HomeMy WebLinkAboutMichael Balliet Consulting Proposal - City of Diamond Bar RFP 2022-001
1 City of Diamond Bar RFP 2022-001
PROPOSAL TO PROVIDE
SOLID WASTE
CONSULTING SERVICES
Prepared by
Michael Balliet Consulting, LLC
30181 Outpost Road
San Juan Capistrano, CA 92675
May 2, 2022
Prepared for
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
2 City of Diamond Bar RFP 2022-001
A –Firm Background
Michael Balliet Consulting, LLC (MBC) was established in 1999. We operated as a sole
proprietorship until 2009 when we became a California Limited Liability Corporation. Prior
to 1999 (1991-1998) Michael Balliet, was a founding partner in a large consulting practice
(Americlean Environmental Services Inc.) that worked with 53 California municipalities and
county governments in all aspects of solid and hazardous waste management. Our project
work for the past 30 years has typically included the management of franchised haulers
(RFPs, agreement development, rate negotiations, audits, compliance and cost reviews, etc.),
State compliance plan development and implementation, and the monitoring and reporting
of developed programs.
MBC operates from 30181 Outpost Road in San Juan Capistrano. Our firm is rather unique in
that we purposely limit the number of clients and do not actively market our services. We
believe our long-term client relationships, including our work with the City of Diamond Bar
since 2015, attests to the value this approach provides.
Given Michael Balliet’s long-time experience working with the City of Diamond Bar,
extensive experience with waste hauler RFPs, SB 1383 code and agreement revisions, and
franchise hauler negotiations, he will be the project manager. He is also the owner and
managing member of MBC and can be reached at 949-378-2205.
In March of 2021 we added Mike Byrne to our consulting practice. Mr. Byrne has extensive
experience in municipal government and the solid waste field, gained over his nearly 30
years with the City of Irvine. He spent 26 of those years as lead analyst overseeing franchise
hauler agreements, planning and implementation of the city’s solid waste and recycling
service delivery and compliance programs, managing program budgets, and pursuing
numerous local and state grant funding opportunities to support the program. Mr. Byrne has
assisted in negotiations of city solid waste franchise agreements, interacted with key
stakeholders including elected officials, executive management and the public, continually
interacted with developers and property managers, and oversaw the work of several
consultants to ensure the city’s constant compliance with California state recycling
mandates.
Mike Byrne is also a member of MBC and will be the other consultant working on this project
for the City of Diamond Bar. Mr. Byrne can be reached at 949-275-5452. Both Mr. Balliet and
Mr. Byrne work from the Outpost Road office, are principals of the LLC, and will be available
to City of Diamond Bar on their personal phones 24/7.
B – Relevant Project Experience
Since 1991 Mr. Balliet, and subsequently MBC, has helped develop and manage franchise
hauling systems. This work routinely includes the development of franchise agreements,
revisions to agreements to address changing state-mandates, rate analysis and negotiation,
drafting city code revisions, and making presentations to City Councils.
3 City of Diamond Bar RFP 2022-001
We have assisted 100+ jurisdictions effective deal with solid waste haulers in both California
and in the states of Nevada, Texas, Georgia and Florida. Our current and most recent clients
(2021 to present) are listed below. Nearly all have had MBC help them prepare SB 1383
compliance plans, draft revisions to their municipal codes, and negotiate services and
corresponding rates with franchise haulers.
City of Irvine
City of Costa Mesa
City of Cypress
City of Diamond Bar
City of Indian Wells
City of Claremont
City of Reedley
City of Los Alamitos
City of Fountain Valley
City of Newport Beach (franchise hauler audits only)
City of Laguna Woods
City of Villa Park
City of Hawaiian Gardens
Costa Mesa Sanitary District
A recognized expert in the solid waste industry, Mr. Balliet has assisted dozens of cities
negotiate new agreements with their franchise haulers or helped them successfully
transition through a request for proposals (RFP) process to a new service provider. Often
these RFPs have helped jurisdictions achieve the lowest rates for service in their respective
county’s (most recently in Los Alamitos in 2021). In addition, Mr. Byrne helped the City of
Irvine negotiate a most-favored-nation rate clause, that has guaranteed them the lowest
residential rate in Orange County for over a decade. Hauler-franchise focused work has
recently been performed in Costa Mesa, Reedley, Los Alamitos, Fountain Valley, Villa Park,
Hawaiian Gardens and for the Costa Mesa Sanitary District. We will highlight three projects
completed in the last 12 months herein.
We have served as a consultant to the City of Costa Mesa since 1992, developing and
implementing all compliance programs and managing a non-exclusive hauling system. We
developed the first permit structure for solid waste hauling to provide needed City funds for
new State-mandated programs (in 1992), then transitioned this permit system into an
informal non-exclusive franchise to create needed franchise fee revenues (in 2005), prior to
the 2020/2021 work highlighted herein.
City of Costa Mesa
We worked with City staff to identify SB 1383 enforceable mechanisms and related hauler
program requirements, drafted required code revisions to incorporate SB 1383 regulations
and worked with the City attorney to finalize a new and more formal franchise agreement
4 City of Diamond Bar RFP 2022-001
document. This process included working with seven (7) existing service providers to
develop, negotiate, and incorporate terms prior to final agreement execution in January
2022. This new agreement added an annual compliance fee of $120,000 per-year and is
projected to expand annual franchise fee revenues of $2.3 million by at least 20%. Through
this process we performed study sessions, made presentations, and have developed and
implemented all new SB 1383 compliant education, monitoring, and reporting programs.
City Contact
Raja Sethuraman, Public Services Director
RAJA.SETHURAMAN@costamesaca.gov or 714-754-5343
Salem Afeworki, Energy & Sustainability Services Manager
SALEM.AFEWORKI@costamesaca.gov or 714-949-5247 (cell) or 714-754-5208
City of Los Alamitos
We worked with City staff to identify all required and/or desired services to be incorporated
into a new waste hauling franchise agreement, prior to the expiration of their existing 10-
year agreement in December 2021. We then prepared and finalized an RPF document, to
incorporate all new service and fee requirements (programs to meet SB 1383 regulations,
non-SB 1383 related services requested, an annual fee to cover projected
monitoring/enforcement costs, street sweeping payments, financial support for events, etc.).
We developed a draft franchise agreement for inclusion in the RFP package. Simultaneously
we incorporated SB 1383 regulatory compliance language into a draft city code revision and
worked with City staff and the City attorney to finalize and adopt in October 2021.
Simultaneously we oversaw an RFP process that had nine (9) respondents and seven (7)
bidders. Made presentations to City Council and successfully concluded the RFP process and
negotiations, achieving all City-desired programs and funding levels, while garnering the
lowest rates for service in Orange County.
City Contact
Ron Noda (Deputy City Manager)
RNoda@cityoflosalamitos.org or 562-357-3520
Michelle Muller, Development Services
mmuller@cityoflosalamitos.org or 562-357-4514
City of Reedley
We helped this Central California city successfully transition from City-provided solid waste
services, to a private hauler operating under an exclusive franchise agreement. This is
potentially the most difficult RFP process to conduct and a seamless transition was achieved.
We developed a comprehensive RFP document that incorporated not only all SB 1383
requirements, but also complete and all new service offerings, the transition and
employment of displaced city workers, and the procurement of City-owned equipment. We
assisted the City with public meetings, including ones where challenges by local union
officials and their hired consultants were addressed and effectively resolved. Ultimately a
smooth transition to an exclusive franchise by a private hauler was achieved, providing both
lower rates and fully compliant SB 1383 programs to all City residents and businesses.
5 City of Diamond Bar RFP 2022-001
City Contact
Nicole Zieba, City Manager
Nicole.zieba@reedley.ca.gov or 559-637-4200 ext 212
Russ Robertson, Public Works Director
Russ.Robertson@reedley.ca.gov or 559-637-4200 ext 213
C – Project Understand and Approach
Pursuant to the scope of services presented by the City in RFP 2022-001, we believe we are
the most qualified resource and likely the most cost-effective. We have great familiarity with
the City of Diamond Bar, both haulers identified in this RFP, and the challenges the City
wishes to resolve through the requested scope of work.
In general, this process should start with developing the specific compliance areas (referred
to by the State as enforceable mechanisms) the City wishes the new exclusive franchise
hauler to be responsible for. SB 1383 is very prescriptive in this regard and the City’s new
franchise agreement should clearly lay out the activities and cost responsibilities the
selected hauler is required to assume. We are very familiar with this activity and will guide
City staff through the process of reviewing the various SB 1383 requirements, advantages
and disadvantages of the hauler handling each, and them incorporating all selected
“mechanisms” and related hauler activity into a draft agreement document. We will then
work with City staff and the City attorney to create a final draft that will go out in the RFP
package for the two haulers.
Concurrently, input from various stakeholders should be captured and incorporated into
required or desired services the bidders must address in their proposals. City residents and
businesses, City departments, and elected officials should be educated and consulted on
optional agreement items and/or service preferences that could be incorporated. While new
compliance requirement must be addressed, this process will also identify desired new
services and/or seek to rectify problems with current service provision, in order to develop
a comprehensive RFP document (clarifying bidder requirements) and draft franchise
agreement. We suggest dedicated workshops and study sessions as the most effective
methodology.
In addition, in order to have quantifiable data against which to measure hauler proposed
services and rates, data on comparable jurisdictions must be gathered. An effective proposal
review process must include comparisons to the services and costs similar jurisdictions have
established as a reference point to the value being provided in RFP responses. Having
established a number of compliance programs, including experience with virtually all
compliance technologies being employed and the corresponding transportation and
processing rates, we are very qualified to compile this comparison data. Clearly denoting
programmatic differences and advantages contained within the services and rates of other
jurisdictions provides more utility than a simple comparison of rate levels.
6 City of Diamond Bar RFP 2022-001
The above activities represent the “foundation work” phase of the RFP process. We develop
a comprehensive list of the identified programs, services, and SB 1383 compliance measure
to be established within an RFP document. This RFP document has attached a draft franchise
agreement which also incorporates these programs, services, and compliance measures. In
that way you can require the bidders to note any exceptions they take with the City’s desired
agreement terms and have that be a review process component. This tends to minimize the
exceptions haulers take with your agreement, as they know it may count against them in the
review and proposal scoring process.
To facilitate effective proposals, the RFP document will delineate all required services and
provide current service data. This ensures the residential hauler is familiar with current
commercial services and vice versa for the commercial hauler. In addition, the RFP document
should offer areas where the respective haulers can present optional service proposals.
These would not be in lieu of standard and required proposal items, but rather be bid
alternates for the City to consider. In this way you ensure an apples-to-apples comparison,
while allowing for innovation.
We typically use a 90 to 120 day bid process (City preference) to ensure haulers are informed
and have sufficient time to generate quality responses. An initial RFP meeting is held two-
weeks after issuing the RFP document, in order to address initial questions in an in-person
format. From that point forward additional questions are permissible over a two-week
period and should be submitted via email. We then provide emailed responses to all parties
up to day 30 of the bid process. From that point both haulers are instructed to prepare their
proposals with no additional contact with the City.
While we are certainly well qualified to review proposals and make a recommendation to
the City, we suggest that prior to the release of the RFP document the City consider
establishing a review committee. This can include elected officials, city commission
members, city staff, industry experts, or residents and business owners nominated and
selected by elected officials. All review committee types have been successfully used by MBC
over the years. However, our suggested approach is a five (5) person panel with one City
Council member, one appointed commissioner, and three City staff members. The next best
alternative would be to add one additional consultant/industry expert to the review team of
Mr. Balliet and Mr. Bryne, in order to provide a 3-person contracted review committee. We
can submit three names to the City and will utilize the person you select or make the
selection ourselves. This cost will be listed separately (just for the additional consultant), as
Mr. Balliet and Mr. Byrne will provide their own reviews whether we are the review
committee or advising the five (5) person panel.
Whichever review approach is used, we must distill the RFP process and important proposal
elements into a report that presents a clear recommendation to city staff, and ultimately the
City Council for approval.
7 City of Diamond Bar RFP 2022-001
Contained herein are the distinct tasks we recommend and a further clarification of the work
to be performed:
Task 1 – Establish Desired Hauler Services Including SB 1383 Compliance Responsibilities
We will work with city staff, the city attorney, and various stakeholder groups (as directed)
to establish both the SB 1383 compliance programs, services and support desired for SB
1383 compliance, as well as general franchise service obligations (bulky item collections,
HHW, etc.) the City requires the selected service provider to perform. As part of this task,
we will perform a review of your current franchise agreement, develop and provide
franchise agreement language to address desired SB 1383 compliance measures, and any
new or revised programs the city would otherwise benefit from, in cooperation with city
staff and the city attorney. We will attend all required meetings to discuss, review and
finalize a draft document.
Task 2 – Perform a Study of Comparable Jurisdictions
To help measure the value received from the two bidders, we will research and compile a
list of 5 to 10 comparable jurisdictions (similar residential and commercial sectors, similar
collection conditions, etc). Once this list is approved by the city, we will establish key
franchise agreement provisions, rates and types of services provided, fees and benefits
provided to the client city, facilities used and per-ton costs, and other data sets that
encapsulate those franchises. This data will subsequently be used to help establish the
relative value presented within the hauler proposals received.
Task 3 – Create the RFP Package
Using data obtained in Tasks 1 and 2, compile all programs, services, fees and benefits,
compliance support activities, general service obligations, and a detail of current services
and tonnages collected into an RFP document the two firms are will use to guide their
proposal preparation and submission process. Required proposal format, a standard price
sheet, and any other specific items the city requests will also be included. We recommend
the RFP package address a standard set of services each firm must bid upon, then allow
bid-alternates, where each hauler can propose unique services. Our work to finalize the
package also includes assistance to city staff/attorney to make any final revisions to the
draft agreement, which will be included as a referenced attachment to the RFP. Finally, the
RFP package should have a listing and description of the scoring criteria to be used in
evaluating the proposals and a standard pricing sheet. We recommend the City also
establish options for how it will proceed after the review process. Typically, this would
include selecting one firm as the preferred option and negotiating final terms with them or
having the city-option to negotiate with both firms simultaneously.
Task 4 Conduct the RFP Process
In this task we distribute the RFP package, then field and respond to bidder questions. We
propose an initial in-person meeting with both bidders where we field and respond to
questions. Ideally this meeting occurs after the bidders have had a week or two to perform
an initial review. After the bidder meeting, we field individual questions (submitted via
8 City of Diamond Bar RFP 2022-001
email) and provide email responses that copy both bidders. This is important as we want to
ensure both parties are treated identically, even with regards to the timeliness of
information provided. Approximately 30 days after the RFP package is given to the bidders,
we enter a phase where they have 30 to 60 additional days to prepare and finalize their
responses.
At the appointed date (60 or 90 days after RFP issuance, city choice) we receive and open
the proposals with city staff. Typically, the RFP will require a separate sealed envelope
containing pricing information, which would allow for review of the proposals with or
without pricing information. As discussed, depending upon the city’s preference, we would
then provide proposals and possibly pricing information over to the review committee (5-
person city-appointed panel or we as the consulting firm would perform our review). If a
city panel is selected, MBC will also perform reviews and develop a rate matrix, where we
apply hauler-proposed pricing to a standardize service-level mix to approximate expected
residential and commercial rate revenues for each bid. If MBC alone is tasked with review
and recommendations, we would perform the review or potentially bring on a third
individual (city-approved) in order to provide three proposal review scores for city
consideration.
Task 5 Final Review, Report, and Hauler Negotiations
We present draft proposals reviews to city staff, discuss our findings and positions, receive
input/edits on the presentation of information, and finalize or report on the RFP process
and recommended next steps. If the conclusion of this report is that the proposal received
from one of the bidders was clearly superior, and city staff agrees and directs, then we
assist in preparing a report to this effect for City Council review and approval. If the report
finds the proposals are comparable, and that further negotiations are suggested to finalize
the city’s selection, then we will either prepare a report for City Council or proceed directly
to hauler negotiations.
We work with city staff to finalize the selection. We will attend and present at one or more
City Council meetings, as required to address issues and secure formal selection of an
exclusive franchise hauler. Our proposed task hours are sufficient to address delays related
to a City Council determination that an extension to existing agreements are needed to
address new franchise service roll-out delays.
Task 6 Project Management
We will provide monthly progress reports to accompany invoices for services rendered. We
will also hold general progress meeting with city staff and communicate frequently through
email, phone, and electronic meetings.
9 City of Diamond Bar RFP 2022-001
D – Reference Projects
We have provided our three recent and specific reference projects in section B of this
proposal. Contact information for current clients, where we are providing assistance with
franchise haulers, are provided below:
City of Diamond Bar – 2015 to Present
Alfa Lopez, Sr. Management Analyst
alopez@diamondbarca.gov or 909-839-7105
City of Fountain Valley – 2019 to Present
Loriana Hornik, Environmental Services Administrator
Loriana.Hornik@fountainvalley.org or 714-593-4441.
Costa Mesa Sanitary District – 2013 to Present
Nabila Guzman, Management Analyst I
nguzman@cmsdca.gov or 949-645-8400 ext 230
City of Cypress – 2021 to Present
Doug Dancs, Public Works Director
DDancs@cypressca.org or 714-229-6740
Kirsten Graham, Management Analyst
kgraham@cypressca.org or 714-229-6748
City of Irvine – 2014 to Present
Ryan Tenney, Management Analyst
RTenney@cityofirvine.org or 949-724-6379
Sona Coffee, Environmental Programs Administrator
SCoffee@cityofirvine.org or 949-724-7562
City of Claremont – 2021 to Present
Kristin Mikula, Community Services Manager
kmikula@ci.claremont.ca.us or 909-399-5433
City of Villa Park – 2022 to Present
Kim Chaudhry, Senior Management Analyst
kchaudhry@villapark.org or 714-998-1500
Additional client references (50+) can be provided upon request.
10 City of Diamond Bar RFP 2022-001
E – Cost Proposal
The following tasks are described in Section C. The respective hours required for task
completion, as well as the total proposed project budget, is shown below.
As discussed, Michael Balliet ($140 per-hour) and Mike Byrne ($105 per-hour) are the two
individuals who will be performing work on this project. Both have 30 years of experience
in hauler franchise negotiations. An additional industry expert may be brought in as a third
reviewer (3 individuals presented for City selection), as an option.
Task 1 – Establish Hauler Services/SB 1383 Compliance Responsibilities/Agreement
Consultant Hours Rate Amount
Michael Balliet 75.00 $140 $10,500.00
Mike Byrne 25.00 $105 $ 2,625.00
$13,125.00
Task 2 – Perform a Study of Comparable Jurisdictions
Consultant Hours Rate Amount
Michael Balliet 15.00 $140 $ 2,100.00
Mike Byrne 45.00 $105 $ 4,725.00
$ 6,825.00
Task 3 – Create the RFP Package
Consultant Hours Rate Amount
Michael Balliet 40.00 $140 $ 5,600.00
Mike Byrne 10.00 $105 $ 1,050.00
$ 6,650.00
Task 4 Conduct the RFP Process
Consultant Hours Rate Amount
Michael Balliet 50.00 $140 $ 7,000.00
Mike Byrne 35.00 $105 $ 3,675.00
*Optional 3rd Reviewer $ 5,000.00
$10,675.00 or $15,675.00
Task 5 Final Review, Report, and Hauler Negotiations
Consultant Hours Rate Amount
Michael Balliet 45.00 $140 $ 6,300.00
Mike Byrne 20.00 $105 $ 2,100.00
$ 8,400.00
Task 6 Project Management
Consultant Hours Rate Amount
Michael Balliet 40.00 $140 $ 5,600.00
Mike Byrne 5.00 $105 $ 525.00
$ 6,125.00
Total Project Budget = $51,800 or $56,800*
11 City of Diamond Bar RFP 2022-001
F – Project Timeline
We have completed RFPs in as little as six months. However, a 9 to 12-month timeframe is more typical. Given that two
existing service providers are the only bidders, and many of the issues and requests are already know, we are providing a 9-
month timeline herein. RFP issue date is November 15th with a submission due date of January 15th. Mandatory bidder meeting
the week after Thanksgiving and all Q & A completed before City holiday break:
Michael Balliet Consulting LLC - Diamond Bar RFP Project Schedule
Task Description Jul-22 Aug-22 Sep-22 Oct-22 Nov-22 Dec-22 Jan-23 Feb-23 Mar-23
Establish Programs/Agreement
Establish city/stakeholder program items
Develop SB 1383 requirements
Meetings & workshops
Franchise agreement development
Jurisdiction Study
Target similar cities
Perform city surveys
Develop data & report
Create RFP Package
Develop RFP document
Meetings & study session
Related edits to agreement
Conduct RFP Process
Send out RFP & hold initial bidder meeting
Complete Q & A process
Finalize bid review material/protocol
Form Review Committee-Initial Meeting
Review, Report and Negotiate
Receive and review proposals
Develop report and city council package
City meetings & contract negotiations
City council meetings
Project Meetings/Reports/Management
Project Meetings/Reports/Management
2
6
1
3
4
5
12 City of Diamond Bar RFP 2022-001
G – Licenses, Professional Certificates/Memberships and Insurance
Current consultant to the City of Diamond Bar. Insurance information and W-9 is on file with
the City. No special licenses or certificates. Mr. Balliet is a featured speaker to city
administration and public works groups on SB 1383 compliance and solid waste systems.
Mr. Balliet has also been a featured panel member for the Southern California Waste
Management Forum and was recently a featured speaker in the CalRecycle ongoing training
series.
13 City of Diamond Bar RFP 2022-001
Exhibit A
14 City of Diamond Bar RFP 2022-001
15 City of Diamond Bar RFP 2022-001
Exhibit A
Proposed Scope of Services
Pursuant to the scope of services presented by the City in RFP 2022-001, and discussed in narrative
form within the body of our proposal, provided herein is our required presentation of the scope of
services to be provided, which will include all City required items within the scope of work
presented within RFP 2022-001.
Task 1 – Establish Desired Hauler Services Including SB 1383 Compliance Responsibilities
We will work with city staff, the city attorney, and various stakeholder groups (as directed) to
establish both the SB 1383 compliance programs, services and support desired for SB 1383
compliance, as well as general franchise service obligations (bulky item collections, HHW, etc.)
the City requires the selected service provider to perform. As part of this task, we will perform a
review of your current franchise agreement, develop and provide franchise agreement language to
address desired SB 1383 compliance measures, and any new or revised programs the city would
otherwise benefit from, in cooperation with city staff and the city attorney. We will attend all
required meetings to discuss, review and finalize a draft document.
Specifically included within Task 1 project work are the following city-required actions:
• Review the current Franchise Agreements and identify modifications required to meet
regulatory requirements and state mandates, emerging innovations in solid waste and
current best practices in solid waste management.
• Develop a comprehensive matrix/list of recommended terms, components and/or
programs for inclusion in the City’s new franchise agreement(s).
• Identify new and existing programs necessary to meet state mandates, improve diversion,
and provide enhanced service.
• Estimate the total hours proposed for these tasks based on previous experience.
Consultant Hours Rate Amount
Michael Balliet 75.00 $140 $10,500.00
Mike Byrne 25.00 $105 $ 2,625.00
$13,125.00
Task 2 – Perform a Study of Comparable Jurisdictions
To help measure the value received from the two bidders, we will research and compile a list of 5
to 10 comparable jurisdictions (similar residential and commercial sectors, similar collection
conditions, etc). Once this list is approved by the city, we will establish key franchise agreement
provisions, rates and types of services provided, fees and benefits provided to the client city,
facilities used and per-ton costs, and other data sets that encapsulate those franchises. This data
will subsequently be used to help establish the relative value presented within the hauler proposals
received.
16 City of Diamond Bar RFP 2022-001
Specifically included within Task 2 project work are the following city-required actions:
• Research and review solid waste contracts of cities comparable to Diamond Bar (e.g.,
population, land area, etc.). Compile and present data, number of residential and
commercial franchises, including residential and commercial rates, size and number of
trash containers, multi-family recycling programs, bulky item and household hazardous
waste pickup programs, organics recycling programs, diversion rates, franchise AB 939
and any other fees collected, and any other relevant information necessary to develop an
effective franchise agreement.
Consultant Hours Rate Amount
Michael Balliet 15.00 $140 $ 2,100.00
Mike Byrne 45.00 $105 $ 4,725.00
$ 6,825.00
Task 3 – Create the RFP Package
Using data obtained in Tasks 1 and 2, compile all programs, services, fees and benefits, compliance
support activities, general service obligations, and a detail of current services and tonnages
collected into an RFP document the two firms are will use to guide their proposal preparation and
submission process. Required proposal format, a standard price sheet, and any other specific items
the city requests will also be included. We recommend the RFP package address a standard set of
services each firm must bid upon, then allow bid-alternates, where each hauler can propose unique
services. Our work to finalize the package also includes assistance to city staff/attorney to make
any final revisions to the draft agreement, which will be included as a referenced attachment to the
RFP. Finally, the RFP package should have a listing and description of the scoring criteria to be
used in evaluating the proposals and a standard pricing sheet. We recommend the City also
establish options for how it will proceed after the review process. Typically, this would include
selecting one firm as the preferred option and negotiating final terms with them or having the city-
option to negotiate with both firms simultaneously.
Specifically included within Task 3 project work are the following city-required actions:
• Develop the RFP and draft Franchise Agreement for the Solid Waste Collection Services,
in consultation with City staff and representatives of the City Attorney’s office. • Establish
requirements for a baseline program based on achieving compliance with state mandates
and maintaining existing and new specified service levels. Additionally, a menu of additive
scope items for potential innovative and/or green service options, such as Zero Waste
programming, shall be provided with individual costs identified. These services will be
considered separate from the baseline proposal.
Consultant Hours Rate Amount
Michael Balliet 40.00 $140 $ 5,600.00
Mike Byrne 10.00 $105 $ 1,050.00
$ 6,650.00
17 City of Diamond Bar RFP 2022-001
Task 4 Conduct the RFP Process
In this task we distribute the RFP package, then field and respond to bidder questions. We propose
an initial in-person meeting with both bidders where we field and respond to questions. Ideally
this meeting occurs after the bidders have had a week or two to perform an initial review. After
the bidder meeting, we field individual questions (submitted via email) and provide email
responses that copy both bidders. This is important as we want to ensure both parties are treated
identically, even with regards to the timeliness of information provided. Approximately 30 days
after the RFP package is given to the bidders, we enter a phase where they have 30 to 60 additional
days to prepare and finalize their responses.
At the appointed date (60 or 90 days after RFP issuance, city choice) we receive and open the
proposals with city staff. Typically, the RFP will require a separate sealed envelope containing
pricing information, which would allow for review of the proposals with or without pricing
information. As discussed, depending upon the city’s preference, we would then provide proposals
and possibly pricing information over to the review committee (5-person city-appointed panel or
we as the consulting firm would perform our review). If a city panel is selected, MBC will also
perform reviews and develop a rate matrix, where we apply hauler-proposed pricing to a
standardize service-level mix to approximate expected residential and commercial rate revenues
for each bid. If MBC alone is tasked with review and recommendations, we would perform the
review or potentially bring on a third individual (city-approved) in order to provide three proposal
review scores for city consideration.
Specifically included within Task 4 project work are the following city-required actions:
• Manage and oversee the RFP process, including advertisement, conducting a mandatory
Proposer’s Conference, responding to requests for information, and preparing and issuing
any necessary RFP addenda.
• Based on the technical assistance findings and direction of the Diamond Bar staff, develop
desired service and rate requirements.
• Prepare a Request for Proposals (RFP) for distribution to the existing waste haulers.
• The RFP will be drafted in consultation with City staff and City Attorney’s office, and at
minimum, should identify the following requirements of the respondents:
o Establish the basic solid waste services the proposer must provide.
o Identify the special services the proposer must provide. Examples include, but are
not limited to: seasonal collections, bulky item pick up, manual rollout, electronic and
hazardous household waste collection, city generated waste removal.
o Provide the requirements of the proposer to respond to and collect abandoned waste
discarded on public rights-of-way.
o Develop a rate sheet for the proposer to complete to identify the cost of the services.
o Identify the public education and outreach programs required of the proposer.
o Describe the customer service requirements of the proposer, including
communications, public requests, dispute resolution, etc.
o Respond to proposer’s Requests for Information (RFIs), questions and
communications.
18 City of Diamond Bar RFP 2022-001
• Evaluate proposals and make recommendations to City.
Consultant Hours Rate Amount
Michael Balliet 50.00 $140 $ 7,000.00
Mike Byrne 35.00 $105 $ 3,675.00
*Optional 3rd Reviewer $ 5,000.00
$10,675.00 or $15,675.00
Task 5 Final Review, Report, and Hauler Negotiations
We present draft proposals reviews to city staff, discuss our findings and positions, receive
input/edits on the presentation of information, and finalize or report on the RFP process and
recommended next steps. If the conclusion of this report is that the proposal received from one of
the bidders was clearly superior, and city staff agrees and directs, then we assist in preparing a
report to this effect for City Council review and approval. If the report finds the proposals are
comparable, and that further negotiations are suggested to finalize the city’s selection, then we will
either prepare a report for City Council or proceed directly to hauler negotiations.
We work with city staff to finalize the selection. We will attend and present at one or more City
Council meetings, as required to address issues and secure formal selection of an exclusive
franchise hauler. Our proposed task hours are sufficient to address delays related to a City Council
determination that an extension to existing agreements are needed to address new franchise service
roll-out delays.
Specifically included within Task 5 project work are the following city-required actions:
• Assist with negotiations with the chosen proposer.
• Prepare final franchise agreement(s) for approval.
• If needed, conduct public outreach meetings/workshops. • Present information at public
meetings as directed by the City.
• Prepare reports and presentations as directed by City staff.
• At the conclusion of negotiations, work with staff and the City Attorney to prepare
franchise agreements for the City Council’s consideration and approval.
• Attend City Council and Study Session meetings as directed by staff. Present information
and recommendations.
Consultant Hours Rate Amount
Michael Balliet 45.00 $140 $ 6,300.00
Mike Byrne 20.00 $105 $ 2,100.00
$ 8,400.00
Task 6 Project Management
We will provide monthly progress reports to accompany invoices for services rendered. We will
also hold general progress meeting with city staff and communicate frequently through email,
phone, and electronic meetings.
19 City of Diamond Bar RFP 2022-001
Consultant Hours Rate Amount
Michael Balliet 40.00 $140 $ 5,600.00
Mike Byrne 5.00 $105 $ 525.00
$ 6,125.00
Total Project Budget = $51,800 or $56,800*
20 City of Diamond Bar RFP 2022-001
Exhibit B
21 City of Diamond Bar RFP 2022-001
Education
Economics,
University of California, Irvine
Areas of Expertise
Waste Hauling RFP &
Performance Reviews
Waste Hauler Financial
Audits
Waste Management Program
Development and
Implementation
Landfill Compliance and
Financial Audits
Municipal Solid Waste
Contract Compliance
Program Development
Business Technical
Assistance Programs
Educational Program
Development
Waste Collection Feasibility
and Rate Studies
Hauler Negotiations and RFP
Process Development and
Implementation
Publications
The Insider’s Guide to
Business Recycling and
Waste Reduction
30+ Years Experience
Michael Balliet
Michael Balliet brings extensive solid waste industry experience to his consulting and auditing services for
local governments. Mr. Balliet’s primary field of expertise is in solid waste system development, waste
hauler management, agreement compliance reviews, financial audits, rate setting analysis, and contract
negotiations. He is also well versed in the regulations governing solid waste collection, waste diversion
program development, and how local jurisdictions can effectively implement, monitor, and report
compliance with various State legislative requirements.
Mr. Balliet has been an environmental consultant based in California since 1991. As part of his work with
local governments he has audited and developed recycling programs for many of the largest businesses in
Los Angeles County (Northrop, Allied Signal, Dow Chemical, Mobil Oil, etc.). Work in Orange County began
in 1992 with the City of Costa Mesa and eventually moved to institutional clients (U.C. Irvine) and Orange
County’s most visible business, Disneyland. For the past several years this focus has shifted to AB 341,
AB 1826, and currently SB 1383 compliance programs.
Waste hauler compliance reviews and financial audits have included hauler operations throughout
California, Nevada, Montana, Texas, Florida, and Georgia. He has performed well over 300 hauler-audits,
and over 20 landfill and material recovery facility audits. He has never had an audit fail to reach satisfactory
resolution.
Mr. Balliet has worked with both large (City of Los Angeles) and small (City of Los Alamitos) municipal
clients. This work has included developing city compliance planning documents (SRRE, HHWE, NDFE), all
manner of waste management programs, creating and implementing various oversite and reporting
protocols, and reporting to and interfacing with State agencies on behalf of clients.
He has been responsible for developing methodologies for city-contracting with private haulers to ensure
waste hauler compliance through the implementation of service, diversion, reporting, and fee payment
standards. This work includes the development of municipal ordinances, service contracts and waste hauler
reporting procedures, conducting technical assistance workshops, consolidating and reconstituting hauler
data and managing reporting programs for dozens clients, including one that has retained his services
continuously since 1992. Project work has also included the development of multiple permit, non-exclusive
franchise, and exclusive franchise systems, and RFPs to select franchise haulers. Mr. Balliet has also
worked with a number of municipalities to improve efficiencies and/or compliance through their own waste
hauling operations.
Professional Experience
July 1991 to January 1999: Chief Operating Officer – Americlean Environmental Services. Grew a
consulting practice from start-up to over $4 million in annual revenues. Managed 23 employees and
subcontractors.
January 1999 to Present: President – Michael Balliet Consulting, LLC
Past Projects
100+ local governments in California, Florida, Georgia, Montana, Nevada, and Texas
22 City of Diamond Bar RFP 2022-001
Education
Graduate School:
Master of Public
Administration Program
Cal State Fullerton
BA, Political Science
University of California, Irvine
Areas of Expertise
Municipal Solid Waste
Management Programs
Solid Waste Contracts:
Development, Negotiation,
Implementation, and
Compliance
Grant Awards and
Project Management
State of California Solid
Waste Reduction and
Recycling Mandates
30 Years Experience
MICHAEL J. BYRNE
Consultant, Michael Balliet Consulting LLC
Professional Summary
Extensive experience in municipal government and the solid waste field gained over 30
years. Includes 26 years as lead analyst overseeing the planning and implementation
of city solid waste and recycling service delivery and compliance programs. Mr. Byrne
will provide support and administrative assistance to Mr. Balliet and the project.
Related Experience
City of Irvine 1991 - 2021
• Developed and managed municipal solid waste and recycling program budgets
and secured numerous state and local grant awards.
• Played a lead role in negotiations with waste haulers for city’s solid waste
franchise agreements.
• Interacted with key stakeholders including elected officials, executive
management and the public.
• Continually interacted with waste haulers, developers and property managers.
• Oversaw the work of several consultants to ensure city’s constant compliance
with California state recycling mandates.
• Extensive knowledge and expertise relating to state mandates on cities,
including AB 939 (The California Integrated Waste Management Act), SB 1374
(Model Construction and Demolition Diversion Ordinance) and subsequent
California Green Building Standards Code requirements, AB 341 (Mandatory
Commercial Recycling), AB 1826 (Mandatory Commercial Organics
Recycling), AB 827 (Customer Access to Recycling), and SB 1383 (Short-Lived
Climate Pollutants).