions that enter into a reimbursement agreement with the City to utilize the facility. ADDITIONAL PUBLIC NOTIFICATION AND CORRESPONDENCE Copies of this report have been forwarded to: Safety-Kleen (Califomia), Inc., Ocean Blue Environmental Services, Inc., and Philip Services Corp. RECOMMENDATION It is recommended the City Council award the contract for household hazardous waste management services to Safety-Kleen (California), Inc., and rescind Resolution No. 98-063. ACTION ~. I II 1 of 34 liAR 2 1999 ITEM 5.3 - AGENDA REPOh T CITY OF POW A Y This report is included on the Consent Calendar. There will be no separate discussion of the report prior to approval by the City Council unless members of the Council. staff or public request ~ to be removed fro~ the Consent Calendar and discussed separately. If you wish to have this report pulled for discussion. please fill out a slip indicating the report number and give ~ to the City Clerk prior to the beginning of the City Council meeting. TO: Honorable Mayor and Members of the City Council FROM: James L. Bowersox, City Manager ~~ INITIATED BY: Jam" R. Howell. Dire- of P"blio S,,",iœ~ Annette R. Gonzalez, Sr. Management Analys DATE: March 2, 1999 SUBJECT: Award of Contract for Professional Household Hazardous Waste Management Services, and Rescinding Resolution No. 98-063. BACKGROUND On June 16, 1998, the City Council authorized the termination of the City's informal agreement with the County of San Diego to operate Poway's permanent household hazardous waste collection facility. The City Council also adopted Resolution No. 98-063 which authorized the suspension of notice and bidding requirements so that the City may negotiate a month-to- . month agreement with Philip Services Corporation to continue to operate the facility until such time a formal bidding procedure was conducted to select a HHW collection/disposal contractor. On December 1, 1998 the City Council authorized Staff to issue a Request for Proposal for Professional Household Hazardous Waste Management Services. The City of Poway, acting as the lead agency, issued the RFP on behalf of the City of Poway and the City of Vista, both of which have permanent HHW collection facilities, and on behalf of other cities that are members of the Regional Solid Waste Association (RSWA). The RFP was advertised in the Poway News Chieftain and North County Times. Seven (7) RFPs were mailed to companies on the City's bid list. Three companies responded to the RFP. Staff from the City of Poway and City of Vista held interviews with each of the companies, checked references, and conducted a thorough review of all proposals. The following evaluation criteria, listed in descending order or importance, were applied when reviewing and considering each proposal: (1) Knowledge, experience, technical expertise and familiarity with r ACTION. l j 2 of 34 MAR Z 1999 HEM 5.3 . Award of HHW Contract March 2, 1999 Page 2 operating HHW programs; (2) Record of past performance and recommendations received from clients and other jurisdictions; (3) Proposal completeness; (4) Waste management methods that are innovative and consistent with the City's preferred hierarchy of waste management methods (I.e., recycling as the most favorable waste management method, and Class I landfill as the least favorable method); and (5) Pricing. FINDINGS Safety-Kleen (California), Inc. was determined to have the most experience operating permanent HHW facilities and conducting one-day temporary events, particularly in San Diego County. The company has an office in San Diego and has sufficient resources and facilities to handle various contingencies. Safety-Kleen's proposal includes public education and outreach programs and reasonable pricing for homebound pickup of household hazardous waste. Services to be provided under the contract include the collection, packing, manifesting, and transportation of household hazardous wastes delivered to the Poway permanent collection facility by residents of Poway and surrounding communities that have entered into an agreement with the City to utilize the facility. The contractor will operate the facility every Saturday from 9 a.m. to 3 p.m., excluding designated holiday weekends. Services shall also include the preparation and/or update of operating plans, emergency plans and other contingency plans required by law; public education and outreach assistance; and preparation of monthly reports summarizing the types and quantities of materials collected at the facility which must be submitted to the State Department of Toxic Substance Control (DTSC). The City Attorney has reviewed and approved the proposed agreement. The term of the agreement shall be for one year. The contract may be extended at the option of the City for up to five additional one-year periods. ENVIRONMENTAL REVIEW N/A FISCAL IMPACT Safety-Kleen's proposed prices (time and materials) are comparable to the prices the City is paying under the current contract. Poway's annual HHW disposal costs are estimated to be $125,000. The City will collect approximately $100,000 in AB939 fees to pay for the HHW program expenditures. To make up for this anticipated revenue shortfall, Staff will recommend that the AB939 fee be increased when the City Council considers an annual solid waste disposal rate adjustment in the Spring of 1999. If the fee increase is not approved, Staff will recommend closure of the Poway HHW collection facility for the remainder of the fiscal year when the AB939 revenues are expended. 3 of 34 I\AR Z \999 .iEII 5.} Award of HHW Contract March 2, 1999 Page 3 The estimated total operating costs for the facility if it remains open to all jurisdictions in the County in FY 1999-2000 is approximately $208,000. Poway's portion of the total is about 60% or $125,000, as indicated above. The balance of the operating costs ($83,000) will be collected from jurisdictions that enter into a reimbursement agreement with the City to utilize the facility. ADDITIONAL PUBLIC NOTIFICATION AND CORRESPONDENCE Notification has been sent to Safety-Kleen (California), Inc., Ocean Blue Environmental Services, and Philip Services Corp. RECOMMENDATION It is recommended the City Council award the contract for household hazardous waste management services to Safety-Kleen (California), Inc., and rescind Resolution No. 98-063. Attachments: 1. Proposed Resolution 2. Proposed Agreement for Professional HHW Disposal Services MU 2 1999 ITEII 5,3 4 of 34 RESOLUTION NO. 99- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF POWAY, CALIFORNIA, RESCINDING RESOLUTION NO. 98-063 WHEREAS, on June 16,1998, the City Council adopted Resolution No. 98-063, finding and declaring the existence of an emergency within the City and suspending notice and bidding requirements so that the City may: (1) negotiate a month-to-month agreement with Philip Services Corporation to continue to operate the Poway permanent household hazardous waste collection facility until such time a formal bidding procedure is conducted to select a HHW collection/disposal contractor; and (2) negotiate and enter into a standard reciprocal/use agreement with other jurisdictions whose residents will continue to use the facility; and WHEREAS, on December 1, 1998, the City Council authorized Staff to commence a formal Request for Proposal (RFP) process for the selection of a qualified, professional HHW collection/disposal service provider; and WHEREAS, Staff completed the RFP process and recommended award of a contract for professional HHW management services on the March 2, 1999 City Council agenda. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Poway that Resolution No. 98-063 is hereby rescinded. PASSED, ADOPTED AND APPROVED by the City Council of the City of Poway at a regular meeting this 2nd day of March, 1999. Michael P. Cafagna, Mayor ATTEST: Lori A. Peoples, City Clerk ATTACHMENT 1 5 of 34 liAR 2 1999 ITEM 5.3 Resolution No. 99- Page 2 STATE OF CALIFORNIA) )SS COUNTY OF SAN DIEGO) I, Lori A. Peoples, City Clerk of the City of Poway, do hereby certify under penalty of perjury that the foregoing Resolution No. 99-- was duly adopted by the City Council at a meeting of said City Council held on the 2nd day of March, 1999, and that is was so adopted by the following vote: AYES: NOES: ABSTAIN: ABSENT: Lori A. Peoples, City Clerk City of Poway . - liAR 2 1999 ITEM 5.3 6 of 34 AGREEMENT for PROFESSIONAL HOUSEHOLD HAZARDOUS WASTE DISPOSAL SERVICES This Agreement is made this..2lliL day of.Mmili....., 1999, between the City of Po way (hereinafter referred to as "City") and Safety-Kleen. (California) Inc hereinafter referred to as "Contractor"). 1. SERVICES. 1.1. That for and in consideration of payments and agreements hereinafter mentioned, to be made and performed by the City, and under the terms and conditions expressed herein, Contractor agrees at Contractor's cost and expense, to provide professional Household Hazardous Waste (HHW) collection, transportation and management services to City. Services shall include but are not limited to collection, packaging, transporting, storing, disposing, recycling, and/or recovery of waste collected. 1.2. The City hereby agrees and promises the Contractor to employ, and does hereby employ said Contractor to supply the materials (other than those materials supplied by City) required, and to do the work referred to in Exhibit "B", CONTRACfOR SCOPE OF WORK, in accordance with the terms and conditions herein contained; and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth herein. The Request for Proposal (RFP) and Contractor's proposal are incorporated herein by this reference. 1.3 Any conflict between the RFP or the Contractor's proposal and this agreement with its exhibits and attachments shall be resolved in favor of the latter. Said parties for themselves, to their heirs, executors, administrators, successors and assigns, do hereby agree to full performance of the Covenants herein contained. ATTACHME~T 2 ~AR 2 1999 lieu 5.3 7 of 34 2. TERM OF AGREEMENT The term of this Agreement shaIl be for one year from the date of award. This contract may be extended at the option of the City for up to five additional one year periods for the five years succeeding the prime term. Each such option shaIl be exercised, if at all, by written notice to the Contractor mailed to the Contractor at least 45 days prior to the end 0 fthe current contract year. 3. TERMINATION FOR DEFAULT 3.1. The Contractor's failure to comply with the provisions of this Agreement shall constitute a default. In the event that Contractor is in default for cause under the terms of this Agreement, City shall have no obligation or duty to continue compensating Contractor for any work or services provided after the date of default and can tenninate this Agreement immediately by written notice to the Contractor. 3.2. If the City Manager or his delegate determines that the Contractor is in default in . the performance of any of the terms or conditions of this Agreement, it shall serve the Contractor with written notice of the default. The Contractor shall have ten (10) days after service upon it of said notice in which to cure the default to the satisfaction of the City. In the event that the Contractor fails to cure its default within such period of time, the City shall have the right, notwithstanding any provisions of this Agreement, to terminate the Agreement without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity or under this Agreement. 3.3 If, after notice of termination of this contract under the provisions of this clause, it is determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to Section 4, below. 2 I\AR Z ITEM 1999 5.3 8 of 34 4. TERMINATION FOR CONVENIRNCE The City may, by written notice stating the extent and effective date, tenninate any services for convenience in whole or in part, at any time. The City shall pay the Contractor as full compensation for performance, until such termination, the unit or pro rata price for the delivered and accepted portion of services. In no event shaH the City be liable for any loss of profits on the services or portion thereof so terminated. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 5. CONTRACI' ADMINISTRATION The City has designated the following individual as the Contract Administrator for this Agreement: Director of Public Services 14467 Lake Poway Road Poway, Ca 92064 (619) 679-5400 6. CONTRACT PROGRESS MEETINGS The Contract Administrator or his designee shall chair Contractor progress meetings and will coordinate the City's contract administrative functions. The Contract Administrator is designated to receive and approve Contractor invoices for payment, audit and inspect records, inspect Contractor Services, and provide other technical guidance as required. Changes to the scope of work shall be made only by the Contract Administrator. 7. PERSONNEL ASSIGNMENT & REASSIGNMENT 7.1. A contract manaQ:er shall be assigned as the individual responsible for the overall performance of any resulting contract and shall be directly responsible for 3 "AR 2 1999 ITEM 5.3 9 of 34 responding to the Contract Administrator at all times during the tenn of this contract. 7.2. No reassignments of personnel shall be allowed without full resume submittal, justification therefor, and approval by the Contract Administrator. 8. DISPUTES 8.1. Except as otherwise provided in this contract, any disputes concerning a question of fact arising W1der this contract which is not disposed of by agreement shall be decided by the Contract Administrator who shall furnish the decision to the Contractor in writing. The decision of the Contract Administrator shall be final and conclusive unless detennined by the court of competent jurisdiction to have been fraudulent or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith. The Contractor shall proceed diligently with the perfonnance of the contract pending the Contract Administrator's decision. 8.2. The "Disputes" clause does not preclude consideration of legal questions in connection with decisious provided for in paragraph 8.1, above. Nothing in this contract shall be construed as making final the decision of any administrative official, representative, or board on a question of law. 9. CHANGES The Contract Administrator may at any time, by written order, make changes within the general scope of this contract, in the definition of services to be perfonned, and the time (i.e., hours of the day, days of the week, etc.) and place of perfonnance thereof. If any such change causes an increase or decrease in the cost of, or the time required for the performance of any part of the work W1der this contract, whether changed or not changed by any such order, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall be modified 4 10 of 34 "AR 2 1999 IIdJ 5.3 in writing accordingly. Any claim by the Contractor for adjustment under this clause must be asserted within 30 days from the date of receipt by the Contractor of the notification of change; provided however, that the Contract Administrator, ifhe decides tlÌat the facts justify such action, may receive and act upon any such claim asserted at any time prior to fina1 payment under this contract. Where the cost of property made obsolete or excess as a result of a change is included in the Contractor's claim for adjustment, the Contract Administrator shall have the right to prescribe the manner of disposition of such property. Failure to agree to any adjustment shall be a dispute concerning a question of fact within the meaning of the clause of this contract entitled "Disputes". However, nothing in this clause shall excuse the Contractor from proceeding with the contract as changed. 10. INDEPENDENT CONTRACTOR The Contractor is, for all purposes arising out of this Agreement, an independent Contractor and shall not be deemed an employee of the City. It is expressly understood and agreed that the Contractor shall in no event, as a result of this contract, be entitled to any benefits to which the City or its employees are entitled, including but not limited to overtime, any retirement benefits, worker's compensation benefits, and injury leave or other leave benefits. 11. ASSIGNMENT I I. I. Contractor shall not assign any interest in this Agreement, and shall not transfer any interest in the same (whether by assignment or novation), without the prior written consent of the City thereto; provided however, that claims for money due or to become due to the Contractor from the City under this contract may be assigned without such approval. Notice of any such assignment or transfer shall be furnished promptly to the City. 11.2. City may assign its rights or obligations under this Agreement to the Regional Solid Waste Association (RSW A) or other designated public agency, with prior written 5 - 11 of 34 liAR 2 1999 ITEM 5.3 notice provided to Contractor. 12. INDEMNITY AGREEMENT 12.1. Contractor and City agree that City, its employees, agents and officials should, to the extent permitted by law, be fully protected from any loss, injury, damage, claim, lawsuit, cost, expense, attorneys' fees, litigation costs, defense costs, court costs or any other costs arising out of or in any way related to Contractor's or its agent's fault or negligence in the perfonnance of this Agreement. Accordingly, the provisions of this indemnity provision are intended by the parties to be interpreted and construed to provide the fullest protection possible under the law to the City. Contractor acknowledges that City would not enter into this Agreement in the absence of the commitment of Contractor to indemnify and protect City as set forth here. 12.2. To the fullest extent permitted by law, Contractor agrees to indemnify, hold hannless and defend City from and against any and all liabilities, claims, penalties, forfeitures, suits, and the costs and expenses incident thereto (including costs of defense, settlement and reasonable lawyers' fees, consultant or other professional fees and the reasonable costs of investigation, containment and cleanup and any remedial actions required by law, regulation or order, including the Comprehensive Environmental Response, Compensation and Liability Act of 1980 or comparable state superfund law), which it may hereafter incur, become responsible for, or pay out as a result of death or bodily injury to any person, destruction or damage to any property, contamination of or adverse effects on the environment, or any violation of governmental laws, regulations or orders, to the extent that such damage was caused by: (1) Contractor's breach of any term or provision of this Agreement; (ii) the failure of any representation or warranty of Contractor to be true, accurate and complete; or (iii) any negligent act or omission or willful misconduct of Contractor or its employees or agents. 6 - liAR 2 2999 .. c;U 5.3 12 of 34 In the event any legal action is commenced by one of the parties for the purpose of enforcing the indemnification obligations or any contract obligations of the other party, the prevailing party shall be entitled to receive from the non-prevailing party such expenses and attorneys' fees incurred in such enforcement as may be set by the court. Each party will bear its respective costs in any mediation or arbitration proceeding, or administrative proceeding. 12.3. Without affecting the rights of City under any provision of this Agreement or this section, Contractor shall not be required to indemnify and hold hamùess City as set forth above for liability attributable to the fault of City. 12.4. Contractor has no obligation under this agreement for liability proven in a court of competent jurisdiction or by written agreement between the parties to be the sole fault of City. 12.5. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor, subtier contractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance or subject matter of this agreement. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to fully responsible according to the terms of this section. 12.6. Failure of City to monitor compliance with these requirements imposes no additional obligations of City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth herein is binding on the successors, assigns, or heirs of Contractor and shall survive the termination of this agreement or this section. 7 ItAR2 1999 ITEM 5.3 13 of 34 13. INTEREST OF CONTRACTOR 13.1. Contractor covenants that it presently has no interest in, including but not limited to, other projects or independent contracts, and shall not acquire any such interest, direct or indirect, which would conflict in any manner or degree with the perfonnance of services required to be performed under this contract. Contractor further covenants that, during the performance of this contract, no person having any such interest shall be employed or retained by it under this Agreement. 13.2. The Contractor agrees to inform the City of all Contractor's interests, if any, which are or which Contractor believes to be incompatible with any interests of the City. 14. CONDUCT OF CONTRACTOR 14.1. Contractor shall not, under circumstances which might reasonably be interpreted as an attempt to influence the recipient in the conduct of his duties, accept any gratuity or special favor from individuals or organizations with whom Contractor is doing business or proposing to do business, in accomplishing the work under the Agreement. 14.2. Contractor shall not use for personal gain or make other improper use of privileged information which is acquired in connection with his employment. In this connection, the term "privileged information" includes, but is not limited to, unpublished information relating to technological and scientific development; medical, personnel, or security records of the individuals; anticipated materials requirements or pricing actions; and knowledge of selections of contractors or subcontractors in advance of official announcement. 14.3. Contractor or employees thereof shall not offer gifts, gratuity, favors, entertainment directly or indirectly to City employees. 14 of 34 8 ItAR 2 2999 l1ai 5.3 15. DISALLOW ANCE In the event Contractor receives payment for services under this Agreement which is later disallowed by the City, Contractor shall promptly refund the disallowed amount to the City on request, or at its option, the City may offset the amount disallowed from any payment due to Contractor under any Agreement with the City. 16. AUDIT & INSPECTION OF RECORDS 16.1. General. The City shall have the audit and inspection rights described in this section. 16.2. Cost or pricing data. If Contractor submitted cost or pricing data in connection with the pricing of this contract or any changes or modification thereto, UIÙess such pricing was based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities of the general public, or prices set by law or regulation, the Contract Administrator or his representatives who are employees of the City or its agents shall have the right to examine all books, records, documents and other data of Contractor related to the negotiation of pricing or performance of such contract, change or modification, for the purpose of evaluating the accuracy, completeness and currency of the cost or pricing data submitted. 16.3. Disposal paperwork. The City shall have the right to audit and examine all paperwork associated with the disposal of the waste generated by the PHHWCF, including but not limited to: manifests, certificates of disposal, copies of permits or licenses, Regulatory Agency correspondence, subcontractor audit and inspection records, facility inspection records, etc. 16.4. Availability. The materials described above shall be made available at the office of Contractor, at all reasonable times, for inspection, audit or reproduction, until the expiration of 3 years from the date of final payment under this contract, or by 16.5 and 16.6 below. 9 liAR Z 1999 ITEM 5.3 15 of 34 16.5. Record Retention After Contract Termination. If this Agreement is completely or partially tenninated, the records relating to the work tenninated shall be made available for a period of three years from the date of any resulting fmal settlement. 16.6. Record Retention Relating to Appeal from "Disputes" Clause. Records which relate to appeals under the "Disputes" clause of this Agreement, or litigation or the settlement of claims arising out of the perfonnance of this Agreement, shall be made available until such appeals, litigation, or claims have been disposed of, or three years after contract completion, whichever is longer. 16.7. Subcontractor Clause. Contractor shall insert a clause containing all the provisions of this entire clause in all subcontracts hereunder except altered as necessary for proper identification of the contracting parties and the Contract Administrator under the City's prime contract. 17. PAYMENTS & INVOICES An original invoice shall be submitted with accompanying back-up documentation to: City of Poway, Director of Public Services, P. O. Box 789, Poway, C4 92074. Payments shall be Net 30 Days from receipt and approval of invoice unless otherwise stated. 17.1. Invoices nnœ be submitted in the fonnat mutually agreed upon by the City and Contractor. 17.2. Monthly invoices nms! be submitted no later than 30 days from the end of the month in which the services were provided. 17.3. The California Integrated Waste Management Board Fonn 303 must be completed and ~ monthly for the Pennanent Household Hazardous Waste Collection Facility (PHHWCF) and submitted with the corres,pondiDlz monthlv invoice. The 10 KAR Z l7aJ 16 of 3.<1 1999 5,3 . Form 303 mu,st correspond to the EPA ID number, and must be submitted in hard copy and computer disk using City compatible software. The information on the form must correspond with the manifests. Payment"will be withheld until the Form 303 is completed accurately and submitted to the City. 17.4. Invoice must include certificate of disposal for each waste container being billed to the City. 17.5. A separate invoice ~ be provided for each week the PHHWCF is in operation during a given month. 17.6. Each invoice mY§! include all the support documentation required by the City to document and justify payment. 17.7. Disputed Invoices Late Char!!es and Penalties The City shall review all invoices received fÌ'Om Contractor. Any invoices found to contain mistakes shall be returned to Contractor with a written explanation of the disputed charges. Contractor shall re- invoice the City with a corrected invoice for payment. The date of receipt of the invoice for the purposes of payment, shall correspond to the corrected invoice. The City shall not pay late penalties or interest on outstanding invoices. The City shall not be responsible for the payment of any interest, late charges or penalties incurred by Contractor from any sub-contractor or supplier for any item provided under the contract. 18. FINDINGS CONFIDENTIAL Any reports, information, data, etc., given to or prepared or assembled by Contractor under this Agreement which the City requests to be kept as confidential shall not be made available to any individual or organization by Contractor without the prior written approval of the City. I1AR 2 1999 Hdii 5.3 17 of 34 11 19. PUBLICATION. REPRODUCTION & USE OF MATERIAL No material produced, in whole or in part, under tiùs Agreement shåll be subject to copyright in the United States or in any other country. The City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports, data or other materials prepared under tiùs Agreement. All reports, data and other materials prepared under tiùs Agreement shall be the property of the City upon completion oftiùs Agreement. 20. RIGHT TO ACOUIRE EOUIPMENT & SERVICES Nothing in tiùs Agreement shall prohibit the City úom acquiring the same type or equivalent equipment and/or service úom other sources, when deemed by the City to be in its best interest. 21. NOTICE Any notice or notices required or pennitted to be given pursuant to tiùs Agreement may be personally served on the other party by the party giving such notice, or may be served by certified mail, return receipt requested, to the addresses set forth herein. 22. CUSTODY OF RECORDS The City, at its option, may take custody of Contractor's client records upon contract tennination. The City agrees that such custody will confonn to applicable confidentiality provisions of State and Federal law. Said records shall be kept by the City in an accessible location and shall be available to Contractor for examination and inspection. 23. SEVERABILITY Should any part of tiùs Agreement be held to be invalid by a court of competent jurisdiction, the remainder of the Agreement shall be considered as the whole Agreement and be binding on the contracting parties. liAR 2 1999 ITa¡ 5.3 12 18 of 34 24. GOVERNING LAW This contract shall be construed and interpreted according to the laws of the State ofCalifomia. 25. INSPECTION OF SERVICE 25.1. All perfonnance (which includes services, materials, supplies and equipment furnished or utilized in the perfonnance of this contract, and workmanship in the perfonnance of services) shall be subject to inspection and test by the City at all times during the term of the contract Contractor shall provide adequate cooperation to any inspector assigned by the City to permit the inspector to determine Contractor's confonnity with these specifications and the adequacy of the services being contractually provided. All inspection by the City shall be made in such a manner as not to unduly interfere with Contractor perfonnance. 25.2. If any services perfonned hereunder are not in conformity with the specifications and requirements of this contract, the City shall have the right to require Contractor to perfonn the services in confonnity with said specifications and requirements at no additional increase in total contract amount. When the services to be perfonned are of such nature that the difference cannot be corrected, the City shall have the right to (1) require Contractor immediately to take all necessary steps to ensure future perfonnance of the services in conformity with requirements of the contract, and (2) reduce the contract price to reflect the reduced value of the services perfonned. In the event Contractor fails to perfonn the services promptly or to take necessary steps to ensure future perfonnance of the service in confonnity with the specifications and requirements of the contract, the City shall have the right to either (1) by contract or to otherwise have the services perfonned in conformity with the contract specif- ications and charge to Contractor any cost occasioned to the City that is directly related to the perfonnance of such services, or (2) terminate this contract for default as provided in the Termination clause. - !tAR 2 1999 ITEM 5.3 19 of 34 13 26. INSURANCE Without limiting Contractor's indemnification obligations to City, Contractor shall provide and maintain, during the duration of this Agreement and for such other period as may be required herein, at its sole expense, insurance in the amounts and form described in Exhibit "A", "Insurance Requirements", attached hereto. 27. ENTIRE AGREEMENT TIlis Agreement shall constitute the entire understanding between Contractor and City relating to the terms and conditions of the services to be performed by Contractor. IN WI1NESS WHEREOF, the parties hereto have duly executed this Agreement on the date first above written. CITY Dated: I"".,..,...h? 1 QQ9 . CONTRACTOR Dated: .:tIle;¡ ¡''ì BY:~~ 14 JlAR 2 1999 "di 5.3 20 of 34 REVIEWED AND APPROVED AS TO FORM AND LEGALITY: Dated: Z Þ2.A';4 - 21 of 34 KAR 2 1999 17a1 5.3 15 EXIllBIT "A" INSURANCE REOUIREMENTS A. Required General Liabilitv Insurance Coveralie. Contractor shall procure either Comprehensive General Liability Insurance or Commercial General Liability Insurance in the amounts and fonn set forth below: (l) Comprehensive General Liability Insurance. A policy of Comprehensive General Liability Insurance with a combined single limit (CSL) per occurrence of not less than $5,000,000 per occurrence; !lli (2) Commercial General Liabilitv Insurance. A policy of Commercial General Liability Insurance which provides limits of not less than: (a) Per Occurrence: $5,000,000 (b) Project Specific Aggregate: $10,000,000 (c) Products/Completed Operations: $5,000,000 (d) Personal & Advertising Injury limit: $5,000,000 For either type of insurance, deductibles shall be declared to and approved by the City. (3) Required General Liabilitv Policv Coverage. Any general liability policy provided by Contractor hereunder shall include the following coverage: (a) Premises and Operations (b) Products/Completed Operations with limits of at least five million dollars ($5,000,000) per occurrence to be maintained for three (3) years following 22 of 34 A-I KAil 1999 "IOiId 5.3 Acceptance of the work by the City (c) Contractual Liability expressly including liability assumed under the Agreement (d) Independent Contractors' Liability (4) Additional Insured Endorsement. Any general liability policy provided by Contractor hereunder shall contain an endorsement which applies its coverage to the City, and the officers, agents, employees and volunteers of the City, individuaIly and coIlectively, as additional insured. (5) PrimarY Insurance Endorsement. The coverage afforded by the additional insured endorsement described aþove shall apply as primary insurance, and any other insurance maintained by the City, or its officers, agents, employees and volunteers, or any City self-funded program, shall be excess only and not contributing with such coverage. (6) Fonn of General Liabilitv Insurance Policies. All general liability policies shall be written to apply to all bodily injury, including death, property damage, personal injury and other covered loss, however occasioned, occurring during the policy tenn, and shall specifically insure the perfonnance by Contractor of that part of the indemnity Agreement contained in the Agreement relating to liability for injury to or death of persons and damage to property. If the coverage contains one or more aggregate limits, a minimum of 50% of any such aggregate limit must remain available at all times; if over 50% of any aggregate limit has been paid or reserved, City may require additional coverage to be purchased by Contractor to restore the required limits. Contractor may combine primary, umbreIla and as broad as possible excess liability coverage to achieve the total limits indicated above. Any umbrella or excess liability policy shall include the Additional Insured Endorsement described above. I\AR Z 1999 na¡ 5.3 23 of 34 A-2 (7) Waiver ofSubroi¡!ation. Contractor and City release each other, and their respective authorized representatives, from any Claims (as defined in the Article entitled "IndeIDIÙty" of the Agreement), but only to the extent that the proceeds received from any policy of liability insurance carried by City or Contractor, other than any self- insurance, covers any such Claim or damage. Included in any policy or policies of liability insurance provided by Contractor hereunder shall be a standard waiver of rights of subrogation against City by the insurance company issuing said policy or policies. B. Comprehensive Automobile Liabilitv Insurance. Contractor shall procure Comprehensive Automobile Liability Insurance written for bodily ÍIljury, including death, and property damage, however occasioned, occurring during the policy term, in the amount of not less than One Million Dollars ($1,000,000), combined single limit per occurrence, applicable to all owned, non-owned and hired vehicles. This coverage shall include contractual liability. C. Statutorv Workers' Compensation and Emplover's Liabilitv Insurance. Unless Contractor is a sole proprietorship, Contractor shall maintain a policy of California Workers' Compensation coverage in statutory amount and Employer's Liability coverage for no less than one million dollars ($1,000,000) per occurrence for all employees of Contractor engaged in services or operations under the Agreement. Coverage shall include the following endorsements, copies of which shall be provided to the City: a. Broad Form All-States endorsement b. Waiver of Subrogation endorsement D. Pollution or Environmental Imnact Liabilitv Insurance. Contractor agrees to maintain a $5,000,000 limit in Pollution Liability Insurance Coverage on an occurrence basis as respects services or operations under this Agreement. E. Subcontractors' Insurance. Contractor shall make certain that any and all Subcontractors hired by Contractor are insured in accordance with this Agreement. If any Subcontractor's coverage 24 of 34 A-3 liAR 2 1999 ITa¡¡ 5.3 does not comply with the foregoing provisions, Contractor shall indemnify and hold City bannless of and ITom any damage, loss, cost or expense, including attorneys' fees, incurred by City as a result thereof. F. General Provisions. (1) Evidence ofInsurance. Contractor sball, as soon as practicable following the placement of insurance required hereunder, but in no event later than the effective date of the Agreement, deliver to City certificates of insurance evidencing the same, together with appropriate separate endorsements thereto, evidencing that Contractor has obtained such coverage for the period of the Agreement. Contractor shall deliver certified copies of the actual insurance policies specified herein, within thirty days after commencement of work. Thereafter, copies of renewal policies, or certificates and appropriate separate endorsements thereof, shall be delivered to City within thirty (30) days prior to the expiration of the tenn of any policy required herein. Contractor shall pennit City at all reasonable times to inspect any policies of insurance of Contractor which Contractor has not delivered to City. (2) Claims Made CoveraQ:e If coverage is written on a "claims made" basis, the Certificate of Insurance shall clearly so state. In addition to the coverage requirements specified above, such policy shall provide that: (a) The policy retroactive date coincides with or precedes Contractor's commencement of work under the Agreement (including subsequent policies purchased as renewals or replacements). (b) Contractor will make every effort to maintain similar insurance during the required extended period of coverage following expiration of the Agreement, including the requirement of adding all additional insured. (c) If insurance is tenninated for any reason, Contractor shall purchase an extended reporting provision of at least two years to report claims arising in connection with the 25 of 34 A-4 MAR 2 1999 r.a;¡ 5.3 Agreement. (d) The policy allows for reporting of circumstances or mcidents that might give rise to future claims. (3) Failure to Obtain or Maintain Insurance' City's Remedies. Contractor's failure to procure the insurance specified herein, or failure to deliver certified copies or appropriate certificates of such insurance, or failure to make the premium payments required by such insurance, shall constitute a material breach of the Agreement, and City may, at its option, tenninate the Agreement for any such default by Contractor. (4) No Limitation ofObli~ations. The foregoing requirements as to the types and limits of insurance coverage to be maintained by Contractor, and any approval of said insurance by the City or its insurance Contractor(s), are not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by Contractor pursuant to the Agreement, including, but not limited to, the provisions concerning indemnification. (5) Notice of Cancellation or Change of Coverage. All certificates of insurance provided by Contractor must evidence that the insurer providing the policy will give City thirty (30) days' written notice, at the address shown in the section of the Agreement entitled "Notices," in advance of any cancellation, lapse, reduction or other adverse change respecting such insurance. (6) Oualifvinl! Insurers. All policies of insurance required hereby shall be issued by companies which have been approved to do business in the State of Califomia by the State Department of Insurance, and which hold a current policy holder's alphabetic and fmaricial size category rating of not less than A, VII according to the current Best's Key Rating Guide, or a company of equal fmancial stability that is approved in writing by City. (7) Review of Coverage. City shall retain the right at any time to review the coverage, fonn and amount of insurance required herein and may require Contractor to obtain insurance A-5 liAR 2 2999 .--. d1 5.3 26 of 34 reasonably sufficient in coverage, fonn and amount to provide adequate protection against the kind and extent of risk which exists at the time a change in insurance is required. (8) Self-Insurance. Contractor may, with the prior written consent of City, fulfill some or all or the insurance requirements contained in the Agreement under a plan of self-insurance. Contractor shall only be permitted to utilize such self-insurance, however, if, in the opinion of City, Contractor's (1) net worth, and (ii) reserves for payment of claims ofliability against Contractor, are sufficient to adequately compensate for the lack of other insurance coverage required by the Agreement. Contractor's utilization of self-insurance shall not in any way limit liabilities assumed by Contractor under the Agreement. (9) Deviations From Contractual Insurance ReQJ1Ïrements All deviations from the contractual insurance requirements stated herein must be approved in writing by City. . - A-6 liAR 2 1999 ITEL'I 5.3 27 of 34 EXHffiIT "B" CONTRACTOR SCOPE OF WORK 1. Staff and Equipment The Contractor shall provide all the necessary persOlUlel, material and equipment needed to allow smooth operation of the PHHWCF. All personnel required to handle HHW must be certified and have acquired the mandatory OSHA training as defined in Title 29 CFR 191O.I 20. Documentation of staff training must be provided to the Contract Administrator prior to working the PHHWCF. Training documentation must be updated immediately as staff changes occur or as training is updated. Contractor must provide matrix of minimum corporate training requirements for each staff position. 2. Subcontractors The use of subcontractors is acceptable and encouraged for any operation the Contractor is not qualified to conduct. A list of all subcontractors (name, business address and license classification), including but not limited to HHW event workers, transporters or ultimate disposal facilities, must be provided to City with a description of the tasks to be subcontracted. City reserves the right to reject the use of any subcontractor. 2.1 Hazardous Waste Facilities List Contractor shall submit a list of facilities that will manage the hazardous and non-hazardous wastes generated by the PHHWCF. The following information shall be provided for each facility listed: 1. Facility name and address 2. Owner KAR Z 1999 naJ 5.3 28 of 34 B-1 3. Relationship b¡:tween Contractor and the facility (Le., subsidiary, owned by, contract facility, etc.) 4. Name of contact at the facility, along with phone and fax numbers 5. EP A Identification number 6. Type offacility (i.e., incinerator, TSDF, etc.) 7. Waste Stream(s) accepted at the facility 8. Acceptance criteria and schedules for new and ongoing waste streams 9. Treatment methods employed by the facility 2.2 Hazardous Waste Transporters Contractor shall submit a list of transporters that will transport the hazardous and non- hazardous wastes generated by the PHHWCF. The following infonnation shall be provided for each transporter listed: I. Company name and address 2. Owner 3. Relationship between Contractor and the transporter (Le., subsidiary, owned by, etc.) 4. Name of contact along with phone and fax numbers 5. EP A Identification number City has the right to (I) add or delete facilities and/or transporters ftom the list, or (2) reject the use of a facility and/or a treatment method or process for a specific waste stream and/or a transporter. City may request that a specific transporter or facility and/or process or treatment method be used for a specific waste stream. City shall submit all changes to the Contractor in writing. Contractor must submit all proposed changes to the facilities list to City in writing, for approval, prior to the use of any new facility. All changes shall be effective as of the elate of receipt of written authorization ftom City. Contractor shall not send hazardous waste to any facility not listed without first obtaining written authorization fÌ'Om City or use any transporter that is not listed without first obtaining written authorization ftom City. KAR 2 1999 l7ëJJ 5.3 29 of 34 B-2 3. Packalling of Waste Contractor shall categorize, package, label, manifest, transport and otherwise manage all HHW collected in accordance with the detailed description provided in the Contractor's proposal. Contractor shall package waste in the most efficiently sized container. Each container shall be filled to the maximum physical extent possible, based upon USDOT regulations, geometry of the shipping container, and geometry of the waste to be packaged. All waste shall be managed in accordance with the requirements of Title 49 of the Code of Federal Regulations, and Title 22 of the California Code of Regulations. 4. Waste Management The Contractor shall provide for the management of all hazardous and non-hazardous waste generated through the operation of the PHHWCF in accordance with Contractor's proposal. Hazardous waste management shall include hazcatting and necessary laboratory analysis; packaging waste in the appropriate, USDOT approved shipping containers; preparation of any and all required shipping papers and profiles; the transportation of waste to an appropriate facility; providing a twenty-four hour emergency contact number; providing certificates of disposal for all wastes; and other related work. 5. Waste Profiles Prior to the commencement of staffing the PHHWCF, Contractor shall establish profiles for all hazardous waste generated through the operation of the PHHWCF at no additional charge to City. In the event that waste is collected which had not been profiled prior to the commencement of operations, Contractor shall be responsible for preparing a profile for that particular waste at the time of collection. Contractor shall be responsible for the proper transportation and storage of that Waste until such time as the profile has been approved by the waste management facility. "AR 2 1999 ITEf.1 5.3 30 of 34 B-3 6 Tran~portation Contractor shall provide for the transportation of all waste generated by the PHHWCF in accordance with Contractor's proposal. All hazardous waste shall be transported by a registered hazardous waste transporter which meets the requirements of Title 49 of the Code of Federal Regulations and Title 22 of the California Code of Regulations. 7. Rejected Drums Contractor shall be responsible for the management of any waste rejected from a disposal facility, if the waste was initially sorted, segregated, and packaged by the Contractor and/or a ~ub-contractor. City will not accept custody of rejected drums of waste generated through the operation of the PHHWCF. 8. Preparation of Shippinl! Pa.pers Contractor shall prepare any and all shipping papers including, but not limited to, uniform hazardous waste manifests, straight bills of lading, and land disposal restriction forms. The public agency which holds the EPA Number for the operation of the PHHWCF shall sign all shipping papers as generator of the waste collected. 9. Waste Scaven~ing City prohibits any Contractor or Subcontractor employee and/or any other person from removing any household hazardous waste from the collection event site for their own personal use with the exception of participating in the Reuse Program. It shall be the responsibility of the Contractor to enforce this policy. The Contractor shall be liable for any damages resulting from the violation of this section. Any Contractor of Subcontractor employee must sign the liability reuse waiver as provided. - KAR 2 1999 ITEM 5.3 31 of 34 B-4 10. Paint Management Contractor shall provide a paint management plan which inclÙdes segregation, consolidation, sampling procedures, testing, repackaging, labeling, tracking, record keeping, distribution and an appropriate Material Safety Data Sheet. All latex paint collected may be segregated and consolidated for reuse and/or recycling. Contractor shall ultimately be responsible for fmding a market for the recyclable latex portion of the paint, however City reserves the right to divert some or all of the latex paint to other identified users for graffiti control or other identified appropriate uses. Use of a subcontractor to perfonn the latex paint recycling operation is acceptable, but must first be approved by City. II.Continlzency Storal1:e Location Contractor shall provide a contingency plan for temporary storage of hazardous waste in case of any delays or emergencies preventing the direct transportation of hazardous waste to a . designated TSDF. 12. Operations and Contingencv Plans Contractor shall submit the following fmalized plans upon award of the contract: 12.1. Operations Plan -A generic operations plan for the safe operation of the PHHWCF that includes a Stonn Water Pollution Prevention and Spill Prevention Containment Countenneasure plan elements, as appropriate. 12.1.1. Contractor must update all Operations plans for PHHWCF prior to changes in operations occurring and obtain written City approval before implementing any changes. 32 of 34 B-5 "AR 2 1999 ÏtaJ 5.3 12.2. Contingency Plan for Emergencies and for Inclement Weather: Contractor shall provide a contingency plan that addresses the following items: 12.2.1. Leaking containers or large loads- A description of how special circumstances will be handled such as leaking or unusually large loads or receipt of materials that cannot be transported by the Contractor so that the flow of participants continues in an orderly and timely fashion. 12.2.2. Higher than expected participation with traffic congestion- Describe methods to mitigate this problem. 12.2.3. Larger than expected volumes of waste- Describe the sequence of events that would take place to obtain additional supplies and transportation shall they be necessary. 12.2.4. Lower than expected participation- Describe how and if Contractor would scale back the work force and any restrictions or minimum work schedules. 12.2.5. After Hours Call Back Services-Describe the procedure and response time for call back services which may include the proper handling and packing of abandoned HHW 12.2.6. Unacceptable wastes- Describe methods to mitigate receipt of unacceptable household hazardous or business waste brought to the PHHWCF and a contingency for disposal and handling. 12.2.7. Health and safety considerations- Describe operations and methods to assure health and safety of staff, public and the environment to include spill containment, stann water protection and fire prevention plans and emergency response, evacuation and notification procedures. 33 of 34 B-6 ItAR 2 1999 ITEM 5.3 In general, it is expected that the collections shall proceed in inclement weather, however, ultimate judgement on whether to continue or not shall be based upon safety considerations and be a mutual decision made by the Contractor and the City. If an event is canceled due to inclement weather, the event shall not necessarily be rescheduled for another day. 13. Traininv Documentation Contractor shall maintain all staff training documentation on site for its staff and any sub- contracted staff working the PHHWCF. 14. Weeklv Collection Summary Contractor shall prepare and provide a weekly summary ofHHWcollected and program costs for materials and supplies, labor, transportation, and disposal. 34 of 34 B-7 "AR 2 1999 r.¡;;Ll 5.3