Loading...
HomeMy WebLinkAboutC-3514 - Professional Environmental Services; Preparation of Environmental Impact Report for Church of Jesus Christ of Latter-Day Saints TemplePROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this 29th day of March, 2002, by and between City of Newport Beach , a Municipal Corporation (hereinafter referred to as "City "), and LSA Associates, Inc, whose address is 20 Executive Park, Suite 200, Irvine, California, 92614, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of Calif omia with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of the City. B. City intends to prepare an Environmental Impact Report and other environmental documents in accordance with the California Environmental Quality Act for the Newport Beach Mormon Temple, located at 2300 Bonita Canyon Drive in Newport Beach, California. C. City desires to engage Consultant to provide environmental services for the Project upon the terms and conditions contained in this Agreement. D. The principal members of Consultant for purpose of this Project are, Robert fj W. Balen. Principal and Maria Levario, Assistant Proiect Manager. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the, terms of conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: 1. TERM The term of this Agreement shall commence on the 29th day of March, 2002, and shall terminate when the City takes final action on the Environmental Impact Report, and a notice of determination is filed as required in accordance with unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" attached hereto and incorporated herein by reference. All work and documents shall be prepared in accordance with and shall contain all items required, by the California Environmental Quality Act (CEQA), CEQA Implementing Guidelines and City of Newport Beach ordinances and policies. Consultant shall fumish C - 04 :% • • all environmental documents and forms to City in electronic format, Microsoft Word 2000, or other format acceptable to City. 2.1 If Consultant is requested by City to revise or supplement the draft or final Environmental Impact Report, with additional data, information or analysis as a result of the Environmental Impact Report's failure to comply with requirements of CEQA, Consultant shall provide such revision or supplement at no additional cost to City provided that such revisions are within the scope of work required in Exhibit "A ". 2.2 If changes to existing laws, rules, regulations or policies of any state, federal or local governmental authority having jurisdiction over the project occur during the term of this Agreement that require modification of the draft or final Environmental Impact Report , Consultant will perform such additional services on a time - and - materials basis. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section, and the scheduled billing rates set forth in Exhibit "A ". No rate changes shall be made during the term of this Agreement without prior written approval of the Project Administrator. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of Fifty -Six Thousand, Three Hundred and Ninety dollars and zero cents ($56,390.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of the City, and based upon Exhibit "A" 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of the City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "A ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of sub - consultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. I% f C. Actual costs and /or other costs and/or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of five percent (5 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.1 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to fumish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 3 f v WASTE MANAGEMENT September 26, 2014 Mr. Mike Pisani General Services Department City of Newport Beach P.O. Box 1768 Newport Beach, CA 92658-8915 RE: Bond #104122610 Dear Mr. Pisani, WASTE MANAGEMENT ORANGE COUNTY DISTRICT 1300 S. Grand Ave. Santa Ana, CA 92705 (714) 480-2300 (714)568-6626 Fax Enclosed is the extension certificate for attachment to the above referenced bond. If you have any questions, please do not hesitate to contact me at 714-480-2302. Sincerely, ,/� t Paji Y1/Q Luz Patino Municipal Coordinator Enclosure Bond 4 104122610-092014 Extension.doc From everyday collection to environmental protection, Think Greeny Think Waste Management. Anted o, 100% post mnsz el r—clld paper. CONTINUATION CERTIFICATE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA I a certain Bond No. 104122610 dated effective 10/1/2003 (MONTH -DAY -YEAR) on behalf of WASTE MANAGEMENT COLLECTION & RECYCLING, INC. (PRINCIPAL) and in favor of CITY OF NEWPORT BEACH (OBLIGEE) does hereby continue said bond in force for the further period beginning on 10/1/2014 (MONTH -DAY -YEAR) and ending on 10/1/2015 (MONTH -DAY -YEAR) Amount of bond $ 5,000.00 Description of bond Commercial Refuse Bin Right of Way Permit , Surety upon PROVIDED: That this continuation certificate does not create a new obligation and is executed upon the express condition and ps that the Surety's liability under said bond and this and all Continuation Certificates issued in connection therewith shall not be can and that the said Surety's aggregate liability under said bond and this and all such Continuation Certificates on account of all i committed during the period (regardless of the number of years) said bond had been and shall be in force, shall not in any event the amount of said bond as hereinbefore set forth. Signed and dated on 8/21/2014 (MONTH -DAY -YEAR) By ATTORNEY -INS -FACT JenniferlCopeland WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY 5 ON WHEREOF, REOF, I have hereunto set my hand and affixed the seals of said Companies this � day of � VLu 20 Kevin E. Hughes, Assistant Sec tary G/.S U,� _6PNTYU/�- WF�RE 46�4xy �~ ..• � INSU i tY A/y M�wpy ?�y_�pp/�CJ� c� a°0"�°"• G rr ,�'i Ky ¢�\A. .... .;SG� ............ 1P : 9�P� psG •d%rN�p Eh�$ \��UtYANp(i' �Y ' mil (1 �p dVCOflPONATED� V m` �iLptt a_.R,TF. SEAL 'o3 '� �' �Op �� ✓` � �` 6 � '�•,�, o..e'z fid,., SEAL�3= CONN. p CONN. ,�`� N 1896 L s� e c '+y e • da 's a'� ' a1 ^� v�",gyp ry � NN .� A� d......... �a•Ps ........... STN 1 aN .'M To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. ATTORNEY IS INVALID WITHOUT M/oc) CITY OF NEWPORT BEACH• I CITY COUNCIL STAFF REPORT JUrj 12 '6.0.1f r .nnnrrr June 12, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Mark Harmon, Director of General Services Ext. 3055, mharmon(a)city.newport-beach.ca.us Robin Clauson, City Attorney Ext. 3131, rclauson@city.newport-beach.ca.us SUBJECT: Newport Coast Residential Refuse Collection Services ISSUE: Does the City Council want to begin a new Request for Proposal (RFP) process, reject •all previous proposals received, and direct staff to issue the revised RFP which is attached to this report, and extend the current Agreement with Waste Management of Orange County for three months- from July 1, 2007 through September 30, 2007? RECOMMENDATION: Begin a new Request for Proposals (RFP) process, reject all previous proposals received, and direct staff to issue the revised RFP which is attached to this report, and extend the current Agreement with Waste Management of Orange County for three months- from July 1, 2007 through September 30, 2007 BACKGROUND: On April 20, 2007, City staff received five proposals for solid waste collection services in the Newport Coast area. The current contract with Waste Management of Orange County is set to expire on June 30, 2007. Each proposal was evaluated based on criteria outlined in the RFP sent to each bidder. These criteria included: the use of AQMD approved vehicles, fully automated collection experience, ability to meet the recycling requirement; proposed implementation plan, and proposed cost per unit. Based on staffs analysis, a report was presented to City Council at its May 8, 2007 meeting, recommending that a ten-year agreement be awarded to CR&R, Inc. to provide these services. Following discussion, and consideration of presentation by • Ware Disposal including some proposed terms and equipment differeaLthan-set forth in Newport Coast Residential Re se Collection Services June 12, 2007 Page 2 El their proposal, Council voted to award the contract to Ware Disposal, Inc. based on that firm's lowest cost per unit proposal and agreements to limit number of second containers and to recycle 40% (May a staff report and Council minutes attached). On May 22, 2007, the City Council voted to reconsider its decision concerning the contract award to Ware Disposal, Inc. This reconsideration was due to concerns a majority of the council members had with the process used in evaluating and awarding the contract. Request for Proposals (RFP) During the discussion of the solid waste collection services in Newport Coast, Council members made several recommendations concerning the RFP and draft contract that was sent to prospective bidders. The recommended changes will allow for an improved process that might avoid some of the problems that occurred during the previous evaluation. Staff has implemented revisions in the attached RFP. The changes include, but are not limited to, the following: • Clearly defined bid cut-off date with a short period of time following the cut-off • date for staff to request bid clarification. No information from bidders will be accepted or considered following the clarification time frame and unless it is information that is requested by City staff. • Established negotiation period. Staff will have 10 days following Council's selection of the best responsive bid to negotiate terms of agreement, including defined service levels, with the exception of cost per unit. • Clear description of the type of collection equipment required for a bid to be considered responsive. • Lower cap on annual CPI increases to be consistent with City's existing large contracts. • Reporting requirements that include customer satisfaction surveys. • Mandatory bidders' conference to discuss the RFP with prospective bidders. • Multi-year extensions past initial term of agreement. • Cap on the number of extra containers the City will fund. • Appropriate liability insurance levels reflective of industry risk. Specific changes are highlighted in the attached RFP document. In the event that Council rejects the previous bids and directs staff to re -submit the revised RFP to qualified companies, staff respectfully requests that Council review and comment on the attached RFP. 0 Newport Coast Residential Ase Collection Services June 12, 2007 Page 3 Timeframe/Process If Council rejects all previous proposals, directs staff to re -issue the RFP, and extends the current contract with Waste Management of Orange County, the following timeframe would be followed: June 13- RFP would be mailed to all solid waste companies with valid franchise agreements on file with General Services Department. June 19- Mandatory pre-bid conference to discuss RFP and answer any questions. June 29- Bids due to General Services Department. June 29 Staff will evaluate bids and seek clarification/additional information on any -July 11 items. July 24- Staff will present recommended contract to City Council for approval. Following Council approval, staff will negotiate/finalize terms of the agreement with approved hauler. • August 14- Final Contract is approved by City Council. October 1- New contractor starts servicing the Newport Coast area. Waste Management of Orange County, the current provider of services in the Newport Coast area, has agreed to a contract extension through September 30, 2007, if City Council decides to solicit bids for this project. A letter from Waste Management is attached. Financial Review The current budget for solid waste services in Newport Coast is $740,000 per year. By rejecting all bids and extending the current agreement for three months, the potential cost to the City is approximately $29,000 above what we would pay under a contract with Ware Disposal, Environmental Review This project does not require environmental review. Public Notice •This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considers the item). Newport Coast Residential Refuse Collection Services June 12, 2007 Page 4 Legal Review The City Attorney's office participated in the development of the Request for Proposals attached to this report. Submitted Mark Harmon Director of General Services Robin Clauson City Attorney Attachments: 1) May 8"' staff report and Council Minutes 2) Revised Request for Proposals (RFP) 3) Letter from Waste Management of Orange County • • iCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. s23 May 8, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Hannon, Director, (949) 644-3055 mharmonOdty newaort-beach ca us SUBJECT: Contract Award to CR&R Inc. for Newport Coast Fully Automated Residential Refuse Collection Services ISSUE: Should the City.award a ten-year contract agreement to CR&R, Inc, to provide fully automated residential refuse collection services in the Newport Coast area or should the • City Council go with another provider? RECOMMENDATION: Authorize a ten-year agreement with CR&R, Ino. through June 30, 2017 to provide fully automated residential refuse collection services in the Newport Coast area. f7 M SSION- The 7,700 -am Newport Coast community is located at the eastern edge of the City and contains private residences in six major community associations, including the Newport Ridge, Newport Ridge North, Newport Coast, ZFani, Pelican Point, and Crystal Cove Community Associations. On January 1, 2002, the City annexed the Newport Coast community, and in doing so, agreed to fund residential trash collection services for area residents. At the time of annexation, Waste Management of Orange County provided fully automated residential refuse collection services to the area under an exclusive franchise agreement with the County of Orange. Pursuant to State law (Public Resources Code Section 49520); the City was required to continue service with the exclusive franchisee for a minimum of fire 0 Award Contract for Newport Coast Fully Automated Residential Refuse Collection Services • May 8, 2007 Page 2 years, and Waste Management has continued to provide this service throughout this period. The current contract for residential refuse collection services expires on June 30, 2007. The scope of work In the proposed contract includes providing collection services to approximately 4,000 residences in the Newport Coast area of the City. It Is pro)ected that the Newport Coast area will total approximately 5,200 residences at build out The area served In this agreement Includes neighborhoods along Newport Coast Drive from east Coast Highway to the 73 Freeway in the eastern section of the City. Bin service in the Newport Coast area will not be included with this agreement. To ensure that a high standard of service is maintained, specifications for the collection of materials are detailed In the request for proposal and the proposed agreement. These specifications Include: automated container types and sizes, minimum waste collection levels, collection days and times, waste disposal and recycling requirements, Insurance requirements, and equipment requireriments. Service levels will be monitored by, City off who will also review the contractor's required reports of collection and • disposal activities. The term of the proposed contract is for ten years due to thelarge commitment of personnel and equipment required to provide initial service. An annual CPI increase is Included after the 1z' year of service. Experience has proven that a multi-year contract Is the most cost-effective means to have solid. waste collection services performed for both the City and the contractor. Bld Process and Analysis A Request for Proposals (RFP) was mailed to a list of the City's franchised commercial solid waste haulers at the beginning of April. Since this time, staff has received inquiries and provided clarification on items included in the RFP. Proposals were due to the City by Friday, April 2Vh at 12 pm. Prior to this deadline, the City received 5 bids for solid waste collection services from the following solid waste haulers: • CR&R Inc. • Rainbow Disposal • Ware Disposal • Waste Management of Orange County • Waste Resources/Roberrs Waste • Award Contract for Newport Coast Fully Automated • Residential Refuse Collection Services May 8, 2007 Page 3 Evaluation Criteria Proposals submitted to the City were reviewed by City staff from General Services, the City Attorney's Office, and the City Manager's Office. As Indicated in Section 3 of the RFP sent to bidders, fee schedules anis costs are not the sole criteria for award of this agreemejit Instead, evaluation criteria for the proposals included several categories. Based on these criteria, staff compiled the following information from each bidder: AQMD Approved vehicles This section was used to evaluatethe requirement -that the bidder provide collection services using alternative fueled vehicles approved by the South Coast Air Quality Management District for fully automated refuse collection services. CR&R Currently has over 70 AQMD approved aitemative fueled vehicles In its fleet. No additional trucks will be needed to meet the terns of the agreement In its bid proposal, • CR&R proposed to use AQMD approved alternative fueled vehicles in service collection for Newport Coast. Rainbow Disposal Currently has 10 AQMD approved alternative fueled vehicles In its fleet In addition, this hauler is in the process of procuring an additional 14 alternative fueled vehicles to add to its fleet. In its bid proposal, Rainbow Disposal proposed to use AQMD approved alternative fueled vehicles In service collection for Newport Coast Ware Disposal Currently has no AQMD approved alternative fueled vehicles in its fleet. In its bid proposal, War; Disposal proposed to use a diesel fueled vehide in service collection for Newport Coast. Diesel fuel does not satisfy requirements for an alternative fueled vehicle per SCAQMD Rule 1193. In subsequent communications with City staff after the close of bids on April 20, Ware Disposal changed their proposal to Include the use of alternative fueled vehicles for the term of the agreement Ware Disposal now Proposes to purchase AQMD approved alternative fuel vehicles to satisfy the proposal requirement. Waste Mana ement Currently has 48 AQMD approved aftetnative fueled vehicles In its fleet No additional trucks will be needed to meet the terms of the agreement. In its bid proposal, Waste Management proposed to use AQMD approved altemative fueled vehicles in service collection for Newport Coast. • Award Contract for Newport Coast Fully Automated Residential Refuse.Collectlon Services • May 8, 2007 Page 4 Waste Resources/Roberf's Waste Currently has no AQMD approved alternative fueled vehicles In its fleet. In its bid proposal, Waste Resources/Roberts Waste proposed to use a bio -diesel fueled vehicle In service collection for Newport Coast. Bio -diesel does not satisfy requirements for an alternative fueled vehicle per SCAQMD Rule 1483. In subsequent communications with City staff after the close of bids on April 2o, Waste Rssources/Roberts Waste indicated that they would be willing to acquire alternative fueled vehicles,for the term of the agreement to satisfy the proposal requirement. Cost Information "Cost esgmates do not tndude projected growth of 25 hwnes permonth. Fully Automated Experience This section was used to evaluate the bidder's experience and performance providing fully automated collection services for other public agencies. • E Award Contract for Newport Coast Fully Automated Residential Refuse Collection Services May 8, 2007 Page 5 CR&R Currently manages over 250,000 fully automated accounts throughout the region and has approximately 20 years experience providing fully automated services. These accounts total approximately 500,000 fully automated containers in service. CR&R currently provides fully automated collection services for several local communities, Including the cities of Costa Mesa, Allso Viejo, Dana Point, San Clemente, San Juan Capistrano, and Laguna Niguel. Rainbow Disoosal Currently manages over 30,000 fully automated accounts throughout the region and has approximately one year experience providing fully automated services. These accounts total approximately 100,000 fully automated containers in service. Rainbow Disposal currently provides collection services for several local communities, Including the cities Of Sunset Beach, Huntington Beach, and Fountain Valley. Ware Disoosa� Currently manages over 1,500 semi -automated accounts throughout the region and has • over a year and a half experience providing these services. These accounts total approximately 3,000 containers in service. Ware Disposal currently provides collection services for the City of Laguna Woods. Mete Management Currently manages over 200,000 fully automated accounts throughout the region and has approximately 20 years experience providing fully automated services. These accounts total approximately 600,000 fully automated containers in service. Waste Management currently provides Collection services for several local communities, Including the cities of Irvine, Laguna Beach, Lake Forest, Orange, and Santa Ana. Waste Resouerrs Waste Currently manages no automated accounts throughout region. Waste ResOurces currently provides commercial collection services -for the City of Gardena and Robert's Waste provides commercial collection services for the City of Newport Beach. Recycling Requirement This section was used to evaluate the bidder's ability to meet local and state waste disposal and recycling requirements. CR&R Provided evidence on how it would meet a 30% diversion requirement - 0 Award Contract for Newport Coast Fully Automated Residential Refuse Collection Services . May 8, 2007 Page 6 In addition, CR&R currently operates a mixed waste materials recovery facility for processing waste. This process helps to provide up to 10% additional diversion of recyclable materials In the sorting process due to contaminated recycling loads. This occurs when materials other than recyclables are placed In a recycling container. Rainbow D soosai Provided evidence on how It would meet a 30% diversion requirement. In addition, Rainbow Disposal currently operates a mixed waste materials recovery facility for processing waste. This process helps to provide up to 10% additional diversion of recyclable materials In the sorting process due to contaminated recycling loads. This occurs when materials other than recyclables are placed in a recycling container. Ware Dl�s mesal Provided evidence on how it would meet a 30% diversion requirement. In addition, Ware Disposal currently operates a commingled recycling materials recovery facility for processing waste. This process does not provide additional diversion of recyclable materials. • Waste Management Provided evidence on how it would meet a 30% diversion requirement. In addition, Waste Management currently operates a mixed waste materials recovery fac ft for processing waste. This pnxess helps to provide up to 10% additional :diversion of recyclable materials in the sorting process due to contaminated recycling 'loads. This occurs when materials other than recyclables are placed in a recycling container. Waste Res�oberrs Waw Provided evidence on how it would meet a 30% diversion requirement. In addition, Waste Resouroes/Roberl's Waste currently utilizes a commingled recycling materials recovery facility for processing waste. This process does not provide additional diversion of recyclable materials. Implementation Plan This section was used to evaluate the bidder's ability to facilitate a seamless transition of collection services between service providers. • Award Contract for Newport Coast f=ully Automated Residential Refuse Collection Services • May 8, 2007 Page 7 . CR&R Hauler has successfully managed service changeovers between solid waste providers. Time changeovers include the cities of Laguna Hills, Bellflower, and Rancho Santa Margarita. In addition, CR&R currently has over 15,000 containers in stock that will be available for Newport Coast residents prior to the July 1 start date. Rainbow Disnosai Hauler has successfully managed service changeovers between solid waste providers. These changeovers include the City of Huntington Beach and the Midway City Sanitary District. in addition, Rainbow currently has over 10,000 containers In stock that will be available for Newport Coast residents prior to the July 1 start date. Ware Disoosal Hauler has successfully managed a service changeover between solid waste providers in the City of Laguna Woods. In addition, Ware Disposal proposes to order approximately 8,000 containers for Newport Coast residents prior to the July 1 start date. Waste Management Hauler is the current service provider for Newport Coast; therefore, no implementation plan or new containers would be necessary. Waste Resources/Roberrs Waste Hauler did not provide evidence of a service changeover between solid waste providers. In addition, Waste Resources/Robert's Waste proposes to order approudmately 8,000 containers for Newport Coast residents prior to the July 1 start date. A Last Factor for Consideration City staff has conoems that companies which have not been providing fully automated .collection services do not have the level of experience with automated vehicles needed to match the current level of service being provided. The abilrty to provide the collection services as 'quietly" and as safely as possible, in terms of potential property damage, is a factor for consideration. Driver inexperience with using automated containers and the vehicles themselves have the potential to create problems with providing a seamless transition. ...... . - Award Contract for Newport Coast Fully Automated Residential Refuse Collection Services May 8, 2007 Page 8 Financial ReviewlFinanclal Avail 11h, Funding for this agreement was Included in the Fiscal Year 2007-08 budget. The current cost for Newport Coast collection services, based on the current monthly fee of $15.03 per home, is $739,536. Based on the bid from CR&R Disposal of $13.57 per home, staff estimates that the total cost for collection services will be $667,236. This cost represents a savings of $72,300 next fiscal year and over $700,000 during the life of the agreement Current CR&R Bid Rainbow Disposal Bid Ware Disposal Bid Waste Management Bid Waste Resources/Roberts Bid Monthly Cost Per Home Total Annual Cost $15.03 $739,536 $13.57 $667,236 $14.95 $737,448 $11.96 $616,200 $15.03 $739,536 $18.29 $974,712 Based on the evaluation of bids using the criteria above, City staff believes the proposal from CR&R Inc. will provide the best value for the City and the residents of Newport Coast in terns of a combination of service quality and cost CR&R has provided solid waste collection and material recovery services In Orange, Los Angeles, San Bernardino, San Diego, and Riverside Counties for approximately 40 years. Through a subsidiary, CR&R currently provides fully automated solid waste and .recycling collection services to several nearby cites, including Costa Mesa, Aliso Viejo, Dana Point, San Clemente, San Juan Capistrano, and Laguna Niguel, among others. However, if the City Council believes the cost of the service provided is the most Important factor in selecting the waste contractor, the lowest cost provider would be Ware Disposal. • • 0 0 i Environmental Review. Award Contract for Newport Coast Fully Automated Residential Refuse Collection Services May 8, 2007 Page 9 This project does not require environmental review. Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considersthe item). L&gal Review The City Attorney's Office participated in the development of the Request for Proposals and the evaluation of proposals submitted to the City. Based on the evaluation using the established criteria, the City Attorney's Office advised that awarding an agreement to CR&R is in conformance with the law because the City should consider all factors and not just price in reviewing the requests for proposal. JAI W 9,4 T General Services Director Reviewed by: Aaron Harp Assistant City Attorney Attachments: Prepared b �J4, lam'ffv, Chris Marcarello Administrative Analyst 1. Request for Proposals for Residential Solid Waste Collection and Recycling in Newport Coast 2. Proposed Contract for Fully Automated SoRd Waste Collection Services 0 City Council Regular Meeting Page 1 of 3 S28. CONTRACT AWARD TO CR&R INC. FOR NEWPORT COAST FULLY AUTOMATED • RESIDENTIAL REFUSE COLLECTION SERVICES [38/100,007]. Staff Report General Services Director Mark Harmon gave a PowerPoint presentation and provided information regarding the Request for Proposals for maintaining the .current level of service. Staffs recommendation is to contract with CR&R to provide fully automated collection. General Services Director Harmon responded to Council Member Henn that the contract to provide seven (7) days notice of termination to a waste hauler could put the City in disarray unless there was another waste hauler in the wings. City Attorney Clauson responded to Council Member Curry that the recommendation was for the waste hauler to provide a Performance Bond and cost basis anakma and that the Council would have the ability to deal with lack of performance. General Services Director Harmon felt it would be risky to award a contract based on low cost only. Council Member Henn said that all of the trucks were to be fully automated. Implicitly Ware is representing that they will have another fully automated amuck and in fact will have two fully automated trucks. Mayor Pro Tem Selich asked why the RFP was set up to provide an additional schedule for additional containers and wondered if the wide 'spread in cost was because it was an open ended contract He also asked why would the City not just ask for a single bid for all services. General • Services Director Harmon explained that there is a cost for additional containers throughout the industry and a percentage would tend to limit the number of additional containers. Council Member Gardner asked wily there would be a limit of 80% set when the recycling requirement is 50%. General Services Director Harmon responded that currently the City is diverting about 57%. A lot of recycling mines how commercial and construction waste and it is more difficult to attain a high diversion rate on residential waste. Council Member Henn asked if it was typical to include a 18% CPI. City Attorney Clauson said that over the years the Council has placed a percentage on the CPI adjustment. Council Member Henn believed there should be 4% ceiling on all CPIs. David Fahrion, President, Solid Waste Division, CMR talked about bis compass eerviocs and saw tans as an opportunity to expand the company's services. He stated that his company aerves most of the communities in Southern California and 200,000 residences with fully automated trucks. Patrick Munoz, a Newport Beach resident speaking on behalf of Ware Disposal, pointed out that Ware Disposal offered favorable options for consideration - price, vehicles, experience and recycling. Other areae of concern to Slid Council should include yearly increases and additional equipment chargee. Mr. Munoz explained to Mayor Rosansky that Ware would agree to a Provision to limit the supply of additional containers to encourage more recycling which would result in a dramatic savings over time. Ware has always agreed to provide fully automated AQMD compliant vehicles. Warn has one vehicle and provided the City with copies of invoices for two additional compliant vehicles that it will receive in the near future. He showed examples and explained the difference between fully automated and semi -automated vehicles. Mr. Munoz further explained that the third fully automated AQMII compliant vehicle is due to • arrive in September. It is a smaller vehicle that can more easily traverse the residential routes - Recycling Recycling is an important =us that was not adequately addressed in the RFP. Ware's facility in Santa Ana will provide the same MERF benefits with a diversion percentage of 43. httpJ/nmpor$ew)Lgramicm.=n MinutesViewer php?view id=16&clip_id=491 06/01/2007 City Council Regular Meetio • Page 2 of 3 • Mayor Pro Tem Selich asked if Ware were awarded a contract would it guarantee a 43% diversion rate. Council Member Webb said he was confused because the proposal was supposed to have listed the equipment Mr. Munoz said that the intent of Ware's proposal was always to provide AQMD compliant trucks. Council Member Henn asked how Ware intended to maintain the trucks in order to keep them operational- Mr. Munoz responded that Ware has mechanics that are capable of working on these trucks with the exception of the fuel system and the trucks will be serviced under warranty as it relates to the fuel system. Mayor Pro Tem Selich said when he fust looked at the proposal he saw a base rats that was substantially lower than that of other bidders. He asked what assurance Ware would give that they would not request a rate increase in a year or two. Mr. Mimes stated that Ware would not ask the City for an increase. The rate proposed is not an abnormally low rate and it is a fair rate for the work proposed. Council Member Gardner liked the fad that the homeowner would be given an extra recycling container if needed. Mr. Munoz stated that in his professional experience he believed the number proposed by staff was high. Mayor Rosansky stated that the CC&R contract does not provide for additional recycling bins. General Services Manager Harmon said to his knowledge the extra recycling container was not free with CC&R City Attorney Clauson explained to Mayor Rosansky that this was not a "low bid" situation but a contract negotiation and often staff can go back and negotiate certain points. The decision the Council needs to make should be based on the response to proposal and it would be unfair to not allow other bidders to meet the requirements. If the Council. wanted to change the terms of the RFP it should go back out for bid again. City Attorney Clausen suggested the Council ask CC&R whether it could guarantee 43% diversion since CC&R is the recommended hauler. Council Member Curry asked if the Council could select a carrier and negotiate with that carrier. City Attorney Clausen responded that the Council would need to give the selected carrier an opportunity to renegotiate the contract with the selected bidder. Steven Schrey, Nixon Peabody LLP, attorney representing CR&R said that this is a contract proposal What is happening here is that CC&R in a timely fashion met the City�s RFP requirements and staff is recommending that the Council accept staffs recommendation. Council Member Henn said he was very uncomfortable negotiating on the fly and would rather make a decision based on the proposals. Jay Ware, General Manager, Ware Disposal, reiterated Mr. Munoia statements and noted that the Ware family and business reside in Newport Beach and that the company has drivers and vehicles that can immediately step in to provide service to Newport Beach- The proposal stands and if these is a need to change the diversion rate for recycling, Ware would agree to 4396 or provide free containers. Mr. Ware responded to Mayor Rosansky that within the RFP there was no container amount and he felt 141 containers was too much. If someone needs an additional container they need to know how to recycle and Ware is committed to working with the City to teach residents how to recycle. • Motion by Council Member Curry to authorize a ten-year agreement with Ware Disposal through June 30, 2017 to provide fully automated residential refuse collection services in the Newport Coast area with additions and changes to the contract to include the following: the httpJ/newpor%each.graniew.comolMimitesViewerpbp?vicw_id=16&clip_id=491 06!0112007 City Council Regular Mp E Page 3 of 3 hauler will provide free additional recycling bins; guarantee a diversion rate of 40%; provide all reports; provide vehicle citation reports to the City Council; and, provide liability insurance to 07 the City in the amount of $5 mrllion_ The motion carried by the following roll call vote: Ayes: Council Member Henn, Council Member Curry, Mayor Pro Tem Selich, Mayor Rosanslzy, Coon it Member Daigle, Council Member Gardner Noes: Council Member Webb • i 1 L.J httpJ/newportbeach.granicus.com&UmgesViewer phpMawe id=16&cfip_id=F91 06/01/2007 wro�r O A F U Pj • C41tF0&�yb City of Newport Beach General Services Department TO: Honorable Mayor and City Council FROM: Mark Harmon, General Services Director DATE: June 12, 2,007 SUBJECT: RFP Changes Cover Sheet Below, please find a list of changes and additions to the Request for Proposals for Residential Solid Waste Collection in Newport Coast. These changes are also underlined in the RFP document that is attached. Page 2. Scope of Services • Added provision for City to extend agreement for five additional one-year • periods at the end of the initial ten-year term. • Added language that allows customers to request smaller containers, if they desire. • Placed a limit on the number of additional containers that the City will pay for -10% of total billed customer accounts. Page 3. Timeline • Changed dates • Added a mandatory bidder's conference • Clarified that no information will be accepted after the proposal deadline, unless to clarify a bid upon request of City staff Page 4. Negotiation Period • Added a negotiation period for City staff and selected bidder to negotiate terms, excluding price Page 6. Containers • Added language that ensures City staff approves container color • Added language that allows customers to request smaller containers, if. they desire. Places restriction on delivery date of new containers Page 6. Additional Solid Waste Collection Services .0 Placed restriction on bulk item collection days and pickup times Pape 7, Waste DisoostReouirements • Changed recycling requirement to at least 40% Page 7. Fee Increases • • Placed a 3% cap on annual CPI increases Page 8. Insurance Reouirements • Changed insurance levels to $2 Million for general liability and $5 Million for automobile liability coverage _Page 9. Equipment Requirements • Further defines automated collection vehicles • Added notification requirement if a hydraulic spill occurs Page 10. Customer Service Surveys • Added requirement for contractor to produce and mail customer service surveys Page 10. Defined Service Levels • Added clearly defined service level expectations for the refuse collection agreement Page 11. Work Deficiencies • Added penalties for not complying with defined service levels Pape 12, Fees/Cost Information • • Placed a limit on the number of additional containers that the City will pay for -10% of total billed customer accounts. • Added no additional cost for extra recycling containers Page 13, Equipment List • Further defines automated collection vehicles Page 13, Equipment Safety Training and Eauipment Safety Records • Added requirement for contractor to provide all safety, inspection, and incident reports for equipment from 2005, 2006, and 2007. Page 13, Waste Collection/Recycling Plans • Added language requiring information on materials disposal/transfer facility r1 U 0 0 0 CITY OF NEWPORT BEACH Request for Proposal • Residential Solid Waste Collection and Recycling Services in Newport Coast ri U 0 0 City of Newport Beach • Request for Proposal Residential Solid Waste Collection and Recycling Services in Newport Coast 1. Introduction The City of Newport Beach (City) is soliciting written competitive proposals from private contractors to provide fully automated solid waste collection and recycling services for residential customers within the Newport Coast area of the City. The 10 year contract will provide for the successful contractor to provide curbside residential service within the Newport Coast boundaries shown on the attached map for all existing and future curbside residential service needs within the service area. After a careful review of each submitted proposal, the City will conduct an evaluation leading to the selection of a contractor and the award of a contract. The City's objectives for the solid waste collection and recycling services are to: Provide an efficient solid waste management system, which includes mandatory collection of solid waste and recyclable materials. Preserve the environment and protect the health, safety and quality of life for Newport Beach residents by utilizing fully automated AQMD compliant • vehicles and trained operators. Comply with the State of California Assembly Bill 939, known as the California Integrated Waste Management Act of 1989, which requires jurisdictions to divert from disposal in landfills 50% of the solid waste generated within the City. Copies of this proposal may be obtained in person at the Administration office of the General Services Department located at 592 Superior Avenue, Newport Beach. Questions regarding this agreement should be addressed to Chris Marcarello, Administrative Analyst at (949) 644-3057. Proposals and all written inquiries related to this RFP are to be submitted in a sealed envelope to the General Services Administration office, located in Bldg. A at 592 Superior Blvd., no later than 12:00 p.m. on June 29, 2007 with the following notation: CONFIDENTIAL — Residential Solid Waste Collection and Recycling Services in Newport Coast 2. Scope of Services The City seeks a private solid waste management company with a current City of • Newport Beach commercial solid waste franchise (Contractor) to undertake full 0 • responsibility for operation of fully automated .residential curbside solid waste and • recyclable material collection within the Newport Coast area of the City of Newport Beach. The contract term is 10 (ten) years, with a City option for one 5 (five) year extension.. The following are the services to be provided by the Contractor. • Provide weekly fully automated residential curbside refuse collection, recycling and disposal services to single-family residences in the Newport Coast Area annexed on January 1, 2002 by the City. • Handle all resident inquiries or complaints of service in an expeditious manner. • Provide a bulky item pickup twice per year for each single-family residence with a limit of 4 items per request. Bulk Item collection requests refuse and recycling collection. • Provide all City residential customers an automated, wheeled solid waste container in the size of 96 gallons for refuse materials, unless the resident requests a smaller size. • Provide to all City residential customers an automated, wheeled recycling container in the size of 96 gallons for mixed recyclables, unless the resident requests a smaller size. • Provide additional individual automated, wheeled solid waste containers upon property owner request. City will pay for additional refuse containers • up to 10% of total billed residential accounts (e.g. If City is billed for 4.000 total customer accounts per monthHauler may charge City for a maximum of 400 additional containers per month) There will be no additional charge bome to the City for extra recycling containers requested. • Collect solid waste and recyclable materials from residential customers at intervals of not less than once per week. Collection schedule will remain the same as existing schedule unless agreed upon between City and Contractor and will not be adjusted earlier than 60 days after start of agreement. • Collect, recycle and dispose of all residential solid waste materials in accordance with the provisions of the City s commercial non-exclusive solid waste franchise agreement and all applicable City ordinances and State mandates. • • Invoice the City for collection services rendered at intervals not to exceed once per month. • Provide curbside collection of Christmas trees on the first two regularly scheduled collection days for each home after Christmas Day. • Provide a monthly report to the City relating to the City's AB 939 compliance requirements. 2 11 3. Timeline • Mandatory Bidders Conference June 19.2007 10 A.M. Proposal due to the City June 29, 2007 (By 12:00 p.m.) Evaluation Period/Bid Clarification June 29 through July 6. 2007 Award of Contract July 24, 2007 Negotiate/Finalize Terms July 25 through Auoust 3. 2007 Final Contract Approved August 14 2007 Contractor in Place October 1, 2007 4. Bidder's Conference All parties selected to submit proposals for Residential Solid Waste Collection and Recycling Services in Newport Coast are required to attend a MANDATORY pre-bid meeting. The meeting is scheduled for June 19. 2007 at 10:00 A.M.. 592 Superior Avenue, Building A Newport Beach, CA. City staff will be on hand to review the proposals and answer questions from prospective bidders FAILURE TO ATTEND THIS PRE-BID MEETING SHALL RESULT IN DISQUALIFICATION FROM THE RFP PROCESS. 5. Proposal Deadline Proposals and all written inquiries related to this RFP are to be submitted in a sealed envelope to the General Services Administration office, located in Bldg. A at 592 Superior Blvd., no later than 12:00 p.m. on June 29 2007 with the following notation After the 12:00 p.m. deadline on June 29. 2007. no additional information may be submitted or will be reviewed in regards to this RFP. From June 29. 2007 through July 6. 2007. City staff will conduct a bid clarification period to clarify information contained in submitted proposals. BIDDER MAY NOT CHANGE OR MODIFY THEIR PROPOSAL. OR PROVIDE ANY ADDITIONAL INFORMATION DURING THIS CLARIFICATION PERIOD UNLESS THE ADDITIONAL INFORMATION IS SPECIFICALLY REQUESTED BY CITY STAFF TO CLARIFY OR SUPPORT THE SUBMITTED PROPOSAL. E 3 0 0 • 6. Negotiation Period Following the City Council's selection of the best responsive bid on July 24, 2007. City staff will enter into a 10 (ten) day negotiation period with the selected bidder. During this period, parties will have the ability to negotiate service level terms of the agreement as discussed in section 10 below. with the exception of cost per unit. 7. Community Background The City of Newport Beach is a scenic beach community located in Orange County with a population of 85,000 residents. The community is home to a 21 square mile harbor area and over 23 miles of ocean beach. The City uses a mix of services to perform residential and commercial solid waste collection throughout the community. Commercial solid waste collection is performed through a non-exclusive system with approximately 25 trash haulers offering fixed and temporary route service to customers. 85% of residential solid waste collection is performed by City staff, with the remainder being managed by private solid waste hauler firms through exclusive franchise agreement. The 7,700 -acre Newport Coast community is located at the eastern edge of the City and contains private residences in six major community associations, • including, the Newport Ridge Community Association, Newport Ridge North Community Association, Newport Coast Community Association, Ziani Community Association, Pelican Point Community Association, and Crystal Cove Community Association. In January 1, 2002, the City annexed the Newport Coast community, and in doing so, agreed to assume trash collection services for area residents. Currently there are approximately 3,478 homes (as of February 2007) in the Newport Coast area of the City. Since the area is still in development, it is expected that several hundred homes will be added over the next 5 years. As new homes are built, they will also require fully automated residential trash collection services. Bin service in the Newport Coast area will not be included with this agreement. Current service areas include neighborhoods along Newport Coast Drive from Coast Highway East to the 73 freeway in the eastern section of the City. Attachment 1 is a map of the Newport Coast area showing collection areas highlighted in yellow. The following table shows the number of homes, containers, and tonnage collected in the Newport Coast area. This data is presented for information only and the City of Newport Beach accepts no responsibility for the accuracy of this • data. All prospective bidders should take whatever steps they feel are necessary 0 E to verify the number of homes, containers, routes, and collection area in . preparing their proposals. Collection Area Information (As of Feb 2007) V, r 1 L J LJ 2004 2005 2006 2007 Number of Homes 2,930 3,223 3,397 3,478 Tonnage Collected Trash 4,468 4,870 4,929 Mixed Recyclables 2,247 2,253 2,310 Total 6,715 7,123 7,239 V, r 1 L J LJ n u E I. Solid Waste Collection Requirements • The following are a summary of the requirements for operation of fully automated refuse collection services in the Newport Coast area of the City of Newport Beach. The Contractor shall at all times comply with and maintain in good standing its non-exclusive commercial solid waste franchise agreement with the City. The contractor shall be responsible for all labor, equipment, disposal costs, and incidental costs associated with providing this service as an independent contractor. In addition, all collection, recycling and disposal activities of residential solid waste materials will be done in accordance with all applicable City ordinances and State mandates. 1. Containers The Contractor will provide fully automated solid waste and recyclable material containers for .residential customers. The automated solid waste container will have suitable handles and wheels, tight -fitting covers for holding garbage without leakage or escape of odors; and be constructed of watertight metal or plastic. The City shall approve the color of all solid waste containers used Containers for municipal solid waste and recyclable materials will be offered to customers in the size of 96 gallons. Customers will be allowed to request a smaller size • 2. Additional Solid Waste Collection Services The Contractor will provide a bulky item pickup twice per year for each single- family residence with a limit of 4 items per request. Bulk item collection shall • The Contractor will provide Christmas tree collection services during the first two weeks following Christmas day. 3. Waste Collection Days/Times The Contractor will collect solid waste and recyclable materials at intervals not less than once per week. Collection of solid wastes and recyclable materials may not commence earlier than 7:00 a.m. and will stop no later than 6:30 p.m. each collection day. The collection days for Newport Coast are currently Monday, Tuesday, Wednesday and Friday and may not be changed without City approval. In no event shall the City approve a request to collect on Saturday or Sunday unless authorized by the City's General Services Director. No change to the current schedule will be considered with less than 60 days notice to the City. M 4. Waste Disposal Requirements/Recycling Requirements • The Contractor will dispose of all solid waste collected and transported at a State certified/licensed landfill, State certified/licensed transfer station, State certified/licensed recycling facility or State certified/licensed materials recovery facility which is lawfully authorized to accept that specific type of solid waste material. The Contractor will be responsible for payment of all fees imposed for disposal. The Contractor will collect the following types of recyclable materials from residential customers: newsprint; cardboard; plastic containers; glass containers; and aluminum containers. The Contractor must also meet the City's recycling requirement of at least 40% in Newport Coast. 5. Fee Increases The Contractor will be entitled to an annual fee increased based on increases in the Consumer Price Index (CPI — all urban consumers for the Los Angeles, Anaheim, and Riverside area) for the 12 months proceeding the prior June index, provided that the CPI increase shall not exceed 3% per 12 month period. 6. Tonnage Reporting • The Contractor will be required to submit a monthly report to the City which provides information on the solid waste disposal and recycling operations, within the Newport Coast area of the City of Newport•Beach in order to evaluate the Contractor's recycling program. 7. Insurance Without limiting Contractor's indemnification of City, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of the service contract. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. • 7 0 0 . C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact insurance policies in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City s Risk Manager. D. Coverage Requirements. 1. Workers' Compensation Coverage. Contractor shall maintain statutory Workers' Compensation Insurance and one million dollars ($1,000,000) Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. Any notice of cancellation or non -renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non-payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor that relates in any way to this Agreement and provide as such by a waiver of subrogation endorsement. 2. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, and • property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. Contractor shall maintain commercial vehicle and automobile insurance covering bodily injury and property damage for all activities of the Contract arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than five million dollars ($5,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: 1. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. 2. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents • and volunteers as respects to all claims, losses, or liability arising directly or D 0 0 indirectly from the Contractor's operations or services provided to City. Any • insurance maintained by City, including any self-insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. 3. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees,,agents and volunteers. 5. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non- payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim(s) made or suit instituted arising out of or resulting from • Contractor's performance under this Agreement. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 8. Guarantees The Contractor will file with the City a performance bond in the amount of one hundred percent (100%) of six months of the contract price payable to the City for all losses and damages the City may sustain as a result of any act or omission of the Contractor, including its employees, agents, and subcontractors arising from the operation or termination of the services under the agreement. 9. Equipment Requirements The Contractor will use alternative fuel vehicles approved by the South Coast Air Quality Management District for fully automated refuse collection services. Vehicles must meet all requirements specified per AQMD Rule 1193. Vehicles used for collection services must be fully automated side -loading refuse trucks, using a fully mechanized arm to pick up and dump automated waste collection containers. Drivers should not exit the vehicle to assist with securing the • containers to, or lifting the containers into, the refuse collection truck. All vehicles iJ shall be properly maintained, kept clean and in good repair, and be uniformly painted. All vehicles must pass the required periodic 'BIT' inspection and provide evidence to the City upon request. Vehicles that do not pass the inspection will not be allowed to operate within City limits until such documentation is provided. Should a hydraulic or other tvpg of material spill occur as a result of collection services, Contractor shall notify the City withinl hour. 10. Customer Service Surveys City shall provide a list of questions that shall be used in the customer service survey. At the Contractor's expense. the Contractor will prepare and mail a survey form/card to each Newport Coast residence serviced for refuse collection on record. All survey forms and cards will be mailed directly from the resident to the City at the contractor's expense via business reply mail. The City shall share the results of the survey with the Contractor. Service evaluation levels will be determined during the negotiation period following the council award of contract. . 11. Defined Service Levels • Weekly collection of refuse materials from each residence on record with Contractor. • Refuse collection in accordance with the provisions of the Cit✓s commercial non-exclusive solid waste franchise agreement and all applicable City ordinances and State mandates. • Perform collection of materials not earlier than 7:00 a.m. and not later than 6:30 p.m. Monday through Friday. • Provide a bulky item pickup twice per year for each single-family residence with a limit of 4 items per request. • Provide curbside collection of Christmas trees on the first two regularly scheduled collection days after Christmas Day. • Provide a monthly report to the City relating to the CitVs AB 939 compliance requirements. • Provide a customer service survey at Contractor's cost, at the completion of six months and every year thereafter. • Utilize fully automated alternative fuel vehicles approved by the South . Coast Air Quality Management District for refuse collection services. r� 0 • . Provide all "BIT" inspection and citation records for vehicles used in • refuse collection services. 12. Work Deficiencies Failure to meet defined service levels shall be considered a work deficiency and must be corrected in a timeframe per the City's discretion. Written notification of deficiency may be hand delivered, emailed, faxed, or mailed. As soon as the Contractor has corrected the listed deficiency, the Contractor shall notify the Citv and reouest inspection of the corrective work. Deficiencies listed in the Notice of Deficiency shall not be considered as having been corrected until the City has had the opportunity to confirm that the deficiency has been corrected and approve the corrected work in writing. Failure to correct any deficiencies within the timeframe specified by the City may, in the City's sole discretion, result in action being taken by the City, including, but corrected, or the suspension or termination of the agreement. 11 11 11 0 0 • H. Proposal Information The following is required information for submitting a proposal to the City of Newport Beach for Residential Solid Waste Collection and Recycling Services in Newport Coast. Three (3) bound or stapled copies of the Proposal should be submitted, accompanied by a cover letter signed by the person with authorization to execute a contract between the Contractor and the City. The letter should summarize the key elements of the proposal. 1. Company Information Please provide information about your firm, including corporate officers, stockholders with greater than a 10% holding, mailing address, contact information, and other useful information about your organization. 2. Related Experience Please provide recent, directly related public agency experience involving automated solid waste and recyclable materials collection services. Include on each listing the name of the agency; description of services provided (automated collection, bin collection); primary agency contact, address and telephone number; dates for the contract; and number of customers served. At least 5 (five) references should be included. For each reference, indicate the • reference's name, organization affiliation, title, mailing address, and telephone number. The City of Newport Beach reserves the right to contact any of the organization or individuals listed. 3. Fees/Cost Information Please submit a fee schedule for automated residential collection services. Please note that the prices submitted in the fee schedule will be valid for one year until a CPI -based fee increase will be allowed. Use the attached fee schedule (Attachment 2) or create your own fee schedule. In Section A, please state the monthly base fee that will be charged for regular collection services as described in the scope of services. In Section B, please state the monthly disposal fee that will be charged for all costs incurred with disposing and recycling materials. In Section C, please state the cost of providing an additional 96 gallon container at one single family residence. Please clearly specify any other charges or fees, which would be part of your company policy, i.e., fees for overloaded containers, material restrictions, etc. Use the attached cost schedule (Attachment 3) to submit a total cost for automated collection services. Using the monthly service fees provided in Attachment 2, please calculate a total cost for each cost component for services, including base fees, disposal fees, and additional refuse containers (not to • exceed 10% of total billed customers). Extra recycling containers shall be 12 r L J provided at customers reauest at no additional cost to City. State the total cost • for monthly and annual cost for collection services. 4. Equipment List All vehicles used for fully automated collection services must use an alternative fuel approved by the South Coast Air Quality Management District. Provide the make, model, age and type of collection vehicles to be used for automated solid waste and recycling services. Vehicles used for collection services must be fully automated side -loading refuse trucks, using a fully mechanized arm to pick up and dump automated waste collection containers. Drivers should not exit the vehicle to assist with securing the container to, or lifting the container into the refuse collection truck. 5. Employee Safety Training and Equipment Safety Records Describe your organization's training and health and safety programs for your employees. Describe employee response procedure when hazardous wastes are encountered during collection activities. Include any employee manuals, as appropriate. Provide all equipment safety. BIT inspection. and CHP incident reports. records or citations for 2005. 2006. and 2007. • 6. Waste Collection/Recycling Plans Describe the waste collection and recycling plans appropriate for the City of Newport Beach, including collection times, routes, scheduled time of collections and other policies and/or procedures. Fully describe how your company will meet the 40% curbside recycling requirement. Include the facility name and address where the recvclina materials will be delivered and sorted. Include type, of permits for facility, i.e. certified to receive recyclable materials. household _refuse, etc. State the permitted total tonnage allowed (capacity) at facility per day and current tonnage of materials received. 7. Implementation Plan Provide an implementation plan describing the company's plan for facilitating a smooth transition of services and, if applicable, a smooth transition between service providers. The proposal must clearly demonstrate that the company has the ability to implement the services including equipment, personnel, administration, and maintenance requirements. • 13 C1 n LJ 0 8. Financial Information Submit a complied audited financial statement for the past three (3) fiscal years. Include balance sheets and profit and loss statements, as appropriate. All financial information submitted will be held confidential to the extent permitted by law. 9. Guarantees Provide a letter from a surety stating your organization's ability to obtain a performance bond in the amount of one hundred percent (100%) of six months of the contract. 14 0 0 Ill. Evaluation Criteria • Proposals submitted to the City of Newport Beach for Residential Solid Waste Collection and Recycling Services in Newport Coast will be evaluated by a committee consisting of City staff and two to three elected officials. Proposal evaluation will include, but not be limited to: • Responsiveness to the Request for Proposals • Previous Firm Experience with Fully Automated Residential Collection Services • Fee Schedules/Total Cost • Waste Collection Recycling Plan Note that the City of Newport Beach reserves the right to accept or reject any proposal submitted for the residential solid waste collection and recycling services. Fee schedules and costs will not be the sole criteria for award of this agreement. Other criteria will be considered. • • 15 Attachment 2 • Residential Solid Waste Collection Services Per Residence Rate (Based on Weekly Collection Service) A. Monthly Base Service Rate Per Residence Based on 1 (one), 96 gallon trash container: $_ and 1 (one), 96 gallon recycling container B. Monthly Disposal Fee Rate Per Residence Based on 1 (one), single family residence: $ C. Monthly Rate Additional Container Fee Per Residence Based on 1 (one), 96 gallon trash container: $ 17 • • Attachment 3 • Residential Solid Waste Collection Services Total Cost for Services A. Base Service Charge Monthly Base Service Rate Per Residence: $ Single Family Households: 4.000 Total Cost, Monthly Base Service Rate: $ B. Disposal Service Charge Monthly Disposal Service Rate Per Residence: $ 4,000 Single Family Households: Total Cost, Monthly Disposal Service Rate: $- C. -Additional C.Additional Container Service Charge Monthly Additional Container Service Rate Per Residence: $ 400 Additional Containers: Total Cost, Monthly Additional Container Service Rate: $ Total Monthly Cost (A+B+C): $ Total Annual Cost: $ • IF 11 AMENDMENT NO. 1 • TO AGREEMENT WITH USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY FOR REFUSE COLLECTION SERVICES THIS AMENDMENT NO. 1 TO CONTRACTOR AGREEMENT, entered into this 12th day of September 2006, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred to as "City"), and USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY, a California Corporation, whose office is located at 1800 South Grand Avenue, Santa Ana, California 92705 (hereinafter referred to as "Contractor"), is made with reference to the following: RECITALS A. On June 1, 2002, City and Contractor entered into an Agreement in which Contractor was hired to provide refuse collection services for residential properties in Newport Coast (hereinafter referred to as the "Agreement"). B. The purpose of this amendment is to extend the term of the Agreement six (6) months to allow City staff additional time to develop specifications and solicit proposals for future collection services in Newport Coast. C. To this end, City and Contractor mutually desire to amend the Agreement, as provided in this Amendment No. 1. NOW, THEREFORE, the parties hereto agree as follows: Section 1 of the Agreement shall be amended to read as follows: "The Term of the Agreement shall commence on January 1, 2002 and shall terminate on June 30, 2007, unless terminated earlier as set forth herein. Section 24 of the Agreement shall be amended to read as follows: "Contractor agrees that the Agreement, as amended by Amendment No. 1, shall supercede all previous agreements to provide residential refuse collection services in the Newport Coast area including agreements with the County of Orange. Contractor waives and releases all rights to provide services except as provided in the Agreement and Amendment No. 1. Contractor also agrees that: (a) on December 19, 2001, the City mailed and Contractor received the notice required by Public Resources Code section 49520; (b) by 41 0 providing the December 19, 2001 notice, City fully met any and all obligations it has pursuant to Public Resources Code section 49520 including, but not limited to, notice obligations; (c) the Contractor shall have no right to continue service pursuant to Public Resources Code section 49520, or otherwise, beyond the term of this Agreement as amended by Amendment No. 1; and (d) the City shall not be required to provide any additional notice under Public Resources Code section 49520 as a result of the extension of the Term of the Agreement by and through this Amendment No. 1. Contractor expressly waives and releases any rights it may have under Public Resources Code section 49520 to continue to provide services beyond the Term of this Agreement, as amended by Amendment No. 1 and Contractor agrees that upon termination of this Agreement, Contractor will not contest City's right to provide services or contract with any person or entity pursuant to a Request for Proposal Process." 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON FOLLOWING PAGE] 0 0 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: jOtis C. d G` Aaron -C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation 0 Don Webb, Mayor for the City of Newport Beach CONTRACTOR: USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY Title: (L� 7✓ v Print Name• .,// < /i d T SES' 2 ?7'6 • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. it September 12, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Harmon, Director, (949) 644-3055 m h a neon O city. newport-beach. ca. us SUBJECT: Amend Contract for Newport Coast Residential Refuse Collection To Provide for a 6 -month Extension And Prepare a Bid for Future Services ISSUE: Should the City amend the term of the contract agreement with Waste Management of Orange County (WMOC) to provide residential refuse collection services in the Newport Coast area and solicit proposals for future collection services? Authorize a 6 -month extension for refuse collection with WMOC through June 30, 2007 and direct staff to develop specifications and solicit proposals for refuse collection services in the Newport Coast area. DISCUSSION: Backaround: The City of Newport Beach officially annexed the Newport Coast area on January 1, 2002. At the time of annexation, WMOC provided residential refuse collection services to the area under an exclusive franchise agreement with Orange County. Pursuant to State law (Public Resources Code Section 49520), the City was required to continue service with the exclusive franchisee for a minimum of five years. At its February 12, 2002 meeting, the City Council approved a 5 -year Agreement with WMOC for refuse collection services through January 1, 2007. This agreement And Contract for Newport Coast Re9dential Refuse Collection August 22, 2006 Page 2 established a monthly service collection rate of $13.03 per residence and allowed for an annual CPI adjustment not to exceed 3%. In addition, approximately 850 new homes have been developed during this time, increasing the number of homes served in the contract. The following table shows the monthly service cost, approximate number of homes, and total contract cost over the past 5 years. ' �]`a:.��lf�:i�i+l�',r�i.JIlJ•�I � I. "'yau 1 h'� ' e'< � �m to •, . :.. . '2006 figures are projected year-end totals 'Total Annual Cost includes residential service, HOA service, and costs for additional containers Staff is recommending that the Term of the Agreement be amended to allow WMOC to continue service in the Newport Coast area through June 30, 2007. WMOC currently provides automated refuse and recycling services in the Newport Coast area. The time extension will allow the City to prepare specifications and solicit bids for residential refuse collection in the Newport Coast area. All other terms and conditions of the original Agreement will remain the same. Environmental Review: This project does not require environmental review. Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considers the item). And Contract for Newport Coast Restential Refuse Collection August 22, 2006 Page 3 Funding Availability: Funding for this agreement was included in the Fiscal Year 2006-07 budget. The City currently pays a monthly fee of $14.62 per residence to WMOC for weekly refuse and recycling collection in Newport Coast. WMOC currently serves approximately 3,400 homes. The original agreement includes an annual fee adjustment based on CPI (not to exceed 3%). Submitted Wb Prepared by: Mark H rmo Chns Marcarello General Services Director Administrative Analyst Attachments: 1. Current Contract with WMOC for refuse collection services in Newport Coast 2. Contract Amendment CONTRACTOR AGREEMENT THIS AGREEMENT, entered into effective the 1st day of January of 2002, (the "Effective Date") by and between the City of Newport Beach, a Municipal Corporation and Charter City ("City"), and USA Waste of California, Inc. dba Waste Management of Orange County., a California Corporation ("Contractor or Waste Management"), is made with reference to the following Recitals: RECITALS WHEREAS, Waste Management has a current Non -Exclusive Solid Waste Franchise Agreement to provide commercial solid waste handling services in the City. WHEREAS, On January 1, 2002, City annexed the area.referred to as Newport Coast. WHEREAS, Prior to annexation, Newport Coast was within the jurisdiction of the unincorporated area of the County of Orange. WHEREAS, On March 2, 1999 the County of Orange entered into an eight year residential refuse collection agreement with Waste Management of Orange County to provide refuse collection in Newport Coast. WHEREAS, Effective January 1, 2002, the City has jurisdiction over refuse collection services in Newport Coast and pursuant to an annexation agreement is obligated to pay for curbside refuse collection at single family residences in Newport Coast; WHEREAS, City has provided a written 5 year notice to Waste Management of Orange County pursuant to Public Resources Code Section 49520. WHEREAS, City desires to enter into an agreement with Waste Management to provide curbside refuse collection services for single-family residential properties in Newport Coast. WHEREAS, Waste Management and City have agreed that effective January 1, 2002, the existing contract between Waste Management of Orange County and the County of Orange to serve Newport Coast will be superseded by this Agreement with the City of Newport Beach. NOW, THEREFORE, the Parties agree as foNows: 1. TERM The Term of this Agreement shall be for a period of five (5) years. The term shall commence as of the Effective Date of this Agreement and expire January 1, 2007. C-,5 •i • 2. CONTRACTOR SERVICES Contractor's rights and duties shall be limited to those set forth in this Agreement. Contractor agrees to perform in strict compliance with the terms and conditions of this Agreement and the contract services provided in Exhibit A, ("Contract Services"). The Contract Services shall be performed at least as frequently as specified in Exhibit A. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be hired in compliance with State and Federal law. B. All contract services shall be performed by competent and experienced employees. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. Contractor shall provide City with the designated supervisor's name and shall notify City of the name of any successors within ten (10) days of any change in supervision. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards. All vehicles shall bear the identification of the Contractor and dearly post City provided signs that say, "Serving the City of Newport Beach" on each vehicle. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor for Contract Services in accordance with the attached fee schedule (Exhibit B). Contractor shall submit invoices for Contract Services provided to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices". 0 5. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of Contract Services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, volunteers, and employees from and against any less, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of Contract Services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the fraud or willful misconduct by City, its officials, agents, volunteers, employees or representatives. B. Contractor shall defend, indemnify and hold harmless City, its City Council, boards and commissions, officers, volunteers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees, volunteers and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 7. INSURANCE A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during 3 •i • the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Certification of all required insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any Contract Services. Except workers' compensation insurance, all insurance policies shall be endorsed to add City, its elected officials, officers, agents and employees, and volunteers as additional insureds for all liability arising from Contractors services. S. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A-7 or better carriers: 1. Worker's Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and one million dollars ($1,000,000) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of one million dollars ($1,000,000) combined single Limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general, aggregate limit, then the aggregate limit shall not be less than two million dollars ($2,000,000); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of two million dollars ($2,000,000) combined single limit per accident for bodily injury and property damage, and shall include sudden and accidental coverage. D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, volunteers and employees, and volunteers as additional insured." E 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. Gentractor shall also procure and maintain, at its own cost and expense, any .additional kinds of insurance, which in its own judgment may be necessary for its proper protection and performance of Contract Services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation that any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 8. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void.. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a thind party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. Contractor may assign or transfer this agreement to subsidiaries or affiliates of the company upon notice to the City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, or of any entity of which Contractor is an affiliate or subsidiary, or of the interest in any general 5 0. • partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. C. Contractor shall promptly notify the City of any company name change. 9. RECORDSIREPORTS A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by .. ......... .... - .. Contractor pursuant to this Agreement may be. made .available to any individual or organization without prier approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the disposal and labor costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 10. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this .Agreement. The Administrator or his/her authorized 6 0 0 representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 11. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform refuse collection services as requested by the Administrator and as noted by Exhibit A. The Administrator may give verbal authorization for additional services up to one thousand dollars ($1,009). 12. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the Administrator with any appeal to the City Manager. The City Manager's decision shall be final. 13. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 14. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to Thirty four thousand dollars ($34,000) as security for the Faithful Performance of this Agreement. 15. LABOR A. Contractor shall conform to all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give notice to City, including all relevant information. 16. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that violates the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 17. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project should the Contractor fail to perform or default. 18. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. if subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 19. NOTICES All notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: 0 0 General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658-8915 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: District Manager Waste Management of Orange County 1800 South Grand Avenue Santa Ana, CA 92705 - P.A. TF. M#4ATION/DEFAkILT- A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably requiredto cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may temunate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement for cause in the event of any material breach of this Agreement by giving written notice of termination. B. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for Contract Services if, in the judgment of the City Administrator, the Contractor fails to satisfactorily perform Contract Services. 21. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 0 22. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinance, statutes or regulations applicable to the performance of Contract Services. Contractor shall fully comply with all provisions of its Non -Exclusive Solid Waste Franchise Agreement with the City and any other permitting or franchise requirements adopted by City. 23. WAIVER A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character... 24. Contractor agrees that this Agreement shall supercede all previous agreements to provide curbside single-family residential refuse collection services in the Newport Coast area including agreements with the County of Orange. Contractor waives and releases all rights to provide curbside single-family residential services except as provided in this Agreement. Contractor acknowledges receipt of the City five (6) year notice on December 19, 2001 and agrees that upon termination of this Agreement, Contractor will not contest City's right to provide services or contract for services pursuant to a competitive bid process. 25. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement.. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. ATTEST: By: All /� _ LaVonne Harkless, City Clerk 10 CITY OF NEWPORT BEACH A Municipal Corporation By: Tod Ridge , Mayor 0 APPROVED AS TO FORM: By: to 4V;7 'Robin L. Clauson, Assistant City Attorney 11 0 USA Waste pfqalifbrnia, Inc., dba Waste M t f O noun ey: Obert J. e, Distri anger LIST OF EXHIBITS Exhibit A Refuse Contract Services Exhibit B Compensation for Services 12 Exhibit A Refuse Contract Services i) Contractor shall provide weekly residential curbside refuse collection, recycling and disposal services to single-family residences in the Newport Coast Area annexed on January 1, 2002 by the City. 2) The Contractor will handle all resident inquiries or complaints of service in an expeditious manner. 3) Contractor shall provide a bulky item pickup twice per year for each single-family . residence with a limit of 4 items per request, 4) The weekly basic service will consist of providing two individual automated style containers, one for refuse and one for recyclable materials. The minimum size of the container shall be 35 gallons with larger containers up to 96 gallons available at the discretion of the property owner. 5) Refuse collection day for Newport Coast will be Friday. Collection day shall not be changed without City approval. No change to this schedule will be considered with less than 60 days notice to the City. 6) Additional individual automated -style refuse collection containers will be provided upon request of the resident. The cost for the extra service provided in Exhibit B will be home by the City. 7) Contractor shall collect, recycle and dispose of all residential solid waste materials in accordance with the provisions of the Non-exclusive Solid Waste Franchise Agreement and all applicable City ordinances and State mandates. 8) Contractor shall provide curbside collection of Christmas trees on the first two regularly scheduled collection days after Christmas Day. 9) Contractor shall provide on a monthly basis all necessary reporting data requested by the City relating to the City s compliance requirements pertaining to AB 939 as it affects the City's Integrated Solid Waste Management Plan. Such reports shall be provided to the City within 30 days after the end of each calendar quarter. The Contractor shall cooperate with activities requested by the City to measure diversion of solid waste from landfills, including, but not limited to, providing a location for conducting waste sorting and re-routing trucks on a temporary basis to facilitate composition analysis. 13 • •. Exhibit A Refuse Contract Services 10) The Contractor shall keep data on the origin and tonnage of solid waste collected in the Newport Coast area. The Contractor shall provide to the City, on a quarterly basis, the following information in a format supplied by or approved by the General Services Director. 1. The tonnage of Solid Waste collected by the gross number of tons collected each month. landfill each quarter. 3. The weight of recyclable materials collected in the Newport Coast area and delivered for recycling. 4. The facility to which each type of recyclable material or recovered material is delivered by the Contractor. 5. Total weight, by type of material, of glass, aluminum, plastic, paper, cardboard, concrete, dirt, asphalt, green waste, lumber and white goods collected monthly. 6. Any other information reasonably requested by the City to meet State or Federal regulatory reporting requirements of the City's Source Reduction and Recycling Element (SRRE), as it may be amended from time to time. 14 0 , 9 Exhibit B Compensation for Services Compensation for the Contract Services shall be $13.03 per residence. The monthly rate of $13.03 per residence is composed of a base service fee component of $10.72 and a disposal fee component of $2.31. 2. In addition to the monthly rate of $13.03 per residence, City will pay for extra - automated containers for refuse or recycling collection as requested by individual residents in the amount not to exceed $3.42 per resident request. City franchise fees pursuant to NEMC Section 12.63.070 shall be waived, but only for the Contract Services provided in this Agreement. 4. The City will be billed in arrears by the Contractor on a monthly basis. 5. The base service fee of $10.72 shall be increased on January 1, 2003, and every 12 months thereafter to reflect any increase in the Consumer Price Index (CPI — all urban consumers for the Los Angeles — Anaheim — Riverside area) for the 12 months proceeding the prior November index, provided that the CPI increase shall not exceed 3% per 12 month period. FMERSIGSM8dddp TEBRUARY CoMnrLFeb2s.0auwnfeb74rJ� 15 i AMENDMENT NO.1 • TO AGREEMENT WITH USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY FOR REFUSE COLLECTION SERVICES THIS AMENDMENT NO. 1 TO CONTRACTOR AGREEMENT, entered into this 12th day of September 2006, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred to as "City"), and USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY, a California Corporation, whose office is located at 1800 South Grand Avenue, Santa Ana, California 92705 (hereinafter referred to as "Contractor"), is made with reference to the following: RECITALS A. On June 1, 2002, City and Contractor entered into an Agreement in which Contractor was hired to provide refuse collection services for residential properties in Newport Coast (hereinafter referred to as the "Agreement"). B. The purpose of this amendment is to extend the term of the Agreement six (6) months to allow City staff additional time to develop specifications and solicit proposals for future collection services in Newport Coast. C. To this end, City and Contractor mutually desire to amend the Agreement, as provided in this Amendment No. 1. NOW, THEREFORE, the parties hereto agree as follows: Section 1 of the Agreement shall be amended to read as follows: "The Term of the Agreement shall commence on January 1, 2002 and shall terminate on June 30, 2007, unless terminated earlier as set forth herein. 2. Section 24 of the Agreement shall be amended to read as follows: "Contractor agrees that the Agreement, as amended by Amendment No. 1, shall supersede all previous agreements to provide residential refuse collection services in the Newport Coast area including agreements with the County of Orange. Contractor waives and releases all rights to provide services except as provided in the Agreement and Amendment No. 1. Contractor also agrees that: (a) on December 19, 2001, the City mailed and Contractor received the notice required by Public Resources Code section 49520; (b) by providing the December 19, 2001 notice, City fully met any and all obligations it has pursuant to Public Resources Code section 49520 including, but not limited to, notice obligations; (c) the Contractor shall have no right to continue service pursuant to Public Resources Code section 49520, or otherwise, beyond the term of this Agreement as amended by Amendment No. 1; and (d) the City shall not be required to provide any additional notice under Public Resources Code section 49520 as a result of the extension of the Term of the Agreement by and through this Amendment No. 1. Contractor expressly waives and releases any rights it may have under Public Resources Code section 49520 to continue to provide services beyond the Term of this Agreement, as amended by Amendment No. 1 and Contractor agrees that upon termination of this Agreement, Contractor will not contest City's right to provide services or contract with any person or entity pursuant to a Request for Proposal Process." 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON FOLLOWING PAGE] 0 0 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation By: Don Webb, Mayor for the City of Newport Beach CONTRACTOR: USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY By: (Corporate Officer) Print (Financial Officer) Title: Print Name: • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT • C- 363 Agenda Item No. 4 August 22, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Harmon, Director, (949) 644-3055 mharmonna.city. n ewport-beach.ca.us SUBJECT: Amend Contract for Newport Coast Residential Refuse Collection ISSUE: Should the City amend the term of the contract agreement with Waste Management of Orange County (WMOC) to provide residential refuse collection services in the Newport Coast area? RECOMMENDATION: Amend the contract agreement with WMOC to provide residential refuse collection services in the Newport Coast area through January 1, 2010. DISCUSSION: Background: The City of Newport Beach officially annexed the Newport Coast area on January 1, 2002. At the time of the annexation, WMOC provided residential refuse collection services to that area under an exclusive franchise agreement with Orange County. Pursuant to State law (Public Resources Code Section 49520), the City was required to continue service with the exclusive franchisee for a minimum of five years. At their February 12, 2002 meeting, the City Council approved a 5 -year Agreement with WMOC for refuse collection services through January 1, 2007. Staff is recommending that the Term of the Agreement be amended to allow WMOC to continue service in the Newport Coast area through January 1, 2010. WMOC currently provides automated refuse and recycling services in the Newport Coast area. The time extension will allow the City to evaluate automated refuse collection in other areas of the City, and determine if the public bid process or City services would be best for the tAnd Contract for Newport Coast Rewential Refuse Collection August 22, 2006 Page 2 Newport Coast area. All other terms and conditions of the original Agreement will remain the same. Environmental Review: This project does not require environmental review. Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considers the item). Funding Availability: Funding for this agreement was included in the Fiscal Year 2006-07 budget. The City currently pays a monthly fee of $16.45 per residence to WMOC for weekly refuse and recycling collection in Newport Coast. WMOC currently serves approximately 3,400 homes. The original agreement includes an annual fee adjustment based on CPI (not to exceed 3%). Submitted by: General Services Director Attachments: 1. Waste Management Letter 2. Contract Amendment 0 August 14, 2006 Mr. Mark Harmon General Services Director City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Brach, CA. 92658-8915 RE: Franchise Agreement Dear Mr. Harmon, WA$TE MANAGEMENT orange County District 1900 South Gnnd Avenue Santa Ane. CA 92705 (714) 480-2300 Phone (714) 568-6626 Fax Waste Management of Orange County is desirous to extend the cutrent franchise agreement originally dated January 1, 2002. The new agreement shall be for a period of 3 additional years. The effective date shall be January 1, 2007 and expire January 1, 2010. The terms and conditions will retrain the same. WMOC would like to extend our appreciation to the City for the continued opportunity to provide solid waste collection and recycling services to the residents of Newport Beach. Customer service excellence and safety will continue to be our priorities. We look forward to expanding our partnership with the City. Should you have any questions please call me directly at 714-480-2353. My cell number is 714920-5740. aD'avi4Rs Sr. District Management Waste Management of Orange County A Diviziun 4 Wsu tc Mannucmcnt t:nllection and Recycling, Inc. E AMENDMENT NO. 1 Pi TO AGREEMENT WITH USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY FOR REFUSE COLLECTION SERVICES THIS AMENDMENT NO. 1 TO CONTRACTOR AGREEMENT, entered into this _ day of August 2006, by and between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred to as "City"), and USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY, A California Corporation, whose office is located at 1800 South Grand Avenue, Santa Ana, California 92705 (hereinafter referred to as "Contractor'), is made with reference to the following: RECITALS A. On June 1, 2002, City and Contractor entered into an Agreement in which Contractor was hired to provide refuse collection services for residential properties in Newport Coast (hereinafter referred to as the "Agreement"). B. NOTE: PLEASE ADD RECITAL WHY WE ARE EXTENDING. C. To this end, City and Contractor mutually desire to amend the Agreement, as provided in this Amendment No. 1. NOW, THEREFORE, the parties hereto agree as follows: 1. Section 1 of the Agreement shall be amended to read as follows: "The Term of the Agreement shall commence on January 1, 2002 and shall terminate on January 1, 2010, unless terminated earlier as set forth herein. 2. Section 24 of the Agreement shall be amended to read as follows: "Contractor agrees that the Agreement, as amended by Amendment No. 1, shall supercede all previous agreements to provide residential refuse collection services in the Newport Coast area including agreements with the County of Orange. Contractor waives and releases all rights to provide services except as provided in the Agreement and Amendment No. 1. Contractor also agrees that: (a) on December 19, 2001, the City mailed and Contractor received the notice required by Public Resources Code section 49520; (b) by providing the December 19, 2001 notice, City fully met any and all obligations it has pursuant to Public Resources Code section 49520 including, but not limited to, notice obligations; (c) the Contractor shall have no right to continue service pursuant to Public Resources Code section 49520, or otherwise, beyond the term of this Agreement as amended by Amendment No. 1; and (d) the City shall not be required to provide any additional notice under Public Resources Code section 49520 as a result of the extension of the Term of the Agreement by and through this Amendment No. 1. Contractor expressly waives and releases any rights it may have under Public Resources Code section 49520 to continue to provide services beyond the Term of this Agreement,as amended by Amendment No. 1 and Contractor agrees that upon termination of this Agreement, Contractor will not contest City's right to provide services or contract with any person or entity pursuant to a Request for Proposal Process." 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON FOLLOWING PAGE] 0 • IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: a.. C. ff Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation Don Webb, Mayor for the City of Newport Beach CONTRACTOR: USA WASTE OF CALIFORNIA, INC., DBA WASTE MANAGEMENT OF ORANGE COUNTY am Print 0 Print (Corporate Officer) (Financial Officer) Pr C-5513 CONTRACTOR AGREEMENT THIS AGREEMENT, entered into effective the 1st day of January of 2002, (the "Effective Date") by and between the City of Newport Beach, a Municipal Corporation and Charter City ("City'), and USA Waste of California, Inc. dba Waste Management of Orange County., a California Corporation ("Contractor or Waste Management'), is made with reference to the following Recitals: RECITALS WHEREAS, Waste Management has a current Non -Exclusive Solid Waste Franchise Agreement to provide commercial solid waste handling services in the City. WHEREAS, On January 1, 2002, City annexed the area referred to as Newport Coast. WHEREAS, Prior to annexation, Newport Coast was within the jurisdiction of the unincorporated area of the County of Orange. WHEREAS, On March 2, 1999 the County of Orange entered into an eight year residential refuse collection agreement with Waste Management of Orange County to provide refuse collection in Newport Coast. WHEREAS, Effective January 1, 2002, the City has jurisdiction over refuse collection services in Newport Coast and pursuant to an annexation agreement is obligated to pay for curbside refuse collection at single family residences in Newport Coast; WHEREAS, City has provided a written 5 year notice to Waste Management of Orange County pursuant to Public Resources Code Section 49520. WHEREAS, City desires to enter into an agreement with Waste Management to provide curbside refuse collection services for single-family residential properties in Newport Coast. WHEREAS, Waste Management and City have agreed that effective January 1, 2002, the existing contract between Waste Management of Orange County and the County of Orange to serve Newport Coast will be superseded by this Agreement with the City of Newport Beach. NOW, THEREFORE, the Parties agree as follows: TERM The Term of this Agreement shall be for a period of five (5) years. The term shall commence as of the Effective Date of this Agreement and expire January 1, 2007. 0 0 2. CONTRACTOR SERVICES Contractors rights and duties shall be limited to those set forth in this Agreement. Contractor agrees to perform in strict compliance with the terms and conditions of this Agreement and the contract services provided in Exhibit A, ("Contract Services"). The Contract Services shall be performed at least as frequently as specified in Exhibit A. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be hired in compliance with State and Federal law. B. All contract services shall be performed by competent and experienced employees. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. Contractor shall provide City with the designated supervisors name and shall notify City of the name of any successors within ten (10) days of any change in supervision. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards. All vehicles shall bear the identification of the Contractor and clearly post City provided signs that say, "Serving the City of Newport Beach" on each vehicle. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor for Contract Services in accordance with the attached fee schedule (Exhibit B). Contractor shall submit invoices for Contract Services provided to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices". 0 0 5. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of Contract Services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, volunteers, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of Contract Services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the fraud or willful misconduct by City, its officials, agents, volunteers, employees or representatives. B. Contractor shall defend, indemnify and hold harmless City, its City Council, boards and commissions, officers, volunteers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees, volunteers and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third parry against the City. 7. INSURANCE A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during 3 0 0 the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Certification of all required insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any Contract Services. Except workers' compensation insurance, all insurance policies shall be endorsed to add City, its elected officials, officers, agents and employees, and volunteers as additional insureds for all liability arising from Contractors services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A-7 or better carriers: Worker's Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and one million dollars ($1,000,000) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than two million dollars ($2,000,000); Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of two million dollars ($2,000,000) combined single limit per accident for bodily injury and property damage, and shall include sudden and accidental coverage. D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, volunteers and employees, and volunteers as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and performance of Contract Services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation that any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 8. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. Contractor may assign or transfer this agreement to subsidiaries or affiliates of the company upon notice to the City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, or of any entity of which Contractor is an affiliate or subsidiary, or of the interest in any general 5 a 0 0 partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. C. Contractor shall promptly notify the City of any company name change. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the disposal and labor costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 10. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized 0 0 representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 11. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform refuse collection services as requested by the Administrator and as noted by Exhibit A. The Administrator may give verbal authorization for additional services up to one thousand dollars ($1,000). 12. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the Administrator with any appeal to the City Manager. The City Manager's decision shall be final. 13. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 14. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to Thirty four thousand dollars ($34,000) as security for the Faithful Performance of this Agreement. 15. LABOR A. Contractor shall conform to all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this 0 0 Agreement, Contractor shall immediately give notice to City, including all relevant information. 16. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that violates the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 17. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project should the Contractor fail to perform or default. 18. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 19. NOTICES All notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: 0 0 General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658-8915 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: District Manager Waste Management of Orange County 1800 South Grand Avenue Santa Ana, CA 92705 20. TERMINATION/DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement for cause in the event of any material breach of this Agreement by giving written notice of termination. B. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for Contract Services if, in the judgment of the City Administrator, the Contractor fails to satisfactorily perform Contract Services. 21. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 0 22. COMPLIANCE • Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rales, ordinance, statutes or regulations applicable to the performance of Contract Services. Contractor shall fully comply with all provisions of its Non -Exclusive Solid Waste Franchise Agreement with the City and any other permitting or franchise requirements adopted by City. 23. WAIVER A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 24. Contractor agrees that this Agreement shall supercede all previous agreements to provide curbside single-family residential refuse collection services in the Newport Coast area including agreements with the County of Orange. Contractor waives and releases all rights to provide curbside single-family residential services except as provided in this Agreement. Contractor acknowledges receipt of the City five (5) year notice on December 19, 2001 and agrees that upon termination of this Agreement, Contractor will not contest City's right to provide services or contract for services pursuant to a competitive bid process. 25. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. ATTEST: By: V/.� LaVonne Harkless, City Clerk 10 CITY OF NEWPORT BEACH A Municipal Corporation Tod Ridge , Mayor 0 APPROVED AS TO FORM: By: obin L. Clauson, Assistant City Attorney 11 r USA Waste o! alifornia, Inc., dba Wast;7L nt f O n oun By: obert J. C e, DistrictQanager LIST OF EXHIBITS Exhibit A Refuse Contract Services Exhibit B Compensation for Services 12 0 0 Exhibit A Refuse Contract Services 1) Contractor shall provide weekly residential curbside refuse collection, recycling and disposal services to single-family residences in the Newport Coast Area annexed on January 1, 2002 by the City. 2) The Contractor will handle all resident inquiries or complaints of service in an expeditious manner. 3) Contractor shall provide a bulky item pickup twice per year for each single-family residence with a limit of 4 items per request. 4) The weekly basic service will consist of providing two individual automated style containers, one for refuse and one for recyclable materials. The minimum size of the container shall be 35 gallons with larger containers up to 96 gallons available at the discretion of the property owner. 5) Refuse collection day for Newport Coast will be Friday. Collection day shall not be changed without City approval. No change to this schedule will be considered with less than 60 days notice to the City. 6) Additional individual automated -style refuse collection containers will be provided upon request of the resident. The cost for the extra service provided in Exhibit B will be borne by the City. 7) Contractor shall collect, recycle and dispose of all residential solid waste materials in accordance with the provisions of the Non-exclusive Solid Waste Franchise Agreement and all applicable City ordinances and State mandates. 8) Contractor shall provide curbside collection of Christmas trees on the first two regularly scheduled collection days after Christmas Day. 9) Contractor shall provide on a monthly basis all necessary reporting data requested by the City relating to the City's compliance requirements pertaining to AB 939 as it affects the City's Integrated Solid Waste Management Plan. Such reports shall be provided to the City within 30 days after the end of each calendar quarter. The Contractor shall cooperate with activities requested by the City to measure diversion of solid waste from landfills, including, but not limited to, providing a location for conducting waste sorting and re-routing trucks on a temporary basis to facilitate composition analysis. 13 0 Refuse Contract Services 11 Exhibit A 10) The Contractor shall keep data on the origin and tonnage of solid waste collected in the Newport Coast area. The Contractor shall provide to the City, on a quarterly basis, the following information in a format supplied by or approved by the General Services Director: 1. The tonnage of Solid Waste collected by the gross number of tons collected each month. 2. The origin and tonnage of solid waste that is actually delivered to the designated landfill each quarter. 3. The weight of recyclable materials collected in the Newport Coast area and delivered for recycling. 4. The facility to which each type of recyclable material or recovered material is delivered by the Contractor. 5. Total weight, by type of material, of glass, aluminum, plastic, paper, cardboard, concrete, dirt, asphalt, green waste, lumber and white goods collected monthly. 6. Any other information reasonably requested by the City to meet State or Federal regulatory reporting requirements of the City's Source Reduction and Recycling Element (SRRE), as it may be amended from time to time. 14 0 Compensation for Services 0 Exhibit B 1. Compensation for the Contract Services shall be $13.03 per residence. The monthly rate of $13.03 per residence is composed of a base service fee component of $10.72 and a disposal fee component of $2.31. 2. In addition to the monthly rate of $13.03 per residence, City will pay for extra - automated containers for refuse or recycling collection as requested by individual residents in the amount not to exceed $3.42 per resident request. 3. City franchise fees pursuant to NBMC Section 12.63.070 shall be waived, but only for the Contract Services provided in this Agreement. 4. The City will be billed in arrears by the Contractor on a monthly basis. 5. The base service fee of $10.72 shall be increased on January 1, 2003, and every 12 months thereafter to reflect any increase in the Consumer Price Index (CPI — all urban consumers for the Los Angeles — Anaheim — Riverside area) for the 12 months proceeding the prior November index, provided that the CPI increase shall not exceed 3% per 12 month period. F:WSERSIGSvIMEldddgeVEBRVARY 02\Council.WMNewptCoast_Contmc Feb26-Clauwnfebtd-clean.doc 15 C - 35l3 TO: FROM: Mayor and City Council General Services Director FEB 2 6 2002 Council Agenda Item No. 16 February 26, 2002 SUBJECT. Award of Newport Coast Residential Refuse Collection Contract Agreement Recommendation Approve the attached contract agreement with Waste Management of Orange County to provide residential refuse collection services in the Newport Coast area. Background The City of Newport Beach officially annexed the Newport Coast area on January 1, 2002. Waste Management of Orange County (WMOC) currently provides residential refuse collection and recycling services in the Newport Coast area under an exclusive franchise agreement with the County of Orange which expires in June 2007. The County agreement provides for residential refuse collection of both multi -family and single family residences. The City has agreed to pay for curbside refuse collection for the residents of single family dwellings at Newport Coast. Multi -family dwellings are not included in the proposed contract nor will the City pay for this service. Pursuant to State law (Public Resources Code 49520), the City is required to continue service with the existing exclusive franchisee, Waste Management of Orange County, for a minimum of five years. The attached written notice was sent to WMOC on December 19, 2001 of the City's intention to seek competitive bids for Newport Coast residential refuse collection for single family residents prior to the expiration of the five-year notice in January 2007. During the interim five years (2002-2007), WMOC will provide the residential curbside refuse collection service for single family dwellings as provided in the attached agreement. An analysis of the PRC 49520 has been prepared by the City Attorney's staff and is attached. Discussion Waste Management of Orange County has agreed to provide service as referenced in the attached agreement. The agreement is proposed for a five-year term. Waste Management of Orange County has also agreed to an annual CPI adjustment on only the service portion of the monthly fee. No CPI is proposed for the disposal portion of the fee since the County landfill fee will =IdrkWCo= l-WMNmptCoast_Staifltpt_F626-.dw remain the same during the initial length of the contract. Annual CPI adjustments are limited to 3% per year. Waste Management of Orange County acknowledges that the City has relied upon its representations and commits to faithfully perform the services required by the agreement and in accordance with the terms and conditions of the agreement. Other significant provisions of the contract are as follows: a. A monthly basic service fee of $13.03 per residence b. An extra can provision for $3.42 per month per residence c. Bulky item pickup available twice a year with a 4 item limit for each residence As a matter of information, WMOC collects residential refuse on a weekly basis utilizing automated collection equipment. Residents are provided two large wheeled refuse containers that can be rolled to curbside where a collection truck with a hydraulic arm is used to collect trash. One of the containers is used to collect refuse and one is used to collect recyclables. The monthly rate of $13.03 per residence is a mid-level rate in the County where residential refuse collection rates range from $8.00 to $16.39 per month. The County exclusive franchise agreement may be amended to exclude the service by WMOC to the Newport Coast Area once the City agreement is approved and executed. This is a matter between the County and WMOC and will not involve the City. Very respectfully, David E. Niederhaus Attachments: (1) Newport Coast Residential Refuse Collection Contractor Agreement (2) City Manager's letter to WMOC dated December 19, 2001. (3) Assistant City Attorney's review of Public Resources Code 49520 and applicability to the WMOC agreement. meldridge/Comeil-WMNewprC t_Smf Rpt_Feb26-.dm 0 9 CONTRACTOR AGREEMENT THIS AGREEMENT, entered into effective the 1st day of January of 2002, (the "Effective Date") by and between the City of Newport Beach, a Municipal Corporation and Charter City ("City"), and USA Waste of California, Inc. dba Waste Management of Orange County., a California Corporation ("Contractor or Waste Management"), is made with reference to the following Recitals: RECITALS WHEREAS, Waste Management has a current Non -Exclusive Solid Waste Franchise Agreement to provide commercial solid waste handling services in the City. WHEREAS, On January 1, 2002, City annexed the area referred to as Newport Coast. WHEREAS, Prior to annexation, Newport Coast was within the jurisdiction of the unincorporated area of the County of Orange. WHEREAS, On March 2, 1999 the County of Orange entered into an eight year residential refuse collection agreement with Waste Management of Orange County to provide refuse collection in Newport Coast. WHEREAS, Effective January 1, 2002, the City has jurisdiction over refuse collection services in Newport Coast and pursuant to an annexation agreement is obligated to pay for curbside refuse collection at single family residences in Newport Coast; WHEREAS, City has provided a written 5 year notice to Waste Management of Orange County pursuant to Public Resources Code Section 49520. WHEREAS, City desires to enter into an agreement with Waste Management to provide curbside refuse collection services for single-family residential properties in Newport Coast. WHEREAS, Waste Management and City have agreed that effective January 1, 2002, the existing contract between Waste Management of Orange County and the County of Orange to serve Newport Coast will be superseded by this Agreement with the City of Newport Beach. NOW, THEREFORE, the Parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of five (5) years. The term shall commence as of the Effective Date of this Agreement and expire January 1, 2007. 0 0 2. CONTRACTOR SERVICES Contractor's rights and duties shall be limited to those set forth in this Agreement. Contractor agrees to perform in strict compliance with the terms and conditions of this Agreement and the contract services provided in Exhibit A, ("Contract Services"). The Contract Services shall be performed at least as frequently as specified in Exhibit A. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be hired in compliance with State and Federal law. B. All contract services shall be performed by competent and experienced employees. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. Contractor shall provide City with the designated supervisor's name and shall notify City of the name of any successors within ten (10) days of any change in supervision. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards. All vehicles shall bear the identification of the Contractor and clearly post City provided signs that say, "Serving the City of Newport Beach" on each vehicle. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor for Contract Services in accordance with the attached fee schedule (Exhibit B). Contractor shall submit invoices for Contract Services provided to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices". 2 5. 6. 0 0 INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of Contract Services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, volunteers, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of Contract Services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the fraud or willful misconduct by City, its officials, agents, volunteers, employees or representatives. B. Contractor shall defend, indemnify and hold harmless City, its City Council, boards and commissions, officers, volunteers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees, volunteers and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 7. INSURANCE A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during • 0 the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Certification of all required insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any Contract Services. Except workers' compensation insurance, all insurance policies shall be endorsed to add City, its elected officials, officers, agents and employees, and volunteers as additional insureds for all liability arising from Contractors services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A-7 or better carriers: Worker's Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and one million dollars ($1,000,000) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than two million dollars ($2,000,000); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of two million dollars ($2,000,000) combined single limit per accident for bodily injury and property damage, and shall include sudden and accidental coverage. D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, volunteers and employees, and volunteers as additional insured." 4 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and performance of Contract Services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation that any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 8. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. Contractor may assign or transfer this agreement to subsidiaries or affiliates of the company upon notice to the City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, or of any entity of which Contractor is an affiliate or subsidiary, or of the interest in any general 5 9. 10. 0 0 partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. C. Contractor shall promptly notify the City of any company name change. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the disposal and labor costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized [J 11. 12 13. 14. 15. representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform refuse collection services as requested by the Administrator and as noted by Exhibit A. The Administrator may give verbal authorization for additional services up to one thousand dollars ($1,000). DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of decided by the Administrator with any Manager's decision shall be final. REIMBURSEMENT FOR EXPENSES the Agreement, such dispute shall be appeal to the City Manager. The City Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to Thirty four thousand dollars ($34,000) as security for the Faithful Performance of this Agreement. LABOR A. Contractor shall conform to all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this 7 0 0 Agreement, Contractor shall immediately give notice to City, including all relevant information. 16. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that violates the federal or state constitution or federal or state law. Contractors obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 17. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project should the Contractor fail to perform or default. 18. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 19. NOTICES All notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: 93 0 0 General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658-8915 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: District Manager Waste Management of Orange County 1800 South Grand Avenue Santa Ana, CA 92705 20. TERMINATIONIDEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement for cause in the event of any material breach of this Agreement by giving written notice of termination. B. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for Contract Services if, in the judgment of the City Administrator, the Contractor fails to satisfactorily perform Contract Services. 21. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 0 22. COMPLIANCE 0 Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinance, statutes or regulations applicable to the performance of Contract Services. Contractor shall fully comply with all provisions of its Non -Exclusive Solid Waste Franchise Agreement with the City and any other permitting or franchise requirements adopted by City. 23. WAIVER A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 24. Contractor agrees that this Agreement shall supercede all previous agreements to provide curbside single-family residential refuse collection services In the Newport Coast area including agreements with the County of Orange. Contractor waives and releases all rights to provide curbside single-family residential services except as provided in this Agreement. Contractor acknowledges receipt of the City five (5) year notice on December 19, 2001 and agrees that upon termination of this Agreement, Contractor will not contest City's right to provide services or contract for services pursuant to a competitive bid process. 25. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: Tod Ridgeway, Mayor 0 APPROVED AS TO FORM: By: L2�7 1c w%-' obin L. Clauson, Assistant City Attorney 11 USA Waste of alifornia, Inc., dba Waste M fi `nt of O n oun By: ��C obert J. CoXe, DistriOQanager n u LIST OF EXHIBITS Exhibit A Refuse Contract Services Exhibit B Compensation for Services n u i .0 Exhibit B Compensation for Services 1. Compensation for the Contract Services shall be $13.03 per residence. The monthly rate of $13.03 per residence is composed of a base service fee component of $10.72 and a disposal fee component of $2.31. 2. In addition to the monthly rate of $13.03 per residence, City will pay for extra - automated containers for refuse or recycling collection as requested by individual residents in the amount not to exceed $3.42 per resident request. City franchise fees pursuant to NBMC Section 12.63.070 shall be waived, but only for the Contract Services provided in this Agreement. 4. The City will be billed in arrears by the Contractor on a monthly basis. 5. The base service fee of $10.72 shall be increased on January 1, 2003, and every 12 months thereafter to reflect any increase in the Consumer Price Index (CPI — all urban consumers for the Los Angeles — Anaheim — Riverside area) for the 12 months proceeding the prior November index, provided that the CPI increase shall not exceed 3% per 12 month period. 0 0 Exhibit A Refuse Contract Services 1) Contractor shall provide weekly residential curbside refuse collection, recycling and disposal services to single-family residences in the Newport Coast Area annexed on January 1, 2002 by the City. 2) The Contractor will handle all resident inquiries or complaints of service in an expeditious manner. 3) At no additional charge, Contractor shall provide a bulky item pickup twice per year for each single-family residence with a limit of 4 items per request. 4) The weekly basic service will consist of providing two individual automated style containers, one for refuse and one for recyclable materials. The minimum size of the container shall be 35 gallons with larger containers up to 96 gallons available at the discretion of the property owner. 5) Refuse collection day for Newport Coast will be Friday. Collection day shall not be changed without City approval. No change to this schedule will be considered with less than 60 days notice to the City. 6) Additional individual automated -style refuse collection containers will be provided upon request of the resident. The cost for the extra service provided in Exhibit B will be borne by the City. 7) Contractor shall collect, recycle and dispose of all residential solid waste materials in accordance with the provisions of the Non-exclusive Solid Waste Franchise Agreement and all applicable City ordinances and State mandates. 8) Contractor shall provide curbside collection of Christmas trees on the first two regularly scheduled collection days after Christmas Day. 9) Contractor shall provide on a monthly basis all necessary reporting data requested by the City relating to the City's compliance requirements pertaining to AB 939 as it affects the City's Integrated Solid Waste Management Plan. Such reports shall be provided to the City within 30 days after the end of each calendar quarter. The Contractor shall cooperate with activities requested by the City to measure diversion of solid waste from landfills, including, but not limited to, providing a location for conducting waste sorting and re-routing trucks on a temporary basis to facilitate composition analysis. 13 0 Refuse Contract Services 0 Exhibit A 10) The Contractor shall keep data on the origin and tonnage of solid waste collected in the Newport Coast area. The Contractor shall provide to the City, on a quarterly basis, the following information in a format supplied by or approved by the General Services Director: 1. The tonnage of Solid Waste collected by the gross number of tons collected each month. 2. The origin and tonnage of solid waste that is actually delivered to the designated landfill each quarter. 3. The weight of recyclable materials collected in the Newport Coast area and delivered for recycling. 4. The facility to which each type of recyclable material or recovered material is delivered by the Contractor. 5. Total weight, by type of material, of glass, aluminum, plastic, paper, cardboard, concrete, dirt, asphalt, green waste, lumber and white goods collected monthly. 6. Any other information reasonably requested by the City to meet State or Federal regulatory reporting requirements of the City's Source Reduction and Recycling Element (SRRE), as it may be amended from time to time. 14 0 Compensation for Services 0 Exhibit B 1. Compensation for the contract services shall be $13.03 per residence. The monthly rate of $13.03 per residence is composed of a base service fee component of $10.72 and a disposal fee component of $2.31. 2. In addition to the monthly rate of $13.03 per residence, City will pay for extra - automated containers for refuse or recycling collection as requested by individual residents in the amount not to exceed $3.42 per resident request. 3. City franchise fees pursuant to NBMC Section 12.63.070 shall be waived, but only for the Contract Services provided in this Agreement. 4. The City will be billed in arrears by the Contractor on a monthly basis. 5. The base service fee of $10.72 shall be increased on January 1, 2003, and every 12 months thereafter to reflect any increase in the Consumer Price Index (CPI — all urban consumers for the Los Angeles — Anaheim — Riverside area) for the 12 months proceeding the prior November index, provided that the CPI increase shall not exceed 3% per 12 month period. meldddgWCouncil•WMNewptCoasl Contme Feb FlnalomfLdw 15 SEW Pp�,� CITY OF NEWPORT BEACH � n u r CSC/ FO RNP December 19, 2001 Bob Coyle, Area President Waste Management of Orange County 1800 S. Grand Street Santa Ana, CA 92705 Dear Mr. Coyle: As noted in your phone conversation with our General Services Director, David Niederhaus, of December 13, 2001, the City is providing Waste Management of Orange County with a five-year notice of our intent to assume the responsibility for residential refuse collection in the Newport Coast area effective January 1, 2007 in accordance with the State Public Resources Code (Section 49520). After that date, the City intends to solicit competitive bids for the residential refuse collection service for the area. If you have any questions related to this matter, please call our General Services Director, David E. Niederhaus, at (949) 644-3055. Sincerely, Homer L. Bludau City Manager City Hall • 3300 Newport Boulevard • Newport Beach, California 92663-3884 0 • CITY OF NEWPORT BEACH, 2002 CITY ATTORNEY'S OFFICE Agenda Item TO : MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: ROBIN L. CLAUSON, ASSISTANT CITY ATTORNEY RE PROPOSED CONTRACT BETWEEN THE '94v'os CITY OF NEWPORT BEACH AND WASTE MANAGEMENT The City Council has been asked to approve a contract with Waste Management to provide, effective January 1, 2002, refuse collection services for single-family residential homes in the recently annexed Newport Coast Area. At the last meeting Councilman Steve Bromberg asked the City Attorney's Office to provide Council with an analysis of the State law provided by Delores Offing. I have reviewed the Public Resources Code and the Government Code Sections attached to this memo and can advise that the proposed contract complies with the continuation of services provisions of Public Resources Code Section 49520. Waste Management currently operates in the City of Newport Beach under a franchise approved pursuant to the City Charter. Prior to annexation of Newport Coast Waste Management had the exclusive County franchise to provide residential refuse collections in unincorporated areas of the County including Newport Coast. The contract between Waste Management and the County of Orange will expire on June 30, 2007. The City has provided Waste Management with the five year notice pursuant to Section 45920. The proposed contract between the City of Newport Beach and Waste Management will allow Waste Management to continue to provide refuse services for single family residences in Newport Coast for five years. The proposed contract therefore complies with the continuation of services provisions of Section 49520. PRC Section 49522 provides that a City would have the right following an annexation to terminate a franchise authorized by a county if that termination is for cause. The City staff is not aware of any legal cause to terminate the exclusive contract between Waste Management and the County. The proposed contract with the City is for curbside service for single-family residential only. The County franchise gives Waste Management the exclusive right to provide single-family, and multi -family residential refuse services. There has been discussion regarding Waste Management's rights to continue exclusive refuse services for apartments and condominium projects in Newport Coast now that Newport Coast is part of Newport Beach- a non-exclusive franchise jurisdiction for those services. The Public Resources code does not give direction on the unique situation where land subject to an exclusive County franchise is annexed to a City with a non-exclusive franchise for commercial and multifamily refuse service. The question of how the provisions of Section 49520 apply to Waste Management's rights to multi -family refuse collection under the County contract is not within the scope of the proposed agreement. Unless Council Council Agenda Item No. • Date Page: 2 provides direction otherwise it is my recommendation for the issue to be resolved by Waste Management. The provisions of Government Code Sections 57375-57385 apply to incorporation of a City not annexation of territory to a City and therefore were not applicable to the annexation proceedings for Newport Coast. 66L"� Robin Clauson F:\users\cat\shared\da\CCmemo\WasteMngtCurbskie.doc Submitted to thCity Council at the meeting of 2/12/02 by Ms, Delores OffingI el - PUBLIC RESOURCES CODE SECTION 49520-49524 Coot n tkCf 7w' - of 5e20LCAZ- 49520. If a local agency has authorized, by franchise, contract, license, or permit, a solid waste enterprise to provide solid waste handling services and those services have been lawfully provided for more than three previous years, the solid waste enterprise may continue to provide those services up to five years after mailed notification to the solid waste enterprise by the local agency having jurisdiction that exclusive solid waste handling services are to be provided or authorized, unless the solid waste enterprise has an exclusive franchise or contract. If the solid waste enterprise has an exclusive franchise or contract, the solid waste enterprise shall continue to provide those services and shall be limited to the unexpired term of the contract or franchise or five years, whichever is less. 49521. A solid waste enterprise providing continuation solid waste handling services pursuant to Section 49520 is subject to the following conditions: (a) The services of the solid waste enterprise shall be in substantial compliance with the terms and conditions of the franchise, contract, license, or permit, and meet the quality and frequency of services required by the local agency in other areas not served by the solid waste enterprise. (b) If the local agency has established rates for solid waste handling services, the solid waste enterprise may be required by the local agency to adhere to rates that are comparable to those established by the local agency. 49522. Nothing in this chapter affects the right of a city following annexation to terminate for cause a franchise, contract, � C�Gvl.�h ✓�vc�-� w� r��fLUic� license, or permit held by a solid waste enterprise authorized by the county. 49523. Any local agency or solid waste handling enterprise may contract, upon mutually satisfactory terms, for the termination of all or any part of the business of the solid waste enterprise before the expiration of the period specified in Section 49520. plzefZ 49524. Notwithstanding Section 49523, a solid waste enterprise may not waive the right to continue to provide solid waste handling services as provided in this chapter. 0 GOVERNMENT CODE SECTION 57375-57385 0 57375. Except as otherwise provided in this chapter, on and after the effective date of an incorporation, the territory incorporated, all inhabitants within the territory, and all persons entitled to vote within the newly incorporated city by reason of residing in the city are subject to the jurisdiction of the city and shall have the rights and duties conferred on them as inhabitants and voters of the incorporated city. 57376. (a) If the newly incorporated city comprises territory formerly unincorporated, the city council shall, immediately following its organization and prior to performing any other official act, adopt an ordinance providing that all county ordinances previously applicable shall remain in full force and effect as city ordinances for a period of 120 days after incorporation, or until the city council has enacted ordinances superseding the county ordinances, whichever occurs first. However, if the Board of Supervisors of the County of Orange has adopted an ordinance or resolution, or both, pursuant to Section 50029 or 66484. 3 prior to the effective date of an incorporation of a city within that county, that ordinance or resolution shall not be repealed or superseded by the city until the county ordinance or resolution has been repealed or superseded by the board of supervisors of that county. If the county ordinance or resolution is repealed or superseded, then within 30 days of the effective date of the ordinance or resolution repealing or superseding the county ordinance or resolution, the city council shall enact a new ordinance or resolution conforming in all respects to the action taken by the county. The ordinance enacted by the city council immediately following its organization also shall provide that no city ordinance enacted within that 120 -day period of time be deemed to supersede any county ordinance unless the city ordinance specifically refers to the county ordinance, and states an intention to supersede it. Enforcement of the continuing county C_IERAL ELECTION NOVEMBER 5, 1996 p COUNCIL AGENDA N0. Ik x/4/0;. CITY OF NEWPORT BEACH Shall Initiative Ordinance 878 be amended to Yes + Q require the City of NewportBeach to use property tax revenue to pay only for the cost of No + providing curbside container refuse collection for existing or future residential units within city boundaries as of November 1.19%? CITY OF ORANGE Shall the City of Orange Council Members be Yes + limited to a maximum of two consecutive lour- R Mayor ited year terms and the elected to No b� + a maximum of bee consecutive No- tams. CITY OF YORBA LINDA Shall the Orthnance be aC.cpted which orkjains Yet + Sthat a person is inepgible to hold once as a No Member of the City Council it that person has served in the office for three (3) full terms? + Shall the Ordinance be adcpted which ordains Yes + 1' that a person is nefigble to hold office as a Member of the City Council if that person has I No + served in the office for two (2) consecutive full terms, unless he or she has been out of the office for at least two ears, with no Imitation on the total number of terms? ROSSMOOR COMMUNITY SERVICES DISTRICT Shap the ordnance be adopted expanding the Yes + U powers of the Rossmoor Community Services District to the extent necessary to repair, main- No + lain andforrWace the Rossmoor red brick wall adjacent to Los AlamilmSal Bach Boulevard, stbjecito adop4cn of a mecial tax Measure for ax:hby a lwo•thuds m ,rote? Shall the resolution be approved which im• Yes + V poses aspedaltax olTWENTf-FOUADoIars ($24.00) per year on property within the Pass- No + MW Community Services District in order to pay for maintenance, repair, andlor replacement of the Rossmoor red brick wap adjacent to Los Atamdo&Seat Beach Boulevard, subject to the adoption of Measure U by a majority vote? PLACENTIA LIBRARY DISTRICT Shap the Placentia library District be author- Yes + W ized to levy a spedal per parcel tax annually for five years to replace library funding lost due to No + the reallocation of local property tax by the State of Califomiaartd the eliminalicn of the Spec al Disnct Augmentation Fund? IV FULL TEXT OF MEASURE CITY OF NEWPORT BE.S COSTS DEFRAYED FROM AD VALOREM TAX REVENUE (Ordinance 878 as adopted by a majority vote of the electorate of the City of Newport Beach on 612159, effective 6119159) Section 6.04.170. The cast and expense of collecting, hauling away and disposing of garbage, refuse and cuttings as those terms are defined by Sections 6.04.010, 6.04.020 and 6.04.030, for anv dwelling or dwelling unit existing or future, within the boundaries of the City as of November 1 1996 that receives curbside container refuse collection service from the City of Newport Beach, shall be defrayed exdusively from the ad valorem tax revenues of the City of Newport Beach. ARGUMENT IN FAVOR OF MEASURE Q VOTE YES ON MEASURE Q YES ON MEASURE Q • Reaffirms right of residents to continue to receive curbside container refuse service without fees. YES ON MEASURE Q • Protects against reductions in Police, Fire and Library and other important services that would result if taxpayers pay the cost of providing free refuse service for all businesses. YES ON MEASURE Q • Avoids dramatic increases in the number of City employees and equipment necessary to collect all of the refuse generated by busi- nesses. YES ON MEASURE Q • Ensures the City's ability to provide services to its residents without being impacted by the cost of refuse services to areas annexed to the City in the future. YES ON MEASURE Q • Ensures that commercial solid waste collection and disposal is handled by the private sector — not public employees at taxpayers expense. YES ON MEASURE Q • Eliminates government subsidies to some businesses and promotes competition on a level playing field. Residents and business owners who pre about the quality of life in Newport Beach support Measure Q. A YES vote on Measure Q protects the right of residents to receive trash collection service without the fees that are charged by every other Orange County city. Passage of Measure Q will ensure that property tax revenues continue to be used to provide high quality Library, Police and Fire services to the community — not free refuse collection for a few businesses. A YES vote on Measure Q will eliminate government subsidies for those few busi- nesses who currently benefit from an ordinance designed to protect residents. Vote YES on Measure Q to protect your right to free trash service while ensuring continued high quality Police, Fire and Library services. s/ Dennis D. O'Neil, City Councilmember Chairman of Council Finance Committee s/ Rush Hill, Chairman Newport Harbor Area Chamber of Commerce s/ Norma Glover, City Councilmember Chairman of Council Public Safety Committee at Mike Stephens, Former Chairman Newport Harbor Area Chamber of Commerce s/ Phil Sansone, Fortner Mayor Chairman Corona del Mar Residents' Association IMPARTIAL ANALYSIS BY CITY A7 ORNEY 0 MEASURE Q In 1959, Newport Beach voters approved an initiative measure which required the City to use ad valorem property tax revenues to pay for the cost of collecting, hauling and disposing garbage and refuse. The City has, for more than 35 years, used property tax revenue to finance the cost of providing curbside container refuse service to single family residences, some multi family residences, and a very small percentage of businesses. The vast majority of businesses and many large residen- tial projects collect refuse in bins and pay private haulers to dispose of the garbage. Newport Beach is the only City in Orange County that uses property tax revenue to pay for residential container refuse service. A yes vote on this Measure would require the City to continue to use property tax revenue to pay for the cost of curbside container refuse service for existing residential units and those to be constructed within the current boundaries of the City of Newport Beach. A 'yes" vote on this measure will not affect businesses and residential projects using private haulers to collect and dispose of refuse but will eliminate the City's practice of providing free refuse service to approximately 200 businesses. A "no" vote on the Measure would, at the very least, require the City to continue to use property tax revenue to pay for curbside container refuse collections service currently provided for some busi- nesses. A "no" vote on this Measure would potentially cause the City to use approximately $5,000,000 in property tax revenue to fund the cost of refuse collection for more than 4,000 businesses with a corresponding reduction in revenue for other City services. s/ Robert H. Burnham City Attorney REBUTTAL TO ARGUMENT IN FAVOR OF MEASURE Q The basic premise of Measure Q is faulty. It is the bureaucratic camel's nose in the taxpayer's tent of tax -paid refuse collection. Already a majority of the City Council would like to charge you monthly for refuse service already paid for by your taxes. There would be no limit to those fees. A point by point answer to the proponents argument follows: • No affirmation is necessary. Free refuse service is already memori- alized in the existing ordinance. • The existing ordinance has been in place for nearly 40 years without service cuts. • The number of City employees and equipment needed to collect refuse is already reduced. There is no increase whatsoever planned or required. • The measure would greatly harm the City's ability to annex by imposing a tax on future residents. Additional tax revenues will be lost • The City Council has already refused to put City refuse collection out to private bid. • There are no government subsidies. What is touted as competition is really a cut in service. This measure masks the refusal of the City to fulfill its obligation to public financial responsibility. Non-resident use of the Library is over 50%. The City Council refused to consider significant savings in administration of the public safety departments which could enhance the ability to provide police and fire service at lower cost. The City Council refused to refund recycling fee overcharges. The City is spending thousands of your tax money on this faulty Measure as A whistles in fiscal darkness. Vote NO on Measure Q. s/ John Hedges Mayor City of Newport Beach 30-139A IF ARGUMENT AGAINST k%1RE Q Noleasure Q sufffers from two fatal flaws. The first is that it would create two classes of Newport Beach citizens— those who reside here now, and those who are annexed in the future. Future citizens would have to pay a high monthly charge for garbage pickup while present citizens are charged by expenditure of other tax revenues. This creation of separate classes needlessly jeopardizes the successful annexation of the Newport Coast—an annexation which would result in millions of dollars of additional revenues and for which potential residents must vote. What benefit would any future citizens see in annexation to Newport Beach? Would you want to be part of a City which charged you more for the same service than your neighbors? The second flaw is that the City Council has refused to make the moral commitment to spend your tax dollars wisely. The City Council rejected a proposal to refund excess tax and fee revenues to you, the taxpayer. The main proponents of Measure Q called the tax refund proposal "unreasonable." Does anyone really believe that this raid on small businesses will result in improved services and lower costs? The proponents argue that the current system results in inequities—those of businesses which have refuse pickup and those which do not This is the same inequity that Measure Q would create among Newport Beach residents. They will argue that some businesses "abuse" the service by having daily refuse collection. NOTHING in our charter or codes requires daily pickup. This "problem" can and should be handled administratively. Don't believe the proponents' siren song of responsible administration. They have shown far too often their willingness to raise taxes and fees with no commitment to spend responsibly. You'll pay one way or another. Stand up for responsible, fair, and equitable representation. Vote NO on Measure Q. s/ John W. Hedges AGAINST MEASURE Q Don't be fooled 7,�Jtical rhetoric of a few — The City Council in a 6-1 vote placed Measure Q on the ballot because they believe a YES vote on Measure Q is a vote for fiscal responsibility. The two Council - members signing this argument are fiscal conservatives who recently voted in favor of a proposal to refund taxes and fees to residents. Measure Q lets the voters decide if their tax dollars should be used for police, fire and library services or commercial trash collection. Your YES vote means continued free resident trash service without the potential for a five million dollar reduction in police, fire and library services. Vote YES on Measure Q to Gose a loophole in existing law which requires the City today to pay for the cost of trash collection for 200 businesses and could force the City to pay for trash collection and disposal for over 4,000 businesses. The City Council wants to annex Newport Coast but only if it makes financial sense — the Council will not annex any territory at the expense of current residents. A YES vote on Measure Q makes annexation more likely because current residents won't be subsidizing trash collection services for new residents. A YES vote on Measure Q will mean tax dollars are spent wisely by reaffirming your right to receive free trash collection withoutjeopardizing police, fire and library services that make Newport Beach a great, City. a/ Dennis D. O'Neil, City Councilmember and Chairman of Council Finance Committee s/ Rush Hill, Chairman Newport Harbor Area Chamber of Commerce s/ Norma Glover, City Councilmember and Chairman of Council Public Safety Committee s/ Michael Stephens, Former Chairman Newport Harbor Area Chamber of Commerce s/ Phil Sansone, Fortner Mayor Chairman, Corona del Mar Residents' Association 30-140 IAC N1li1G.\a1L1Ui1 N�ICGll1C111 Nage ly Ut SFJ patrol beats to ensure that the Property becomes a part of two patrol beats (beats covering the Property and other portions of the City) to enhance coverage in the Newport Coast in comparison to existing service. City will periodically evaluate staffing and assignments to ensure that levels of patrol and service call response times in the Newport Coast are comparable to other areas of the City. City shall consider, and implement when appropriate, recommendations of the Committee to provide temporary law enforcement services to Newport Coast residents such as the use of the Community Center or fire station to stage events such as crime prevention presentations, fingerprinting, and other community events. The Parties acknowledge that this Agreement does not create any legal claim or right of action on the part of any Newport Coast resident to any specific law enforcement service or response time and that all decisions relative to service are subject to the City Council's authority pursuant to the Charter. 12. CURBSIDE RESIDENTIAL REFUSE COLLECTION. City shall, as of the Effective Date, pay all charges incurred from the Effective Date forward by any residential Association, or any resident of any Association, that is a Party to this Agreement, for curbside refuse collection for fully improved and occupied single family residences. City shall have no obligation to pay for, or provide, any form of refuse collection for educational, commercial, hotel, timeshare, or multi- family uses. City's obligation to pay for refuse collection charges for curbside residential collection shall continue until: a. Similar refuse collection is no longer provided without charge to residents in Newport Beach's pre -1996 boundaries; or - b. City provides the refuse collection service using its own forces or http://www.city.newport-beach.ca..../NCPreAnnexAgreement.ht 01/27/2002 Pre -Annexation Agreement 4andont Version — Page I0 Property and other portions of the City) to enhance coverage in the Newport Coast in comparison to existing service. City will periodically evaluate staffing and assignments to ensure that levels of patrol and service call response times in the Newport Coast are comparable to other areas of the City. City shall consider, and implement when appropriate, recommendations of the Committee to provide temporary law enforcement services to Newport Coast residents such as the use of the Community Center or fire station to stage events such as crime prevention presentations, fingerprinting, and other community events. The Parties acknowledge that this Agreement does not create any legal claim or right of action on the part of any Newport Coast resident to any specific law enforcement. service or response time and that all decisions relative to service are subject to the City Council's authority pursuant to the Charter. 12. CURBSIDE RESIDENTIAL REFUSE COLLECTION. City shall, as of the Effective Date, pay all charges incurred from the Effective Date forward by any residential Association, or any resident of any Association, that is a Party to this Agreement, for curbside refuse collection for fully improved and occupied single family residences. City shall have no obligation to pay for, or provide, any form of refuse collection for educational, commercial, hotel, timeshare, or multi -family uses. City's obligation to pay for refuse collection charges for curbside residential collection shall continue until: (a) Similar refuse collection is no longer provided without charge to residents in Newport Beach's pre -1996 boundaries; or (b) City provides the refuse collection service using its own forces or a contractor. In the event City provides curbside residential refuse service, City shall provide that service at the same rates as are paid by the Newport Beach residents paying the lowest rate for the same or similar service. In the event City assumes the responsibility for curbside refuse collection for single family residences using its own forces, City shall use its best efforts to provide refuse collection service using equipment and collection techniques such as automated collection vehicles and presorted refuse containers similar to those in use as of the Effective Date. 13. OPEN SPACE AND RECREATIONAL FACILITIES (a) Procedures. The Parties acknowledge that certain open space dedications may have been accepted by the County and/or may contain conditions that preclude or impair the Parties' ability to achieve the Open Space Goals. NCC2K acknowledges that City has a pre-existing duty to take or avoid any action that could impair or restrict the development rights of Company and that failure to perform could impact the open space dedication or improvement obligations of the Company. Accordingly, the NCC2K acknowledges that the City is required to accept the transfer or assignment of any open space dedicated to the County unless the City determines that failure to do so will have no impact on the Company's development rights and Company consents in writing. NCC2K also acknowledges that City is required to accept any open space offered for dedication unless the City determines that failure to do so will have no impact on Company's development rights and Company consents in writing. City shall accept, conditionally accept, require revisions to, or reject offers of dedication of --open space as necessary or appropriate to achieve the Open Space Goals if City has determined that such action will not impact Company s development rights and Company has consented to such action in writing. City shall also accept dedications of open space that may be inconsistent with the Open Space Goals 26 February 2002 To the Honorable Mayor Tod W. Ridgeway and the Honorable Council members, Below are some questions and concerns regarding Item #16, the Trash removal Contract for Newport Coast: What is the estimated Property Tax that the City of Newport Beach will receive from Newport Coast? What is the estimated build out of homes that will be receiving Curbside Trash Removal Service out of the General fund? What is the estimated cost of providing Curbside residential trash service to Newport coast for the next 5 years? 2600 homes @ $13.03 = $33,878.00 (if 1/2 of those homes opt for another Trash Barrel @ 3.42 , which we pay for) 1300 Barrels @ 3.42 = 4,446.00 TOTAL $ 38.324.00 monthly x 12 = $ 459,888.00 5000 homes = 65,150.00 2500 barrels = 81550.00 TOTAL $ 73,700.00 monthly x 12 = $ 884,400.00 6000 homes = 78,180.00 3000 barrels = 10,260.00 TOTAL $ 88.440.00 monthly x 12 = $ 1.061280.00 7000 homes = 91,210.00 3500 barrels = 11,970.00 TOTAL $ 103.180.00 monthly x12 = $1.238,160.00 GOOD DEAL ......... WMOC gets to keep the $$$ for the recyclables and we, the taxpayers get to pay for the barrels..............GOOD DEAL FOR WHOM? Why does Bonita Canyon have to pay for their Trash ? Why do we (meaning the City as of 1996 boundaries , according to Measure Q) pay a recycle fee on our water bill???? Why do we have 3 different scenarios of Trash Service ???? Can we legally have 3 different scenarios of Trash Service? Respectfully, Dolores A. Offing TO: lutTSI i� Mayor and City Council General Services Director FEB 12 1002 Council Agenda Item No. 14 February 12, 2002 SUBJECT. Award of Newport Coast Residential Refuse Collection CoutractAgreement Recommendation Approve the attached contract agreement with Waste Management of Orange County to provide residential refuse collection services in the Newport Coast area. Background The City of Newport Beach officially annexed the Newport Coast area on January 1, 2002. Waste Management of Orange County currently provides residential refuse collection and recycling services in the Newport Coast area under an exclusive franchise agreement with the County of Orange. The City has agreed to pay for refuse collection for the residents of Newport Coast Pursuant to State law (Public Resources Code 49520), the City is required to continue service with the existing exclusive franchisee, Waste Management of Orange County (WMOC), for a minimum of five years. Written notice has been sent to WMOC of the City's intention to seek bids for the Newport Coast residential refuse collection in January 2007. During the interim five years (2002-2007), the City will contract with WMOC for residential refuse collection service. At the end of the five-year period, the City will be free to competitively bid the service. Discussion Waste Management of Orange County desires to enter into an agreement with the City to provide service as referenced in the attached agreement. The agreement is proposed for a five-year term as necessitated by the provisions of the State law noted above. Waste Management of Orange County has also agreed to an annual CPI adjustment on only the service portion of the monthly fee. No CPI is proposed for the disposal portion of the fee since the County landfill fee will remain the same during the length of the contract. Annual CPI adjustments are limited to 3% per year. FAUSERS\C.SVVHanunonMSmffRgp rts\ologo2wwwmauapmentContractdw Waste Management of Orange County acknowledges that the City has relied upon its representations and commits to faithfully perform the services required by the agreement and in accordance with the terms and conditions of the agreement. Other significant provisions of the contract are as follows: a. A monthly basic service fee of $13.03 per residence b. An extra can provision for $3.42 per month per residence c. Bulky item pickup available twice a year with a 4 item limit for each residence As a matter of information, WMOC collects residential refuse on a weekly basis utilizing automated collection equipment. Residents are provided two large wheeled refuse containers that can be rolled to curbside where a collection truck with a hydraulic arm is used to collect trash. One of the containers is used to collect refuse and one is used to collect recyclables. The monthly rate of $13.03 per residence is a mid-level rate in the County where residential refuse collection rates range from $8.00 to $16.39 per month. The County exclusive franchise agreement will be amended to exclude the service by WMOC to the Newport Coast Area once the City agreement is approved and executed. Very respectfully, David E. Niederhaus Attachment: Newport Coast Refuse Contract Agreement F:WSERWSWHammm"mffReports\010g02Wame.M=ge tContmctdoc CONTRACTOR AGREEMENT THIS AGREEMENT, entered into effective the 1st day of January of 2002, by and between the City of Newport Beach, a Municipal Corporation and Charter City ("City"), and USA Waste of California, Inc. dba Waste Management of Orange County., a California Corporation ("Contractor or Waste Management'), is made with reference to the following Recitals: RECITALS WHEREAS, Waste Management has a current Non -Exclusive Solid Waste Franchise Agreement to provide commercial solid waste handling services in the City. WHEREAS, On January 1, 2002, City annexed the area referred to as Newport Coast. WHEREAS, Prior to annexation, Newport Coast was within the jurisdiction of the unincorporated area of the County of Orange. WHEREAS, On March 2, 1999 the County of Orange entered into an eight year residential refuse collection agreement with Waste Management of Orange County to provide refuse collection in Newport Coast. WHEREAS, Effective January 1, 2002, the City has jurisdiction over refuse collection services in Newport Coast. WHEREAS, City has provided a written 5 year notice to Waste Management of Orange County pursuant to Public Resources Code Section 49520. WHEREAS, City desires to enter into an agreement with Waste Management to provide refuse collection services for residential properties in Newport Coast. WHEREAS, Waste Management and City have agreed that effective January 1, 2002, the existing contract between Waste Management of Orange County and the County of Orange to serve Newport Coast will be replaced by a new contract with the City of Newport Beach. NOW, THEREFORE, the Parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of five (5) years. The term shall commence the date this Agreement receives City Council approval. 0 0 2. CONTRACTOR DUTIES Contractor shall perform the services specifically described in, and in strict compliance with the Scope of Work ("Contractor Duties") Exhibit A. The Contract Duties shall be performed at least as frequently as specified in Exhibit A. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be hired in compliance with State and Federal law. B. All contract services shall be performed by competent and experienced employees. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. Contractor shall provide City with the designated supervisor's name and shall notify City of the name of any successors within ten (10) days of any change in supervision. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards. All vehicles shall bear the identification of the Contractor and clearly post City provided signs that say "Serving the City of Newport Beach" on each vehicle. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor in accordance with attached fee schedule (Exhibit B). Contractor shall submit invoices for services provided to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices". 2 0 • 5. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of Contract Services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, volunteers, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of Contract Services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the fraud or willful misconduct by City, its officials, agents, volunteers, employees or representatives. B. Contractor shall defend, indemnify and hold harmless City, its City Council, boards and commissions, officers, volunteers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees, volunteers and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 3 0 7. INSURANCE • A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Certification of all required insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any Contract Services. Except workers' compensation insurance, all insurance policies shall be endorsed to add City, its elected officials, officers, agents and employees as additional insureds for all liability arising from Contractors services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A-7 or better carriers: 1. Worker's Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and one million dollars ($1,000,000) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than two million dollars ($2,000,000); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of two million dollars ($2,000,000) combined single limit per accident for bodily injury and property damage, and shall include sudden and accidental coverage. D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: El 0 0 1. Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, volunteers and employees as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and performance of Contract Services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 8. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any 5 a 0 0 subcontractors unless specifically authorized by City. Contractor may assign or transfer this agreement to subsidiaries or affiliates of the company upon notice to the City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. C. Contractor shall promptly notify the City of any company name change. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the disposal and labor costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 1.9 10. 0 0 A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 11. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform refuse collection services as requested by the Administrator and as noted by Exhibit B. The Administrator may give verbal authorization for additional services up to one thousand dollars ($1,000). 12. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the Administrator with any appeal to the City Manager. The City Manager's decision shall be final. 13. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 14. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to Thirty four thousand dollars ($34,000) as security for the Faithful Performance of this Agreement. 7 • 15. LABOR 0 A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give notice to City, including all relevant information. 16. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that violates the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 17. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project should the Contractor fail to perform or default. 18. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 91 11 19. NOTICES All notice, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658-8915 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: District Manager Waste Management of Orange County 1800 South Grand Avenue Santa Ana, CA 92705 20. TERMINATION/DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this Agreement by giving written notice of termination. B. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for Contract Services if, in the judgment of the City Administrator, the Contractor fails to satisfactorily perform Contract Services. City shall have the right to return funds withheld until the City Administrator determines that Contract Services are performed as well as required by this Agreement. g 0 0 21. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 22. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinance, statutes or regulations applicable to the performance of Contract Services. Contractor shall fully comply with all provisions of its Non -Exclusive Solid Waste Franchise Agreement with the City and any other permitting or franchise requirements adopted by City. 23. WAIVER A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 24. Contractor agrees that this Agreement shall supercede all previous agreements to provide residential refuse collection services in the Newport Coast area including agreements with the County of Orange. Contractor waives and releases all rights to provide services except as provided in this Agreement. Contractor acknowledges receipt of the City five (5) year notice on December 19, 2001 and agrees that upon termination of this Agreement, Contractor will not contest City's right to provide services or contract for services pursuant to a Request for Proposals process. 25. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. ius 0 ATTEST: By: LaVonne Harkless, City Clerk APPROVED AS TO FORM: By: _ , Z' �—� Robin L. Clauson, Assistant City Attorney 11 E CITY OF NEWPORT BEACH A Municipal Corporation Tod Ridgeway, Mayor USA Waste of California, Inc., dba Waste Ma 50f OBy:bertJ. C e, DistdptfAanager 0 LIST OF EXHIBITS Exhibit A Refuse Contract Services Exhibit B Level of Compensation 12 9 i Contractor Duties Refuse Contract Services • Exhibit A 1) To provide weekly private residential refuse collection, recycling and disposal services to all private residences in the Newport Coast Area annexed on January 1, 2002 by the City. 2) The Contractor will handle all resident inquiries or complaints of service in an expeditious manner. 3) To provide a bulky item pickup twice per year for each residence with a limit of 4 items per request. 4) The weekly basic service will consist of providing two individual automated style containers, one for refuse and one for recyclable materials. 5) Refuse collection day for Newport Coast will be Friday. Collection day shall not be changed without City approval. No change to this schedule will be considered with less than 60 days notice to the City. 6) Additional refuse collection containers will be provided upon request of the resident. The cost for the extra service provided in Exhibit B will be bome by the City. 7) Collect, recycle and dispose of all residential solid waste materials in accordance with the provisions of the Non-exclusive Solid Waste Franchise Agreement and all applicable City ordinances and State mandates. 8) To provide collection for Christmas trees discarded by any Newport Coast resident served by the Contractor on the first two regularly scheduled collection days after Christmas Day. 9) To provide on a monthly basis all necessary reporting data requested by the City relating to the City's compliance requirements pertaining to AB 939 as it affects the City's Integrated Solid Waste Management Plan. Such report shall be provided to the City within 30 days after the end of each calendar quarter. The Contractor shall cooperate with activities requested by the City to measure diversion of solid waste from landfills, including, but not limited to, providing a location for conducting waste sorting and re-routing trucks on a temporary basis to facilitate composition analysis. 13 0 0 10) The Contractor shall keep data on the origin and tonnage of solid waste collected in the Newport Coast area. The Contractor shall provide to the City, on a quarterly basis, the following information in a format supplied by or approved by the General Services Director: 1. The tonnage of Solid Waste collected by the gross number of tons collected each month. 2. The origin and tonnage of solid waste that is actually delivered to the designated landfill each quarter. 3. The weight of recyclable materials collected in the Newport Coast area and delivered for recycling. 4. The facility to which each type of recyclable material or recovered material is delivered by the Contractor. 5. Total weight, by type of material, of glass, aluminum, plastic, paper, cardboard, concrete, dirt, asphalt, green waste, lumber and white goods collected monthly. 6. Any other information reasonably requested by the City to meet State or Federal regulatory reporting requirements of the City's Source Reduction and Recycling Element (SRRE), as it may be amended from time to time. 14 0 0 Exhibit B Compensation for Services Compensation for refuse contract services shall be $13.03 per residence. The monthly rate of $13.03 per residence is composed of a base service fee component of $10.72 and a disposal fee component of $2.31. In addition to the monthly rate of $13.03 per residence, City will pay for extra refuse or recycling cans as requested by individual residents in the amount not to exceed $3.42 per resident request. 3. City franchise fees pursuant to Section 12.63.070 shall be waived, but only for residential solid waste handling services provided under this Agreement. 4. The City will be billed in arrears by the Contractor on a monthly basis. 5. The base service fee of $10.72 shall be increased on January 1, 2003, and every 12 months thereafter to reflect any increase in the Consumer Price Index (CPI — all urban consumers for the Los Angeles — Anaheim — Riverside area) for the 12 months proceeding the prior November index, provided that the CPI increase shall not exceed 3% per 12 month period. F:\Users\GS\AJHammond\WMOCattamendl.doc 15 • PUBLIC RESOURCES CODE SECTION 49520-49524 on y, l7(/� of serz.oica,- 49520. If a local agency has authorized, by franchise, contract, license, or permit, a solid waste enterprise to provide solid waste handling services and those services have been lawfully provided for more than three previous years, the solid waste enterprise may continue to provide those services up to five years after mailed notification to the solid waste enterprise by the local agency having jurisdiction that exclusive solid waste handling services are to be provided or authorized, unless the solid waste enterprise has an exclusive franchise or contract. If the solid waste enterprise has an exclusive franchise or contract, the solid waste enterprise shall continue to provide those services and shall be limited to the unexpired term of the contract or franchise or five years, whichever is less. 49521. A solid waste enterprise providing continuation solid waste handling services pursuant to Section 49520 is subject to the following conditions: (a) The services of the solid waste enterprise shall be in substantial compliance with the terms and conditions of the franchise, contract, license, or permit, and meet the quality and frequency of services required by the local agency in other areas not served by the solid waste enterprise. (b) If the local agency has established rates for solid waste handling services, the solid waste enterprise may be required by the local agency to adhere to rates that are comparable to those established by the local agency. 49522. Nothing in this chapter affects the right of a city following annexation to terminate for cause a franchise, contract, license, or permit held by a solid waste enterprise authorized by the county. 49523. Any local agency or solid waste handling enterprise may contract, upon mutually satisfactory terms, for the termination of all or any part of the business of the solid waste enterprise before the expiration of the period specified in Section 49520. 49524. Notwithstanding Section 49523, a solid waste enterprise may not waive the right to continue to provide solid waste handling services as provided in this chapter. GOVERNMENT CODE SECTION 57375-57385 57375. Except as otherwise provided in this chapter, on and after the effective date of an incorporation, the territory incorporated, all inhabitants within the territory, and all persons entitled to vote within the newly incorporated city by reason of residing in the city are subject to the jurisdiction of the city and shall have the rights and duties conferred on them as inhabitants and voters of the incorporated city. 57376. (a) If the newly incorporated city comprises territory formerly unincorporated, the city council shall, immediately following its organization and prior to performing any other official act, adopt an ordinance providing that all county ordinances previously applicable shall remain in full force and effect as city ordinances for a period of 120 days after incorporation, or until the city council has enacted ordinances superseding the county ordinances, whichever occurs first. However, if the Board of Supervisors of the County of Orange has adopted an ordinance or resolution, or both, pursuant to Section 50029 or 66484. 3 prior to the effective date of an incorporation of a city within that county, that ordinance or resolution shall not be repealed or superseded by the city until the county ordinance or resolution has been repealed or superseded by the board of supervisors of that county. If the county ordinance or resolution is repealed or superseded, then within 30 days of the effective date of the ordinance or resolution repealing or superseding the county ordinance or resolution, the city council shall enact a new ordinance or resolution conforming in all respects to the action taken by the county. The ordinance enacted by the city council immediately following its organization also shall provide that no city ordinance enacted within that 120 -day period of time be deemed to supersede any county ordinance unless the city ordinance specifically refers to the county ordinance, and states an intention to supersede it. Enforcement of the continuing county / GERAL ELECTION �► • N EMBER 5, 1996 CITY OF NEWPORT BEACH Shall Initiative Ordinance 878 be amended to Yes + Q require the City of Newport Beach to use property tax revenue to pay only for the cost of No + providng curbsidecontainer refuse collection for existing or future residential units within city boundaries as of November 1,1998? CITY OF ORANGE Shall the City of Orange Council Members be Yes + Rlimited to a maximum of two consecutive tour - year terms and the elected Mayor be limited to No a maximum dthreeconsecutivetwo-year tams? CITY OF YORBA LINDA l Shall the Ordinance be adcpted which ordains Yes + that a person is inelk e t bald office as a S Member of the City Cama) if that person has No + served in the oft for three (3) full terns? Shall the Ordinance be adopted vdnirin ordains Yes + T Nat a person is ire5gble to hold o1Gce as a Member of the City Council if that person has No + served in the oft for two (2) consacutive full terms, unless he or she has been out of the office for at least two 0 years, with no Gmimtion on tha total number of tams? ROSSMOOR COMMUNITY SERVICES DISTRICT Shell the ordinance be adopted expanding the Yes + U powers of the RDssmoor Community Services District to the extent necessary to repair, main. No + pin a dor replace the Rossmoor red bridtw all adjacent to Los Ala *&Seal Beads Boule4ard arQectm adopim of a M—w'Smx(WemmV)IoMtrsjchbyatNo4irdsmabbVM7 Shaer the resolution be apQtoved which ion Yes + m V po s)�altaxofTWE6.FOUR0diars (S2 year on property within the Ross I No + moor Community Services District in order to pay for maintenance, repair, andlor replacement of the Rossrnoor red brick wan adjacent to Los AlamitosfSeal Beach Boulevard, subject to the adoption of Measure U by a majority vote? PLACENTIA LIBRARY DISTRICT Shall the Placentia Library District be auNa- Yes + W ized to levy a special per parcel tax annuaty tar live years to replace Ibtaky funding Ica due to No + the reallop0ien of local property tact by the State ofCalifornia and the el mindon of the Special District Augmentation Fund? ZI FULL TEXT OF MEASURE Q CITY OF NEWPORT BE,4 COSTS DEFRAYED FROM AD VALOREM TAX REVENUE (Ordinance 878 as adopted by a majority vote of the electorate of the City of Newport Beach on 612159, effective 6119159) Section 6.04.170. The cost and expense of collecting, hauling away and disposing of garbage, refuse and cuttings as those termsare defined by Sections 6.04.010, 6.04.020 and 6.04.030, for any dwelling or dwelling unit existing or future, within the boundaries of the City as of November 1. 1996that receives curbside container refuse collection service from the City of Newport Beach, shall be defrayed exciusively from the ad valorem tax revenues of the City of Newport Beach. ARGUMENT IN FAVOR OF MEASURE Q VOTE YES ON MEASURE Q YES ON MEASURE Q Reaffirms right of residents to continue to receive curbside container refuse service without fees. YES ON MEASURE Q • Protects against reductions in Police, Fire and Library and other important services that would result if taxpayers pay the cost of providing free refuse service for all businesses. YES ON MEASURE Q • Avoids dramatic increases in the number of City employees and equipment necessary to collect all of the refuse generated by busi• nesses. YES ON MEASURE Q • Ensures the City's ability to provide services to its residents without being impacted by the cost of refuse services to areas annexed to the City in the future. YES ON MEASURE Q • Ensures that commercial solid waste collection and disposal is handled by the private sector — not public employees at taxpayers expense. YES ON MEASURE Q • Eliminates government subsidies to some businesses and promotes competition on a level playing field. Residents and business owners who care about the quality of life in Newport Beach support Measure Q. AYES vote on Measure Q protects the right of residents to receive trash collection service without the fees that are charged by every other Orange County city. Passage of Measure Q will ensure that property tax revenues continue to be used to provide high quality Library, Police and Fire services to the community — not free refuse collection for a few businesses. A YES vote on Measure Q will eliminate government subsidies for those few busi- nesses who currently benefit from an ordinance designed to protect residents. Vote YES on Measure Q to protect your right to free trash service while ensuring continued high quality Police, Fire and Library services. sl Dennis D. O'Neil, City Councilmember Chairman of Council Finance Committee s/ Rush Hill, Chairman Newport Harbor Area Chamber of Commerce s! Norma Glover, City Councilmember Chairman of Council Public Safety Committee st Mike Stephens, Fortner Chairman Newport Harbor Area Chamber of Commerce of Phil Sansone, Former Mayor Chairman Corona del Mar Residents' Association IMPARTIAL ANALYSIS BY CITY ATTORNEY •h MEASURE Q In 1959, Newport Beach voters approved an initiative measure which required the City to use ad valorem property tax revenues to pay for the cost of collecting, hauling and disposing garbage and refuse. The City has, for more than 35 years, used property tax revenue to finance the cost of providing curbside container refuse service to single family residences, some multi family residences, and a very small percentage of businesses. The vast majority of businesses and many large residen- tial projects collect refuse in bins and pay private haulers to dispose of the garbage. Newport Beach is the only City in Orange County that uses property tax revenue to pay for residential container refuse service. A yes vote on this Measure would require the City to continue to use property tax revenue to pay for the cost of curbside container refuse service for existing residential units and those to be constructed within the current boundaries of the City of Newport Beach. A "yes" vote on this measure will not affect businesses and residential projects using private haulers to collect and dispose of refuse but will eliminate the City's practice of providing free refuse service to approximately 200 businesses. A "no" vote on the Measure would, at the very least, require the City to continue to use property tax revenue to pay for curbside container refuse collections service currently provided for some busi- nesses. A "no" vote on this Measure would potentially cause the City to use approximately $5,000,000 in property tax revenue to fund the cost of refuse collection formore than 4,000 businesses with a corresponding reduction in revenue for other City services. st Robert H. Burnham City Attorney REBUTTAL TO ARGUMENT IN FAVOR OF MEASURE Q The basic premise of Measure Q is faulty. It is the bureaucratic camel's nose in the taxpayer's tent of tax -paid refuse collection. Already a majority of the City Council would like to charge you monthly for refuse service already paid for by your taxes. There would be no limit to those fees. A point by point answer to the proponent's argument follows: • No affirmation is necessary. Free refuse service is already memori- alized in the existing ordinance. • The existing ordinance has been in place for nearly 40 years without service cuts. • The number of City employees and equipment needed to collect refuse is already reduced. There is no increase whatsoever planned or required. • The measure would greatly harm the City's ability to annex by imposing a tax on future residents. Additional tax revenues will be lost • The City Council has already refused to put City refuse collection out to private bid. • There are no government subsidies. What is touted as competition is really a cut in service. This measure masks the refusal of the City to fulfill its obligation to public financial responsibility. Non-resident use of the Library is over 50%. The City Council refused to consider significant savings in administration of the public safety departments which could enhance the ability to provide police and fire service at lower cost. The City Council refused to refund recycling fee overcharges. The City is spending thousands of yourtax money on this faulty Measure as it whistles in fiscal darkness. Vote NO on Measure Q. s! John Hedges Mayor City of Newport Beach 30-139R io - " ARGUMENT AGAINST h*1RE 0 Measure Q sufftrs from two fatal flaws. The first is that it would create two Gasses of Newport Beach citizens— those who reside here now, and those who are annexed in the future. Future citizens would have to pay a high monthly charge for garbage pickup while present citizens are charged by expenditure of other tax revenues. This creation of separate classes needlessly jeopardizes the successful annexation of the Newport Coast—an annexation which would result in millions of dollars of additional revenues and forwhich potential residents must vote. What benefit would any future citizens see in annexation to Newport Beach? Would you want to be part of a City which charged you more for the same service than your neighbors? The second flaw is that the City Council has refused to make the moral commitment to spend your tax dollars wisely. The City Council rejected a proposal to refund excess tax and fee revenues to you, the taxpayer. The main proponents of Measure Q called the tax refund proposal "unreasonable." Does anyone really believe that this raid on small businesses will result in improved services and lower costs? The proponents argue that the current system results in inequities—those of businesses which have refuse pickup and those which do not. This is the same inequity that Measure Q would create among Newport Beach residents. They will argue that some businesses "abuse" the service by having daily refuse collection. NOTHING in our charter or codes requires daily pickup. This "problem" can and should be handled administratively. Don't believe the proponents' siren song of responsible administration. They have shown far too often their willingness to raise taxes and fees with no commitment to spend responsibly. You'll pay one way or another. Stand up for responsible, fair, and equitable representation. Vote NO on Measure Q. s/ John W. Hedges REBUTT ARGUMENT AGAINST MEASURE Q Don't t fooled ical rhetoric of a few — The City Council in a 6-1 vote placed Measure Q on the ballot because they believe a YES vote on Measure Q is a vote for fiscal responsibility. The two Council. members signing this argument are fiscal conservatives who recently voted in favor of a proposal to refund taxes and fees to residents. Measure Q lets the voters decide if their tax dollars should be used for police, fire and library services or commercial trash collection. Your YES vote means continued free resident trash service without the potential for a five million dollar reduction in police, fire and library services. Vote YES on Measure Q to close a loophole in existing law which requires the City today to pay for the cost of trash collection for 200 businesses and could force the City to pay for trash collection and disposal for over 4,000 businesses. The City Council wants to annex Newport Coast but only if it makes financial sense — the Council will not annex any territory at the expense of current residents. A YES vote on Measure Q makes annexation more likely because current residents won't be subsidizing trash collection services for new residents. A YES vote on Measure Q will mean tax dollars are spent wisely by reaffirming your right to receive free trash collection withoutjeopaniizing police, fire and library services that make Newport Beach a great, City. s/ Dennis D. O'Neil, City Councilmember and Chairman of Council Finance Committee s/ Rush Hill, Chairman Newport Harbor Area Chamber of Commerce s/ Norma Glover, City Councilmember and Chairman of Council Public Safety Committee s/ Michael Stephens, Fortner Chairman Newport Harbor Area Chamber of Commerce s/ Phil Sansone, Former Mayor Chairman, Corona del Mar Residents' Association rrC ruinexauun agreement rage 19 of 4.) patrol beats to ensure that the Property becomes a part of two patrol beats (beats covering the Property and other portions of the City) to enhance coverage in the Newport Coast in comparison to existing service. City will periodically evaluate staffing and assignments to ensure that levels of patrol and service call response times in the Newport Coast are comparable to other areas of the City. City shall consider, and implement when appropriate, recommendations of the Committee to provide temporary law enforcement services to Newport Coast residents such as the use of the Community Center or fire station to stage events such as crime prevention presentations, fingerprinting, and other community events. The Parties acknowledge that this Agreement does not create any legal claim or right of action on the part of any Newport Coast resident to any specific law enforcement service or response time and that all decisions relative to service are subject to the City Council's authority pursuant to the Charter. 12. CURBSIDE RESIDENTIAL REFUSE COLLECTION. City shall, as of the Effective Date, pay all charges incurred from the Effective Date forward by any residential Association, or any resident of any Association, that is a Party to this Agreement, for curbside refuse collection for fully improved and occupied single family residences. City shall have no obligation to pay for, or provide, any form of refuse collection for educational, commercial, hotel, timeshare, or multi- family uses. City's obligation to pay for refuse collection charges for curbside residential collection shall continue until: a. Similar refuse collection is no longer provided without charge to residents in Newport Beach's pre -1996 boundaries; or b. City provides the refuse collection service using its own forces or http://www.city.newport-beach.ca..../NCPreAnnexAgreement.ht 01/27/2002 Pre -Annexation Agreement • 0Handout Version — Page 10 Property and other portions of the City) to enhance coverage in the Newport Coast in comparison to existing service. City will periodically evaluate staffing and assignments to ensure that levels of patrol and service call response times in the Newport Coast are comparable to other areas of the City. City shall consider, and implement when appropriate, recommendations of the Committee to provide temporary law enforcement services to Newport Coast residents such as the use of the Community Center or fire station to stage events such as crime prevention presentations, fingerprinting, and other community events. The Parties acknowledge that this Agreement does not create any legal claim or right of action on the part of any Newport Coast resident to any specific law enforcement service or response time and that all decisions relative to service are subject to the City Council's authority pursuant to the Charter. 12. CURBSIDE RESIDENTIAL REFUSE COLLECTION. City shall, as of the Effective Date, pay all charges incurred from the Effective Date forward by any residential Association, or any resident of any Association, that is a Party to this Agreement, for curbside refuse collection for fully improved and occupied single family residences. City shall have no obligation to pay for, or provide, any form of refuse collection for educational, commercial, hotel, timeshare, or multi -family uses. City's obligation to pay for refuse collection charges for curbside residential collection shall continue until: (a) Similar refuse collection is no longer provided without charge to residents in Newport Beach's pre -1996 boundaries; or (b) City provides the refuse collection service using its own forces or a contractor. In the event City provides curbside residential refuse service, City shall provide that service at the same rates as are paid by the Newport Beach residents paying the lowest rate for the same or similar service. In the event City assumes the responsibility for curbside refuse collection for single family residences using its own forces, City shall use its best efforts to provide refuse collection service using equipment and collection techniques such as automated collection vehicles and presorted refuse containers similar to those in use as of the Effective Date. 13. OPEN SPACE AND RECREATIONAL FACILITIES (a) Procedures. The Parties acknowledge that certain open space dedications may have been accepted by the County and/or may contain conditions that preclude or impair the Parties' ability to achieve the Open Space Goals. NCC2K acknowledges that City has a pre-existing duty to take or avoid any action that could impair or restrict the development rights of Company and that failure to perform could impact the open space dedication or improvement obligations of the Company. Accordingly, the NCC2K acknowledges that the City is required to accept the transfer or assignment of any open space dedicated to the County unless the City determines that failure to do so will have no impact on the Company's development rights and Company consents in writing. NCC2K also acknowledges that City is required to accept any open space offered for dedication unless the City determines that failure to do so will have no impact on Company's development rights and Company consents in writing. City shall accept, conditionally accept, require revisions to, or reject offers of dedication of open space as necessary or appropriate to achieve the Open Space Goals if City has determined that such action will not impact Company's development rights and Company has consented to such action in writing. City shall also accept dedications of open space that may be inconsistent with the Open Space Goals 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 7. PROJECT MANAGER Consultant shall assign the Project to a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Project term. Consultant has designated Maria Levario to be its Project Manager. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. 7.1 Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of the City. Consultant warrants it will continuously fumish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE j Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in Exhibit "A ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. 9. CITY POLICY r.si> Consultant will discuss and review all matters relating to policy and project {+� direction with the Project Administrator in advance of all critical decision points in order to 12 ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council, 11. PROGRESS Consultant is responsible to keep the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of t services or work conducted or performed pursuant to this Agreement. This indemnity shall apply even in the event of negligence of City, or its employees, or other contractors, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attomeys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business in the State of California, i wan an assignea poucyhoiaers' Hating of A (or nigner) ana rinanciai Size uategory ciass 4✓ VII (or larger) in accordance with the latest edition of Bests Key Rating Guide: unless 5 ., 0 0 } otherwise approved by the City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give to City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or n more of the voting power, or twenty -five percent (25 %) or more of the assets of the E corporation, partnership orjoint- venture. E i 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at Citys sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES r In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. 18. ADMINISTRATION This Agreement will be administered by the Planning Department. Patricia Temple, Planning Director shall be considered the Project Administrator and shall have the authority act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records -with respect to the costs incurred under this Agreement. All such records shall be a clearly identifiable. Consultant shall allow a representative of City to examine, audit and 7 Y 0 0 make transcripts or copies of such records during normal business hours. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with the Project. 22. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 23. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 24. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. iii 0 0 -� All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach Planning Department 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 Phone (949) 644 -3200 Fax (949) 644 -3250 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: LSA Associates, Inc. 20 Executive Park, Suite 200 Irvine, California 92614 Phone (949) 553 -0666 Fax: (949) 553 -8076 25. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other parry of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 25.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to the Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 26. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 27. WAIVER A waiver by either parry of any breach, of any term, covenant or condition 4 0 contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or;a different character. 28. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consliliam.. 29. PATENT INDEMNITY The Consultant shall indemnify City, its agents, officers, .representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney AT 0 City Clerk Attachments: Consultant Proposal (Exhibit A) 10 CITY OF NEWPORT BEACH A Municipal Corporation Homer Bludau City Manager City of Newport Beach CONSULTANT: %r By: — Rebel# W. Belen fix• McCann LSA Associates, Inc. President LSA February 8, 2002 James W. Campbell Senior Planner L SSOCIATIS, INC. OTHER OFFICES: FT. COLLINS O ARK PLAZA, SUITE 500 949.553•o666 TIis BERKELEY RIVERSIDE IRVINE, CALIFORNIA 91614 949.553.6076 FAX ►T. RICHMOND ROCKLIN City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92658 -8915 Subject: Revised Proposal to Prepare an Initial Study and Focused Environmental Impact Report for the Newport Beach Temple Dear Mr. Campbell: LSA Associates, Inc. (LSA) is pleased to provide the City of Newport Beach (City) with this proposal to prepare an Initial Study/Focused Environmental Impact Report (EIR) for the proposed Newport Beach Temple. This proposal is based on our knowledge of the project area, discussions with you and the project applicant, review of the completed Environmental Information Form, two visits to the site, and attendance at four meetings at City Hall. jLSA will review and incorporate the information included in the Biological Resource Assessment, Archaeological Assessment, Paleontologic Resource Assessment, and Initial Study/Mitigated Negative Declaration (IS/MND) previously prepared for the project site in 1992. A biological resources update is included in this scope of work. LSA's work effort outlined in this proposal is to prepare an IS and to prepare and circulate a Focused EIR providing focused study of the potential environmental effects of construction and operation of a Temple on the existing church site, primarily discussing visual, traffic, water quality, and air quality effects. Should the scope of work change due to the City's desire to address additional issues in the Focused EIR, a budget amendment would be requested prior to initiation of additional work. Our proposed scope of work, schedule, and budget are attached. Should you have any questions, please call me at (949) 553 -0666. Thank you for the opportunity to assist you with this project. LSA (ASSOCIATES. INC. Rob Balen Principal Attachments 2/8102«P:\cnb230 \EIR Proposal.wpd3) PLANNING l ENVIRONMENTAL SCIENCES l DIIION 0 • SCOPE OF WORK Based on LSA's knowledge of the project, the project area, and a review of project supporting documentation, we have prepared a pragmatic work program for the EIR. This work program will provide the City of Newport Beach with the following: • A project level EIR to allow environmental clearance of proposed development components consistent with the level of project information available. • A sensitivity to cost considerations. To this end, LSA will utilize 1) all relevant documentation provided by the City, and 2) previous environmental clearance documents for the previously proposed project on the site. • An environmental analysis consistent with California Environmental Quality Act (CEQA) and City requirements and procedures in a document that is defensible and complete. • A responsive schedule to include the timely consideration of certification of the Final EIR. TASK 1: ENVIRONMENTAL ISSUE IDENTIFICATION AND ANALYSIS LSA will assemble all pertinent data provided by the Applicant, the City, and any responsible agency essential for preparation of an Initial Study and Notice of Preparation, as well as other appropriate informational documents prepared for projects in the vicinity. A Screencheck Initial Study (IS), for review by the City, will be prepared to evaluate potential impacts of the proposed project. The IS will be prepared in compliance with CEQA and the CEQA Guidelines, as well as City CEQA Guidelines, if applicable. The IS will utilize the Environmental Checklist Form (Appendix G of the CEQA Guidelines), and will include thorough responses to each of the checklist questions to determine the potential environmental effects of the proposed project. To enable LSA to proceed with this first task, the following information must be provided by the applicant to clearly define the project description and conduct the environmental analysis: • Complete Plans and Elevations • Visual Simulations (if required, applicant will provide calculations and data files of visual simulations for peer review) • Geotechnical Report • Photos of the site and surroundings ( Schedule and description of the facility uses, hours, number of persons attending, and an estimate k of the maximum number of persons attending church at any one time P:%cnb230T1R Proposal.wpd 02M'02H LSA ASSOCIATES. INC. • FEBRUARY 2002 • Traffic Phasing Ordinance and Parking Study • Engineered hydrology and water quality plans and studies . PROPOSAL NEWPORT BEACH TEMPLE The IS document will contain all applicable environmental components required by CEQA, including project description, IS Checklist, and Checklist responses. The methodology for addressing each environmental topic is addressed below. For each of the environmental impact sections, the existing environmental setting will be compared to the proposed project. Biological Resources LSA will utilize the previously prepared Biological Resources Assessment, other documentation related to biological resources on the site, and a site visit in its analysis of this issue. Because a portion of the project site is currently being used for overflow parking from the adjacent church facility and a majority of the site has been graded, it is not anticipated that significant impacts related to biological resources will occur. As an additional task, LSA will complete a performance evaluation on the Church coastal sage scrub mitigation site, located north of the proposed project. LSA will evaluate the continuing progress of the mitigation site since its acceptance by the agencies. The number of California gnatcatcher pairs will also be noted. The findings will be incorporated into the environmental documentation currently being prepared for the City of Newport Beach (City) for the LDS Temple project. Cultural Resources LSA will review and incorporate the findings and recommendations of the previously prepared Archaeological Assessment and Paleontologic Resource Assessment, as well as other documentation related to cultural resources. No significant cultural resource issues are anticipated. Geology and Soils LSA will summarize the findings of the geotechnical report provided by the applicant. In addition to a discussion of seismic concerns, the discussion will focus on the proposed grading on the site. Land Use and Planning This section will describe the existing land use setting and analyze the project's compatibility with the surrounding land uses, as well as its conformance with the City s General Plan Land Use Element, Zoning Ordinance, and other applicable plans and policies. The City's preliminary review of the project revealed that the proposed facility is a conditionally permitted use under the Bonita Canyon Specific Plan EIR and complies with the City's General Plan policies. Mcat;230WR Proposal.wpd (Q/8102)) 1 LSA ASSOCIATES. INC. IESRUARY 2002 Noise . RROIOSAL NEWPORT BEACH TEN }LE This section will focus primarily on temporary noise impacts generated by project construction. In addition, an analysis of traffic noise impacts of the project and potential impacts to the surrounding area will be included in the discussion. Agricultural Resources, Hazards and Hazardous Materials, Mineral Resources, Public Services, Recreation, Utilities /Service Systems Given the project location and nature/intensity of use, no significant impacts are anticipated for these environmental topics. Therefore, LSA will describe the existing conditions and provide a limited assessment of the impacts of the project. This analysis will be based on existing information contained within the City's General Plan Elements and other applicable City policies, as well as previous environmental analysis relevant to the project site. TASK 2: DRAFT INITIAL STUDY/NOTICE OF PREPARATION After receiving comments from the City on the Screencheck IS, LSA will make the necessary revisions to the document and supporting technical studies and will prepare a Draft IS to attach to a Notice of Preparation for public review. We will provide a pre -print version/revised screencheck of the Draft IS/NOP to the City and applicant for a limited final review prior to printing. The purpose of this review will be to verify that the City is satisfied with the new and revised text. At the pre -print stage, no substantive changes to technical analyses or conclusions are provided for in the schedule or budget. TASK 3: PREPARATION OF FOCUSED ENVIRONMENTAL IMPACT REPORT (EIR) LSA will prepare a Screencheck EIR in accordance with the requirements of CEQA and CEQA Guidelines for review by the City. The document will contain all applicable environmental components required by CEQA, including Introduction, Background, Project Description/ Characteristics/Phasing and Discretionary Approvals; Setting, Impacts (Project and Cumulative), Mitigation and Level of Significance; and mandatory CEQA topics (e.g., Growth Inducement), Alternatives, and lists of references, persons consulted, and EIR preparers. The document that is submitted to the City will be in a screencheck form, reflecting LSA internal review and quality control. The Focused EIR will address the following issues: Aesthetics f;`.. N This section will evaluate potential visual impacts of the proposed project from selected viewpoints, iiAAJJ and will address potential light and glare issues. This analysis will focus primarily on the project's potential to impact views from the sports park southwest of the project site (currently under P:knb230\EIR Propwal.wpd 0218/02» UA ASSOCIATES. INC. PROPOSAL • I ESAUART ]00] NEWPORT REACH TENELE construction), Bonita Canyon Road, the homes immediately northeast of the site in the Bonita Canyon Development, as well as homes south of the site. The analysis will utilize visual simulations to be provided by the applicant. Additionally, LSA will conduct a peer review of the visual simulations provided by the applicant or, if appropriate, LSA will provide additional visual simulations with viewpoints selected by the City and the applicant (optional task). Visual simulations by LSA are not included in this scope of work and budget. If potentially significant visual impacts are predicted from the project, mitigation measures will be proposed to endeavor to reduce visual impacts to less than significant levels. Air Quality The air quality section will contain a qualitative discussion of the air quality impacts generated by the project as required by the South Coast Air Quality Management District. Special emphasis will be placed on temporary air quality impacts generated by project construction. Hydrology and Water Quality Water quality concerns continue to increase with regard to projects in California, as the public and the Regional Water Quality Control Boards increase their scrutiny over development projects. LSA j will review and incorporate findings of previously prepared hydrology reports, previous J environmental analysis relevant to the project site, and updated hydrology and water quality information provided to LSA by the applicant's project engineer. Transportation/Traffic This section will evaluate the on -site and off -site traffic circulation system and parking associated with the proposed project. Because the majority of Temple activities occurs during off -peak hours, traffic is not expected to be a significant issue. LSA will utilize the Traffic Phasing Ordinance Study and Parking Study prepared by Urban Crossroads for the proposed project. Review and Revisions to EIR The Screencheck EIR, including appendices and supporting documentation, will be submitted for City review. After receiving comments from City staff on the Screencheck EIR, LSA will make necessary revisions to the document. Prior to circulation of the Draft EIR, we will provide a pre -print version of the Draft EIR to the City for a limited final review prior to printing the Draft EIR. The purpose of this review will be to review the changes to the Screencheck and to verify that the City is satisfied with the new and revised text. LSA specifies six hours of professional staff time to make final corrections. Prior, to completion of the Draft EIR, LSA will work with the City to compile the distribution list and will prepare a draft Notice of Completion for City review and signature. Copying and distribution of P:knb2301EIR Propozal.wpd 02/8102» uA ASSOCIATES. INC. PROPOSAL I[aRu ARY 200E 0 • NEWPORT aEACH TEMPLE the Draft EIR to Responsible Agencies and interested parties will be completed by LSA on a cost plus expenses basis. During the public review period, LSA will prepare responses to those comments as comments on the Draft EIR are received.. We will work with the team to determine responsibilities for those responses based on information developed by others (comments on engineering issues or applicant supplied technical studies). Once we have reviewed the comments and prior to preparing the responses, we will present a strategy for the response document and will discuss that strategy with the team. The strategy will address the following types of issues: whether comments will be responded to individually or grouped by topic and subtopic; tracking system for cross referencing and ensuring that all comments are answered; approach to answering comments on issues that may be more philosophical than technical (such as the project objectives). LSA's objectives for the response to comments are: 1) to be aggressive in establishing the strategy and determining responsibilities in order to maintain the schedule and minimize later revisions; 2) to prepare a document that is well organized and usable by all parties, including the public; and 3) to adequately respond to all - comments. Although the focus of the responses will be those comments that are truly subject to CEQA review, we will also endeavor to answer all questions in an informative manner. The responses will be assembled into the response to comments component of the Final EIR. Providing a budget estimate for responding to comments on the Draft EIR is extremely difficult because it is impossible to predict the volume and nature of the comments. This proposal lists the tasks we will complete and the conditions of our scope of work. These conditions are the basis for our budget estimate. They are based on our knowledge of the project and our projections of the volume and nature of the comments received. Significant new analysis is not included in this task. We have allocated 32 hours of LSA professional staff time for responses to comments. LSA may rely on technical input and advice from LDS consultants and the architect for responses to comments received on the accuracy of the view simulations. In addition, LSA may have to rely on the City's traffic consultant, Urban Crossroads, for responses to technical questions about the traffic report. The City will independently verify all responses prior to public release. Following City of Newport Beach review of responses to comments, LSA will prepare a proposed Final EIR (Volume III), which will consist of 1) City of Newport Beach Resolutions (provided by the City of Newport Beach), including mitigation monitoring program (discussed below); 2) comment letters and responses thereto with supporting appendices material; 3) any modifications that may be needed to the Draft EIR document (to be accomplished through preparation of an errata document, if deemed necessary by the City of Newport Beach); and 4) findings /statement of overriding considerations (provided by the City). LSA will prepare a mitigation monitoring program. The monitoring program is intended to ensure that the adopted mitigation measures are implemented. The monitoring program will contain an inventory of mitigation measures, method of verification, timing of verification, and the responsible staff or agency assigned to monitor the condition. ' 4.� LSA will prepare the Notice of Determination (NOD) for the City. The City will file the NOD. P.kCbZMEIK Proposaimpd ((2 M2N .� LOA ASSOCIATES. INC. • PROPOSAL N FEBRUARY 2002 NEWPORT BEAC TEMPLE TASK 4: PUBLIC MEETINGS As requested by the City, LSA will attend two public hearings. TASK 5: VISUAL SIMULATION PEER REVIEW LSA will contract with a subconsultant to conduct a peer review of the photo simulations prepared for the applicant by RNM Architects Planners (RNM). In order to conduct peer review, RNM will be required to submit calculation and data files, photos, view simulations, and renderings used in the creation of the photosimulations to the subconsultant for its review and evaluation. TASK 6: PROJECT MANAGEMENT AND ATTENDANCE AT PROGRESS MEETINGS This task represents an active project management role and includes attendance at various project meetings and coordination with the City and interested parties. The project management role pro- vides a mechanism to ensure that there is adequate exchange of information during project start-up and preparation of the Draft EIR. This task includes notifying the City of Newport Beach of pro- blems as they are encountered, and working expeditiously to resolve problems. Important elements - of this task will be to maintain the project schedule, oversee the budget, and coordinate efforts with other consultants. To facilitate dissemination of information, LSA's Principal in Charge or the Project Manager, Ms. Maria Lavario, will maintain ongoing verbal and e-mail communication with the client. The following is a preliminary estimate of the breakdown of LSA's attendance at progress meetings during the EIR process. The budget anticipates attendance by one or two LSA staff persons at the meetings, depending upon the issues to be discussed. During the environmental documentation process, LSA will monitor the number of meetings we attend to determine actual compliance with this estimate. Any additional meetings beyond the ten identified will be at the City's approval and at rates and provisions consistent with LSA's standard fee schedule. The number of meetings specified is as follows: 1) one kickoff meeting at City of Newport Beach, 2) one meeting with Homeowners Associations, 3) one meeting regarding visual simulations at City of Newport Beach, 4) one meeting at site to preview view simulation locations and to view and photograph crane depicting height of steeple, 5) one meeting with City Attorney to discuss scope of Focused EIR, 6) one meeting regarding the Screencheck Initial Study, and 7) one meeting regarding the Screencheck Draft EIR. Additional meetings beyond the six specified here will be charged on a time and materials basis. LSA DELIVERABLES/PRODUCTS LSA will provide the following products: CID • Screencheck IS/NOP • Pre -Print Draft IS/NOP P:knb2301E1R Proposal.wpd KL8102» LSA A]]OCIAT[]. INC. PEOROARY 2002 • Distribute IS/NOP Screencheck EIR • Pre -Print Draft EIR • Draft EIR • Screencheck Response to Comments • Final EIR, including Final Response to Comments • Mitigation Monitoring Program SCHEDULE • PROPOSAL N EWPORT BEACH TEMPLE LSA can complete the scope of work according to the following schedule, contingent upon receiving all required materials prior to initiating Task 1. Significant changes in the project design or scope of work will cause delays in the schedule. Milestone/Deliverable Time Required Running Time r., Screencheck IS/NOP 2 weeks 2 weeks -- IS/NOP 1 week 3 weeks Preparation of Draft EIR, MMP 5 weeks 8 weeks Meetings as needed Visual Simulations Peer Review concurrent Project Management and Meetings concurrent 30 day DEIR Review 5 weeks 13 weeks Prepare Final EIR 2 weeks 15 weeks Circulate Final EIR 2 weeks 17 weeks Final Public Hearing 1 weeks 18 weeks Total IS weeks IS weeks Estimated Budget LSA proposes to accomplish the tasks described in this proposed scope of work for an estimated labor fee of $48,540, charged on an hourly basis consistent with the attached rates and provisions. With reimbursables, the total fee will be $56,390. This amount will not be exceeded without your authorization. Table A provides a breakdown of the estimated fees by task. This fee is based on past experience of the level of effort needed to complete the CEQA process. LSA will aggressively identi strategies for reducing the overall work effort while maintaining the client's objectives and fY g 8 8 1 the legal adequacy of the work products. We are willing to negotiate this fee and reduce costs based on mutually agreeable scope of work specifications. P:knb230kE1R ProposRl.wpd «2/8/02» 7 ` LSA ASSOCIATES. INC. , • FEBRUARY 1001 Table A: Fee Estimate by Milestone Task Products Total 1. Project Initiation $2,530 2. NOP/IS $5,820 3. SCEIR, Draft, and Final EIR (includes $34,790 Public Hearings $1,350 Project Management/Progress Meetings $4,050 A Labor Fees $48,540 imbursables $7,850 TAL FEES $56,390 BUDGET SPECIFICATIONS PROPOSAL NEWPORT BEACH TEMPLE Where LSA will be reviewing and incorporating technical studies provided by others, our budget is based on: 1) receipt of a complete analysis addressing all the issues needed for the EIR, as specified herein; and 2) receipt of each technical study, with graphics, on diskette or electronic file. Printing costs are difficult to quantify, since the size and composition (i.e., graphics size and medium) are uncertain at this time. For budget purposes, we have estimated a cost of $40 per EIR copy, without color copies. Depending upon which of the Appendices is included, the cost could increase. A summary of LSA work products and the number of copies of documents used to estimate printing costs is provided below: • NOP/Initial Study • Screencheck Draft EIR/ Appendices • Print Check Draft EIR • Draft EIR • Notice of Completion • Draft Response to Comments 40 copies for distribution 4 copies for City I copy for LDS Church I copy for City 1 copy for LDS Church 1 camera ready and 40 copies of DEIR for distribution 1 copy for distribution 5 copies for distribution 1 copy for LDS Church P:knb2301E1R Proposaimpd ((218/02» $ M Ltw A3SOCIAT Eb. INC. • F ER R U A BY 2003 Proposed Final EIR • Notice of Determination Final EIR • PROPOSAL NEWPORT REACH TEMPLE 4 copies for City review 2 copies for City to file with County Clerk 1 camera ready, 20 hard copies for distribution 3 copies for LDS Church As stated in Task 5, developing a budget estimate for responses to comments to a DEIR is difficult because it is impossible to predict the volume and nature of the comments. We have based the budget for responses to comments on our previous experience on similar projects of this nature, potential for controversy, and understanding of the project. Specifications for estimating this budget item are provided in the Work Program Section of this proposal. Our budget is based on the specification that the project description/design will not change during preparation of the EIR. Some other factors that can affect the budget include issues raised in response to the NOP, schedule delays and multiple start-ups, and legislation/regulation changes. These fees are based on past experience with the level of effort needed to complete the CEQA process in the City of Newport Beach. When appropriate, LSA will aggressively identify strategies for reducing the overall work effort while maintaining the City's objectives and the legal adequacy of the work products. We propose to conduct this work under an hourly contract, as described in the attached schedule of standard contract provisions and billing rates (Attachment A). The estimate of $56,390 will not be exceeded without your prior authorization. P:knb230\EtR Proposal.wpd MAW) C JJ MMc_i 1� V rr� 1� rr__V L C a C N E'< u C V L Gr 3 h 0 0 V O 0 W E c 0 uW > E V � s u' 3� � c o � V y m N t0 1 N Ml ry N N N N H� H N P Q t0 O { � N N 1_h: m n P e N Mf O N Q P P n Yl N vt N Q N �i y4•: ?$Y ."T O n h O .u. _ n m 9 V H S O n} O ri W d:. H b N iz: H W `{ ry ary ,� n C ¢.W L t0 O •• m O e N N m N_ a '� `O `C ° `Q H '4`R b m �!. H O Q N t b lc c V V o: W ds 0 D'0' V .� m t V R 6 S K c Z ❑ m o N C o A m E N a s y A Y Y t Y Q Q S ..1 H U W C '� t b N .F.; V O 0 W E c 0 uW > E V � s u' 3� � c o � V y m r • C,4FOPN�F ��E""ORr • • CrrY OF NET BEACH PLANNING DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92658 (949) 644 -3200; FAX (949) 6443229 Date: Agenda Item: Staff Person: REPORT TO THE MAYOR AND CITY COUNCIL PROJECT: Church of Jesus Christ of Latter -Day Saints Temple February 12, 2002 S22 James Campbell (949) 644 -3210 FEB. W 2002 ACTION: Approve a Professional Services Agreement with LS!•r—AnM!3tvN o Irvine, California, for professional environmental services to prepare an Environmental Impact Report for a not to exceed cost of $57,085. BACKGROUND: Council Policy F -14, Authority to Contract For Services, authorizes Department Heads to award contracts for services of less than $30,000.00 without further review. However, contracts in excess of $30, 000 00, contracts for service not specified in the approved budget; and contracts for services which exceed the amount authorized by the City Council in the budget must be submitted to the City Council for specific approval before the contract is awarded. Additionally, the City Attorney is required to review all specific contract documents prior to contract award. It should also be noted that the City's standard practice for more than 20 years has been to select environmental consultants from a list of firms previously qualified by the City, when agreed to by the applicant. The City has followed this practice because the time limits on EIR preparation make it impractical to do full selection process for each case. No City funds are involved in these contracts, as the applicant is responsible for all costs. SUMMARY: The Church of Jesus Christ of Latter -Day Saints proposes to construct a 17,757 sq. ft. temple on a 8.65 acre parcel located at the northeast corner of the intersection of Bonita Canyon Drive and Prairie Road. Staff has conducted a preliminary evaluation of the proposed project and has concluded, in consultation with the applicant, that an Environmental Impact Report should be prepared for the project. Staff has selected LSA Associates as the most desirable consultant to perform the work due to their qualifications and knowledge of the site. LSA has conducted extensive field studies of the site in conjunction with previous environmental documents for the development of the existing LDS Church. LSA has provided a proposal to perform professional environmental services for the City of Newport Beach for the preparation and processing of a project level Environmental Impact Report and supporting documents for the temple proposed by the Church of Jesus Christ of LDS. A copy of the proposal submitted by LSA is attached to the draft professional services agreement that is attached to this report as Exhibit No. 1. The proposal contains the scope of services through the completion of the Draft Project EIR, proposed budget, and time schedule for preparation and processing the environmental documentation. Staff has reviewed the scope of services and believes that it will be adequate to meet or exceed the minimum requirements set forth by the California Environmental Quality Act. The environmental consulting fees for tasks described in the scope of services including LSA staff hours, technical studies, direct expenses, and printing have been reviewed by staff and are considered appropriate and wan-anted. However, negotiation on the fees is still ongoing. Therefore, staff requests authorization to enter into the contract for an amount not to exceed $57,085. Submitted by: PATRICIA L. TEMPLE Planning Director Prepared by: JAMES W. CAMPBELL Sem r Planner WCo 1. Draft Professional Services Agreement with draft proposal from LSA. • L� Page 2 Z i PROFESSIONAL SERVICES AGREEMENT • THIS AGREEMENT, entered into this_, day of February, 2002, by and between City of Newport Beach , a Municipal Corporation (hereinafter referred to as "City"), and LSA Associates. Inc, whose address is One Park Plaza, Suite 500, Irvine, California, 92614, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of the City. B. City intends to prepare an Environmental Impact Report and other environmental documents in accordance with the California Environmental Quality Act for the Newport Beach Mormon Temple, located at 2300 Bonita C. City desires to engage Consultant to provide environmental services for the Project upon the terms and conditions contained in this Agreement. D. The principal members of Consultant for purpose of this Project are, Robert W. Balen. Principal and Maria Levario, Assistant Project Manager. • E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: TERM The tens of this Agreement shall commence on the _ day of February. 2002, and shall terminate when the City takes final action on the Environmental Impact Report, and a notice of determination is filed as required in accordance with unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" attached hereto and incorporated herein by reference. All work and documents shall be prepared in accordance with and shall contain all items required by the Cafrfomia Environmental Quality Act (CEQA), CEQA Implementing • Guidelines and City of Newport Beach ordinances and policies. Consultant shall furnish K 0 0 all environmental documents and forms to City in electronic format, Microsoft Word 2000, or other format acceptable to City. • 2.1 If Consultant is requested by City to revise or supplement the draft or final Environmental Impact Report, with additional data, information or analysis as a result of the Environmental Impact Report's failure to comply with requirements of CEQA, Consultant shall provide such revision or supplement at no additional cost to City provided that such revisions are within the scope of work required in Exhibit W. 2.2 If changes to existing laws, rules, regulations or policies of any state, federal or local governmental authority having jurisdiction over the project occur during the term of this Agreement that require modification of the draft or final Environmental Impact Report, Consultant will perform such additional services on a time -and- materials basis. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section, and the scheduled billing rates set forth in Exhibit W. No rate changes shall be made during the term of this Agreement without prior written approval of the Project Administrator. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of Fifty -Seven Thousand and Eighty- Five dollars and zero cents ($57.085.00). 3.1 Consultant shall maintain accounting records of its billings which includes • the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of the City, and based upon Exhibit W. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of the City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "A ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: '14 A. The actual costs of sub - consultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. • L4 0 0 C. Actual costs and/or other costs and/or payments specifically authorized in • advance in writing and incurred by Consultant in the performance of this Agreement. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of five percent (5 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.1 Consultant shall not be responsible for delay, nor shall Consultant be • responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. • 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 3 S 0 6. COOPERATION Consultant agrees to work closely and cooperate fully with City s designated • Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 7. PROJECT MANAGER Consultant shall assign the Project to a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Project term. Consultant has designated Maria Levario to be its Project Manager. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. 7.1 Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of the City. Consultant warrants it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. S. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule • specked in Exhibit W. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other parry so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to • 4 M E ensure that the Project proceeds in a manner consistent with City goals and policies. is 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement. This indemnity • shall apply even in the event of negligence of City, or its employees, or other contractors, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class • VII (or larger) in accordance with the latest edition of Bests Key Rating Guide: unless 5 1 0 0 otherwise approved by the City Risk Manager. A. Worker's compensation insurance covering all employees and principals of • Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. Said policy or policies shall be endorsed to state that coverage shall not be canceled by either parry, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give to City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. • Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 0/6) or more of the assets of the corporation, partnership or joint - venture. 6 9 0 0 15. OWNERSHIP OF DOCUMENTS • Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. • 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. 18. ADMINISTRATION This Agreement will be administered by the Planning Department. Patricia Temple, Planning Director shall be considered the Project Administrator and shall have the authority act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be • clearly identifiable. Consultant shall allow a representative of City to examine, audit and 7 a 0 0 make transcripts or copies of such records during normal business hours. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to • the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 0/6) per annum from the date of withholding of any amounts found to have been improperty withheld. 21. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with the Project. 22. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under • this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 23. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 24. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. 0 r�L to 0 All notices, demands, requests or approvals from Consultant to City shall be • addressed to City at: City of Newport Beach Planning Department 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 Phone (949) 644 -3200 Fax (949) 644 -3250 All notices, demands,. requests or approvals from City to Consultant shall be addressed to Consultant at: LSA Associates, Inc. One Park Plaza, Suite 500 Irvine, California 92614 Phone (949) 553 -0666 Fax: (949) 553 -8076 25. TERMINATION • In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party.fails to.give adequate assurance of due performance within two (2) days after receipt by defaulting parry from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 25.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to the Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 26. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 27. WAIVER • A waiver by either party of any breach, of any term, covenant or condition 9 It 0 0 contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 28. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 29. PATENT INDEMNITY The Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney City of Newport Beach ATTEST: By: LaVonne Harkless City Clerk Attachments: Consultant Proposal (Exhibit A) 10 CITY OF NEWPORT BEACH A Municipal Corporation Homer Bludau City Manager City of Newport Beach CONSULTANT: Robert W. Balen LSA Associates, Inc. • • C� IZ 0 • • 0 February 7, 2002 James W. Campbell Senior Planner City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92658 -8915 0 Subject: Revised Proposal to Prepare an Initial Study and Focused Environmental Impact Report for the Newport Beach Temple Dear Mr. Campbell: LSA Associates, Inc. (LSA) is pleased to provide the City of Newport Beach (City) with this proposal to prepare an Initial Study/Focused Environmental Impact Report (FIR) for the proposed Newport Beach Temple. This proposal is based on our knowledge of the project area, discussions with you and the project applicant, review of the completed Environmental Information Form, two visits to the site, and attendance at four meetings at City Hall. LSA will review and incorporate the information included in the Biological Resource Assessment, Archaeological Assessment, Paleontologic Resource Assessment, and Initial Study/Mitigated Negative Declaration (IS/MND) previously prepared for the project site in 1992. A biological resources update is included in this scope of work. LSA's work effort outlined in this proposal is to prepare an IS and to prepare and circulate a Focused EIR, providing focused study of the potential environmental effects of construction and operation of a Temple on the existing church site, primarily discussing visual, traffic, water quality, and air quality effects. Should the scope of work change due to the City's desire to address additional issues in the Focused EIR, a budget amendment would be requested prior to initiation of additional work. Our proposed scope of work, schedule, and budget are attached. Should you have any questions, please call me at (949) 553 -0666. Thank you for the opportunity to assist you with this project. Sincerely, LSA ASSOCIATES, INC. Rob Balen Principal 129/02 <P:knb230\E1R Proposalmpd' RECEIVED BY PLANNING DEPARTMENT H CITY OF NF.W AM FEB 0 7 2002 PM 7181911011111 � 111213141818 13 0 0 0 SCOPE OF WORK Based on LSA's knowledge of the project, the project area, and a review of project supporting documentation, we have prepared a pragmatic work program for the EIR. This work program will provide the City of Newport Beach with the following: • A project level EIR to allow environmental clearance of proposed development components consistent with the level of project information available. • A sensitivity to cost considerations. To this end, LSA will utilize 1) all relevant documentation provided by the City, and 2) previous environmental clearance documents for the previously proposed project on the site. • An environmental analysis consistent with California Environmental Quality Act (CEQA) and City requirements and procedures in a document that is defensible and complete. • A responsive schedule to include the timely consideration of certification of the Final EIR. TASK 1: ENVIRONMENTAL ISSUE IDENTIFICATION AND ANALYSIS • LSA will assemble all pertinent data provided by the Applicant, the City, and any responsible agency essential for preparation of an Initial Study and Notice of Preparation, as well as other appropriate informational documents prepared for projects in the vicinity. A Screencheck Initial Study (IS), for review by the City, will be prepared to evaluate potential impacts of the proposed project. The IS will be prepared in compliance with CEQA and the CEQA Guidelines, as well as City CEQA Guidelines, if applicable. The IS will utilize the Environmental Checklist Form (Appendix G of the CEQA Guidelines), and will include thorough responses to each of the checklist questions to determine the potential environmental effects of the proposed project. To enable LSA to proceed with this first task, the following information must be provided by the applicant to clearly define the project description and conduct the environmental analysis: • Complete Plans and Elevations • Visual Simulations (if required, applicant will provide calculations and data files of visual simulations for peer review) • Geotechnical Report • Photos of the site and surroundings • Schedule and description of the facility uses, hours, number of persons attending, and an estimate of the maximum number of persons attending church at any one time • • Traffic Phasing Ordinance and Parking Study P:knb23MR Proposal.wN <129/02> rq CJ • LSA ASSOCIATES. INC. • JANUARY20011 • Engineered hydrology and water quality plans and studies • PROPOSAL NEWPORT BEACH TEMPLE The IS document will contain all applicable environmental components required by CEQA, including project description, IS Checklist, and Checklist responses. The methodology for addressing each environmental topic is addressed below. For each of the environmental impact sections, the existing environmental setting will be compared to the proposed project. Biological Resources LSA will utilize the previously prepared Biological Resources Assessment, other documentation related to biological resources on the site, and a site visit in its analysis of this issue. Because a portion of the project site is currently being used for overflow parking from the adjacent church facility and a majority of the site has been graded, it is not anticipated that significant impacts related to biological resources will occur. As an additional task, LSA will complete a performance evaluation on the Church coastal sage scrub mitigation site, located north of the proposed project. LSA will evaluate the continuing progress of the mitigation site since its acceptance by the agencies. The number of California goatcatcher pairs will also be noted. The findings will be incorporated into the environmental documentation currently being prepared for the City of Newport Beach (City) for the LDS Temple project. Cultural Resources LSA will review and incorporate the findings and recommendations of the previously prepared Archaeological Assessment and Paleontologic Resource Assessment, as well as other documentation related to cultural resources. No significant cultural resource issues are anticipated. Geology and Soils LSA will summarize the findings of the geotechnical report provided by the applicant. In addition to a discussion of seismic concerns, the discussion will focus on the proposed grading on the site. Land Use and Planning This section will describe the existing land use setting and analyze the project's compatibility with the surrounding land uses, as well as its conformance with the City's General Plan Land Use Element, Zoning Ordinance, and other applicable plans and policies. The City's preliminary review of the project revealed that the proposed facility is a conditionally permitted use under the Bonita Canyon Specific Plan EIR and complies with the City's General Plan policies. • Noise P:\mb230\EIR Propnalmpd IC 1/29/02> 15 LSA ASSOCIATES, INC. • • PROPOSAL JANUARY 2002 NEWPORT BEACH TEMPLE is This section will focus primarily on temporary noise impacts generated by project construction. In addition, an analysis of traffic noise impacts of the project and potential impacts to the surrounding area will be included in the discussion. Agricultural Resources, Hazards and Hazardous Materials, Mineral Resources, Public Services, Recreation, Utilities/Service Systems Given the project location and natulWintensity of use, no significant impacts are anticipated for these environmental topics. Therefore, LSA will describe the existing conditions and provide a limited assessment of the impacts of the project. This analysis will be based on existing information contained within the City s General Plan Elements and other applicable City policies, as well as previous environmental analysis relevant to the project site. TASK 2: DRAFT INITIAL STUDY/NOTICE OF PREPARATION After receiving comments from the City on the Screencheck IS, LSA will make the necessary revisions to the document and supporting technical studies and will prepare a Draft IS to attach to a Notice of Preparation for public review. We will provide a pre-print version/revised screencheck of the Draft IS/NOP to the City and applicant for a limited final review prior to printing. The purpose of this review will be to verify that • the City is satisfied with the new and revised text. At the pre-print stage, no substantive changes to technical analyses or conclusions are provided for in the schedule or budget. TASK 3: PREPARATION OF FOCUSED ENVIRONMENTAL IMPACT REPORT (EIR) LSA will prepare a Screencheck EIR in accordance with the requirements of CEQA and CEQA Guidelines for review by the City. The document will contain all applicable environmental components required by CEQA, including Introduction, Background, Project Description/ Characteristics/Phasing and Discretionary Approvals; Setting, Impacts (Project and Cumulative), Mitigation and Level of Significance; and mandatory CEQA topics (e.g., Growth Inducement), Alternatives, and lists of references, persons consulted, and EIR preparers. The document that is submitted to the City will be in a screencheck form, reflecting LSA internal review and quality control. The Focused EIR will address the following issues: Aesthetics This section will evaluate potential visual impacts of the proposed project from selected viewpoints, and will address potential light and glare issues. This analysis will focus primarily on the project's potential to impact views from the sports park southwest of the project site (currently under construction), Bonita Canyon Road, the homes immediately northeast of the site in the Bonita • Canyon Development, as well as homes south of the site. The analysis will utilize visual simulations P:AcnVZMEIR Pmr*W.wpd <IM/02> 116 • is LSA A330CIATC3. INC. • 4ANOARY 1401 • PROP03AL NLMPO ➢T DLACN TZMPLL to be provided by the applicant. Additionally, LSA will conduct a peer review of the visual simulations provided by the applicant or, if appropriate, LSA will provide additional visual simulations with viewpoints selected by the City and the applicant (optional task). Visual simulations are not included in this scope of work and budget. If potentially significant visual impacts are predicted from the project, mitigation measures will be proposed to endeavor to reduce visual impacts to less than significant levels. Air Quality The air quality section will contain a qualitative discussion of the air quality impacts generated by the project as required by the South Coast Air Quality Management District. Special emphasis will be placed on temporary air quality impacts generated by project construction. Hydrology and Water Quality Water quality concerns continue to increase with regard to projects in California, as the public and the Regional Water Quality Control Boards increase their scrutiny over development projects. LSA will review and incorporate findings of previously prepared hydrology reports, previous environmental analysis relevant to the project site, and updated hydrology and water quality information provided to LSA by the applicant's project engineer. Transportation/Traffic This section will evaluate the on -site and off -site traffic circulation system and parking associated with the proposed project. Because the majority of Temple activities occurs during off -peak hours, traffic is not expected to be a significant issue. LSA will utilize the Traffic Phasing Ordinance Study and Parking Study prepared by Urban Crossroads for the proposed project. The Screencheck EIR, including appendices and supporting documentation, will be submitted for City review. After receiving comments from City staff on the Screencheck EIR, LSA will make necessary revisions to the document. Prior to circulation of the Draft EK we will provide a pre-print version of the Draft EIR to the City for a limited final review prior to printing the Draft EIR. The purpose of this review will be to review the changes to the Screencheck and to verify that the City is satisfied with the new and revised text. LSA specifies six hours of professional staff time to make final corrections. Prior to completion of the Draft EIR, LSA will work with the City to compile the distribution list and will prepare a draft Notice of Completion for City review and signature. Copying and distribution of the Draft EIR to Responsible Agencies and interested parties will be completed by LSA on a cost plus expenses basis. During the public review period, LSA will prepare responses to those comments as comments on the • Draft EIR are received. We will work with the team to determine responsibilities for those responses based on information developed by others (comments on engineering issues or applicant supplied P:1cnb230\EIR Proposal.wpd < 1/29102> 4 11 LSA AS30CIATE3, INC. JANUARY 200E 0 PROP03AL NEWPORT BEACH TEMPLE L technical studies). Once we have reviewed the comments and prior to preparing the responses, we will present a strategy for the response document and will discuss that strategy with the team. The strategy will address the following types of issues: whether comments will be responded to individually or grouped by topic and subtopic; tracking system for cross referencing and ensuring that all comments are answered; approach to answering comments on issues that may be more philosophical than technical (such as the project objectives). LSA's objectives for the response to comments are: 1) to be aggressive in establishing the strategy and determining responsibilities in order to maintain the schedule and minimize later revisions; 2) to prepare a document that is well organized and usable by all parties, including the public; and 3) to adequately respond to all comments. Although the focus of the responses will be those comments that are truly subject to CEQA review, we will also endeavor to answer all questions in an informative manner. The responses will be assembled into the response to comments component of the Final EIR. Providing a budget estimate for responding to comments on the Draft EIR is extremely difficult because it is impossible to predict the volume and nature of the comments. This proposal lists the tasks we will complete and the conditions of our scope of work. These conditions are the basis for our budget estimate. They are based on our knowledge of the project and our projections of the volume and nature of the comments received. Significant new analysis is not included in this task. We have allocated 24 hours of LSA professional staff time for responses to comments. LSA may rely on technical input and advice from LDS consultants and the architect for responses to comments received on the accuracy of the view simulations. In addition, LSA may have to rely on the City's • traffic consultant, Urban Crossroads, for responses to technical questions about the traffic report. The City will independently verify all responses prior to public release. Following City of Newport Beach review of responses to comments, LSA will prepare a proposed Final EIR (Volume III), which will consist of 1) City of Newport Beach Resolutions (provided by the City of Newport Beach), including mitigation monitoring program (discussed below); 2) comment letters and responses thereto with supporting appendices material; 3) any modifications that may be needed to the Draft EIR document (to be accomplished through preparation of an errata document, if deemed necessary by the City of Newport Beach); and 4) findings/statement of overriding considerations (provided by the City). LSA will prepare a mitigation monitoring program. The monitoring program is intended to ensure that the adopted mitigation measures are implemented. The monitoring program will contain an inventory of mitigation measures, method of verification, timing of verification, and the responsible staff or agency assigned to monitor the condition. TASK 4: PUBLIC MEETINGS As requested by the City, LSA will attend two public hearings. TASK 5: VISUAL SIMULATION PEER REVIEW LSA will contract with a subconsultant to conduct a peer review of the photo simulations prepared • for the applicant by RNM Architects Planners (RNM). In order to conduct peer review, RNM will be P:bnb230\F,IR Proposal.wpd <1/29/02> 5 1i L3A ASSOCIATES. INC. • • PROPOSAL JANUARY 2000 NEWPORT BEACH TEMPLE • required to submit calculation and data files, photos, view simulations, and renderings used in the creation of the photosimulations to the subconsultant for its review and evaluation. TASK 6: PROJECT MANAGEMENT AND ATTENDANCE AT PROGRESS MEETINGS This task represents an active project management role and includes attendance at various project meetings and coordination with the City and interested parties. The project management role pro- vides a mechanism to ensure that there is adequate exchange of information during project start-up and preparation of the Draft EIR. This task includes notifying the City of Newport Beach of pro- blems as they are encountered, and working expeditiously to resolve problems. Important elements of this task will be to maintain the project schedule, oversee the budget, and coordinate efforts with other consultants. To facilitate dissemination of information, LSA's Principal in Charge or the Project Manager, Ms. Maria Lavario, will maintain ongoing verbal and e-mail communication with the client. The following is a preliminary estimate of the breakdown of LSA's attendance at progress meetings during the EIR process. The budget anticipates attendance by one or two LSA staff persons at the meetings, depending upon the issues to be discussed. During the environmental documentation • process, LSA will monitor the number of meetings we attend to determine actual compliance with this estimate. Any additional meetings beyond the ten identified will be at the City's approval and at rates and provisions consistent with LSA's standard fee schedule. The number of meetings specified is as follows: 1) one kickoff meeting at City of Newport Beach, 2) one meeting with Homeowners Associations, 3) one meeting regarding visual simulations at City of Newport Beach, 4) one meeting at site to preview view simulation locations and to view and photograph crane depicting height of steeple, 5) one meeting with City Attorney to discuss scope of Focused EIR, 6) one meeting regarding the Screencheck Initial Study, and 7) one meeting regarding the Screencheck Draft EIR. Additional meetings beyond the six specified here will be charged on a time and materials basis. LSA DELIVERABLES/PRODUCTS LSA will provide the following products: • Screencheck IS/NOP • Pre -Print Draft IS/NOP • Distribute IS/NOP • Screencheck EIR • Pre -Print Draft EIR • Draft EIR • • Screencheck Response to Comments • Final EIR, including Final Response to Comments P:knb23MEM Pmposal.mA <1/29/02y 0 L3A ASSOCIATES. INC. • JANUARY 2002 Mitigation Monitoring Program SCHEDULE 0 PROP03AL NEWPORT BEACH TEMPLE LSA can complete the scope of work according to the following schedule, contingent upon receiving all required materials prior to initiating Task 1. Significant changes in the project design or scope of work will cause delays in the schedule. Task Time Required Running Time Task 1: Screencheck IS/NOP 2 weeks 2 weeks Task 2: IS/NOP 1 week 3 weeks Task 3: Preparation of Draft EIR, MW 5 weeks 8 weeks Task 4: Meetings as needed Task 5: Visual Simulations Peer Review concurrent Task 6: Project Management and Meetings concurrent Task 7: 30 day DEIR Review 5 weeks 13 weeks Task 8: Prepare Final EIR 2 weeks 15 weeks Task 9: Circulate Final EIR 2 weeks 17 weeks Task 10: Final Public Hearing 1 weeks 18 weeks Total 18 weeks 18 weeks Estimated Budget LSA proposes to accomplish the tasks described in this proposed scope of work for an estimated labor fee of $50,760, charged on an hourly basis consistent with the attached rates and provisions. With reimbursables, the total fee will be $57,085. This amount will not be exceeded without your authorization. Table A provides a breakdown of the estimated fees by task. This fee is based on past experience of the level of effort needed to complete the CEQA process. LSA will aggressively identify strategies for reducing the overall work effort while maintaining the client's objectives and the legal adequacy of the work products. We are willing to negotiate this fee and reduce costs based on mutually agreeable scope of work specifications. Table A: Fee Estimate by Milestone Task CJ • L PAmb230W1R Proposalmpd <129/02> 7 2D M • Total Project Initiation • • $5,820 L3A A330CIATE3. INC. $24,100 Draft EIR (includes distribution) PROP03AL JANDARY2002 $7,700 Public Hearings NEWPORT BEACH TEMPLE Total Project Initiation $2,530 NOP/IS $5,820 SCEIR Document $24,100 Draft EIR (includes distribution) $5,210 Final EIR (includes distribution) $7,700 Public Hearings $1,500 Project Management/Progress Meetings $3,900 bor Subtotal $50,760 FEES • BUDGET SPECIFICATIONS Where LSA will be reviewing and incorporating technical studies provided by others, our budget is based on: 1) receipt of a complete analysis addressing all the issues needed for the EIR, as specified herein; and 2) receipt of each technical study, with graphics, on diskette or electronic file. is Printing costs are difficult to quantify, since the size and composition (i.e., graphics size and medium) are uncertain at this time. For budget purposes, we have estimated a cost of $40 per EIR copy, without color copies. Depending upon which of the Appendices is included, the cost could increase. A summary of LSA work products and the number of copies of documents used to estimate printing costs is provided below: • NOP/Initial Study • Screencheck Draft EIR/ Appendices • Print Check Draft EIR • Draft EIR • Notice of Completion • Draft Response to Comments PAcnb230\E1R Proposa1.wpd <V29102> 40 copies for distribution 4 copies for City 1 copy for LDS Church 1 copy for City 1 copy for LDS Church 1 camera ready and 40 copies of DEIR for distribution 1 copy for distribution 5 copies for distribution 1 copy for LDS Church 8 V LSA ASSOCIATES. INC. • • PROPOSAL JANUARY SOOT NEWPORT BEACH TEMPLE • Proposed Final EIR • Notice of Determination R Final EIR 4 copies for City review 2 copies for City to file with County Clerk camera ready, 20 hard copies for distribution 3 copies for LDS Church As stated in Task 5, developing a budget estimate for responses to comments to a DEIR is difficult because it is impossible to predict the volume and nature of the comments. We have based the budget for responses to comments on our previous experience on similar projects of this nature, potential for controversy, and understanding of the project. Specifications for estimating this budget item are provided in the Work Program Section of this proposal. Our budget is based on the specification that the project description/design will not change during preparation of the EIR. Some other factors that can affect the budget include issues raised in response to the NOP, schedule delays and multiple start-ups, and legislation/regulation changes. These fees are based on past experience with the level of effort needed to complete the CEQA process in the City of Newport Beach. When appropriate, LSA will aggressively identify strategies for reducing the overall work effort while maintaining the City's objectives and the legal adequacy of the work products. We propose to conduct this work under an hourly contract, as described in the attached schedule of standard contract provisions and billing rates (Attachment A). The estimate of $57,085 will not be exceeded without your prior authorization. `J • CJ PAcnb230\E1RProposa1.wpd C1M/02*-** 9 --I1 0 E b d oa E y W G4 O R ►a W b F u d O a d 9 0 � � 23 O E � 3 U a 6 g N 3 � � 0 � � 23