Loading...
HomeMy WebLinkAbout17- Public Services CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTIOOR1 G1NAL From: Randy Kuettle, Acting Director Subject: Resolution of the (MJayor and Common Council of the City of San Dept: Public Services Bernardino authorizing the execution of an Agreement and issuance of a Date: February 4, 2010 Purchase Order in the amount of $107,000 with two (2) one-year extensions at the City's option to Sloan Vazquez, LLC for a commercial container inventory audit. Meeting Date: March 1, 2010 Synopsis of Previous Council Action: Recommended Motion: 1. Authorize the Director of Finance to amend the FY 09-10 Budget and transfer $47,000 from Account Number 527-413-5179 (Dump/Waste Fees) to Account Number 527-411-5502 (Professional/Contractual Services). 2. Adopt Resolution. Signature Contact person: Randy Kuettle, Acting Director Phone: 5140 Supporting data attached: Ward: All Staff Report, Resolution, Vendor Service Agreement and Attachment "1" FUNDING REQUIREMENTS: Amount: $107,000 Source: FY 09-10 527-411-5502 (Professional/Contractual Services) Finance: Council Notes: Agenda Item No. �1 CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Agreement and issuance of a Purchase Order in the amount of$107,000 with two (2) one-year extensions at the City's option to Sloan Vazquez, LLC for a commercial container inventory audit. Background: Over the past several years, the City has contracted with R3 Consulting Group, Inc. (R3) to perform reviews of the Integrated Waste Management Division (IWM Division). In May 2008, R3 recommended that the IWM Division audit all commercial routes to verify account information and reconcile with the customer account system. R3 also recommended that the IWM Division audit all residential accounts to verify account information and reconciled to accurate route sheets. In order to expedite this process, staff is recommending that a consultant be hired to conduct the audit. Based on preliminary discussions and recommendations by the consultant, staff recommends performing the commercial audit first, as commercial audits on average, tend to increase revenues by approximately 10%-18%. Staff will come back to Council for the residential audit. The City of San Bernardino Public Services Department, IWM Division provides commercial refuse and recycling collection services to approximately 2,900 commercial accounts within the city limits, including front-load bins, and permanent roll-off and compactor customers. On November 23, 2009 a formal bid process was initiated to solicit bids for the commercial container inventory and residential cart inventory audit per RFQ F-10-09. Notices of bids were e- mailed, posted to the web, printed in the newspaper and sent to the Chamber of Commerce and twenty-nine (29) vendors. Two (2) vendors responded. No local vendors submitted a bid. The vendor, business location, and quote per audit are listed below: Vendor Location Commercial Audit Sloan Vazquez, LLC Santa Ana, CA $107,000 WIS International Corona, CA Non-Responsive WIS International did not specifically indicate that they have experience in commercial container inventory audits and staff was unable to verify that they can perform the work. In addition, WIS failed to respond to follow-up questions that staff had sent them. On the other hand, Sloan Vazquez, LLC clearly demonstrated experience in solid waste consulting services and will be able to provide more and accurate data. The audit will establish a 100% commercial container inventory for front-load bins, permanent roll- off bins and compactor bins. The inventory will include container counts for each service account location which will then be used to manage container inventory, container replacement inventory, reconcile services or deliveries provided, billing inconsistencies, and balance commercial route pick-up. 1 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report-Continued The audit will provide information that will ensure that the City is billing for every container being serviced by confirming that the billing records match all the containers actually being serviced in the field. The commercial audit will be completed within approximately 113 days of its commencement. A complete bid summary sheet is attached (See Attachment 1"). Sloan Vazquez, LLC is determined to have submitted the best bid per RFQ F-10-09. Staff recommends that Council authorize the execution of an Agreement and Purchase Order in the amount of $107,000 to Sloan Vazquez, LLC for the commercial container inventory audit. The bid also includes a price proposal for a residential cart inventory audit, which will be completed after the commercial audit is done. Therefore, staff is recommending the option of two (2) one-year extensions with Sloan Vazquez, LLC. Financial Impact: There will be no impact to the General Fund. A portion of the funds for this audit is available from projected savings in the FY 09-10 IWM Division Budget, Account Number 527-413-5179 (DumpM/aste Fees) in the amount of $47,000. The other $60,000 has been budgeted in Account Number 527-411-5502 (Professional/Contractual Services). Recommendation: 1. Authorize the Director of Finance to amend the FY 09-10 Budget and transfer $47,000 from Account Number 527-413-5179 (Dump/Waste Fees) to Account Number 527-411-5502 (Professional/Contractual Services). 2. Adopt Resolution. 2 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 3 ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $107,000 WITH TWO (2) ONE-YEAR EXTENSIONS AT THE CITY'S OPTION TO SLOAN VAZQUEZ, LLC 4 FOR A COMMERCIAL CONTAINER INVENTORY AUDIT. 5 WHEREAS, Sloan Vazquez, LLC submitted the lowest, most qualified bid for a 6 commercial container inventory audit per RFQ F-10-09. 7 8 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 9 SECTION 1. The City Manager of the City of San Bernardino is hereby 10 authorized to execute on behalf of said City an Agreement between the City of San 11 12 Bernardino and Sloan Vazquez, LLC, a copy of which is attached hereto, marked as 13 Exhibit "A", and incorporated herein by this reference as fully as though set forth at 14 length. 15 SECTION 2. That pursuant to this determination the Director of Finance or her 16 designee is hereby authorized to issue a Purchase Order to Sloan Vazquez, LLC in 17 the amount of$107,000 for FY 09-10. 18 19 SECTION 3. The Purchase Order shall reference this Resolution Number and 20 shall read, "Sloan Vazquez, LLC for a commercial container inventory audit. 21 Agreement not to exceed $107,000" and shall incorporate the terms and conditions of 22 the agreement. 23 SECTION 4. The authorization to execute the above referenced Purchase 24 Order and Agreement is rescinded if it is not executed by both parties within sixty (60) 25 26 days of the passage of this resolution. 27 28 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 2 ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $107,000 WITH TWO (2) ONE-YEAR EXTENSIONS AT THE CITY'S OPTION TO SLOAN VAZQUEZ, LLC 3 FOR A COMMERCIAL CONTAINER INVENTORY AUDIT. 4 1 HEREBY CERTIFY that the foregoing Resolution was duly adopted by the 5 Mayor and Common Council of the City of San Bernardino at a 6 meeting thereof, held on the day of 2010, by the 7 8 following vote, to wit: 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 MARQUEZ 11 DESJARDINS 12 BRINKER 13 SHORETT 14 15 KELLEY 16 JOHNSON 17 MCCAMMACK 18 19 20 Rachel G. Clark, City Clerk 21 The foregoing resolution is hereby approved this day of , 2010. 22 23 Patrick J. Morris, Mayor 24 City of San Bernardino Approved as to Form: 25 I % BY '� 26 James ..' Penman 27 City Attorney 28 1 VENDOR SERVICE AGREEMENT 2 This Vendor Service Agreement is entered into this I" day of March 2010, by and 3 between Sloan Vazquez, LLC ("VENDOR") and the City of San Bernardino ("CITY" or "San 4 Bernardino"). 5 WITNESSETH: 6 7 WHEREAS, the Mayor and Common Council has determined that it is advantageous 8 and in the best interest of the CITY to contract out for commercial container inventory audit 9 services per RFQ F-10-09; and 10 WHEREAS, the City of San Bernardino did solicit and accept bids from available 11 vendors for a commercial container inventory audit per RFQ F-10-09; and, 12 WHEREAS, Sloan Vazquez, LLC submitted the lowest most responsible best bid. 13 NOW, THEREFORE, the parties hereto agree as follows: 14 15 1. SCOPE OF SERVICES. 16 For the remuneration stipulated in paragraph 2, City hereby engages the services of 17 VENDOR to provide those products and services as set forth in RFQ F-10-09, a copy of which 18 is attached hereto as Attachment "1" and incorporated by this reference. 19 2 COMPENSATION AND EXPENSES. 20 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 21 22 pay the VENDOR $107,000 for a commercial container inventory audit. Purchase 23 Order not to exceed the total amount of$107,000. 24 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 25 3. TERM; TERMINATION. 26 The term of this agreement shall be from March 1, 2010 through June 30, 2010, with 27 two (2) one-year extensions at the City's option. Option year one, if exercised, shall be 28 Exhibit"A" 1 1 effective July 1, 2010 through June 30, 2011. Option year two, if exercised, shall be effective 2 July 1, 2011 through June 30, 2012. 3 This Agreement may be terminated at any time by thirty (30) days prior written notice 4 by either party. The terms of this Agreement shall remain in force unless amended by written 5 agreement of the parties executed on or before date of expiration of current term of the 6 7 agreement. Price in any option year shall be as negotiated by the parties at the time of exercise 8 of the option. In no option year shall the price exceed that set forth herein. 9 4. WARRANTY 10 Vendor expressly warrants that all products and services supplied to City by Vendor 11 12 under this Agreement shall conform to the specifications, drawings or other description upon 13 Which this purchase is based, shall be fit and sufficient for the purpose intended, merchantable, 14 of good material and workmanship, free from defects and free and clear of all liens or 15 encumbrances. Inspection, testing, acceptance or use of the goods by the City shall not affect 16 Vendor's obligations under this warranty, and such warranty shall survive inspection, testing, 17 acceptance and use. Vendor agrees to replace or correct promptly defects of any goods or 18 19 services not conforming to the foregoing warranty without expense to the City, when notified 20 of such non-conformity by City. If Vendor fails to correct the defects in or replace non- 21 conforming goods or services promptly, City may, after reasonable notice to Vendor, make 22 such corrections or effect cover, or cure, at Vendor's expense. "Reasonable notice" for 23 purposes of this section shall not be deemed to require more than 60 calendars days notice 24 before commencement of efforts by the City to effect cover or a cure except upon written 25 agreement of the Parties. 26 27 28 Exhibit "A" 2 1 5. INDEMNITY. 2 Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, 3 agents or representatives, free and harmless from all claims, actions, damages and liabilities of 4 any kind and nature arising from bodily injury, including death, or property damage, based or 5 asserted upon any or alleged act or omission of Vendor, its employees, agents, or 6 7 subcontractors, relating to or in any way connected with the accomplishment of the work or 8 performance of service under this Agreement, unless the bodily injury or property damage was g actually caused by the sole negligence of the City, its elected officials, employees, agents or 10 representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its 11 own expense, including attorney's fees the City, its elected officials, employees, agents or 12 representatives from any and all legal actions based upon such actual or alleged acts or 13 omissions. Vendor hereby waives any and all rights to any types of express or implied 14 15 indemnity against the City, its elected officials, employees, agents or representatives, with 16 respect to third party claims against the Vendor relating to or in any way connected with the 17 accomplishment of the work or performance of services under this Agreement. 18 6. INSURANCE. 19 While not restricting or limiting the foregoing, during the term of this Agreement, 20 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 21 22 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 23 1°'orker's compensation coverage, and shall file copies of said policies with the CITY's Risk 24 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 25 additional named insured in each policy of insurance provided hereunder. The Certificate of 26 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 27 28 Exhibit"A" 3 I termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any 2 change or termination of policy. 3 7. NON-DISCRIMINATION. 4 In the performance of this Agreement and in the hiring and recruitment of employees, 5 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 6 discrimination in employment of persons because of their race, religion, color, national origin, 7 8 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 9 sexual orientation, or any other status protected by law. 10 8. INDEPENDENT CONTRACTOR. 11 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 12 purposes VENDOR shall be an independent contractor and not an agent or employee of the 13 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 14 15 come Tax, Social Security, State Disability Insurance Compensation, Unemployment 16 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 17 employees, and all business licenses, if any are required, in connection with the services to be 18 performed hereunder. 19 9. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 20 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 21 22 certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, 23 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 24 to practice its business or profession. 25 26 27 28 Exhibit "A" 4 1 NOTICES. 2 Any notices to be given pursuant to this Agreement shall be deposited with the United 3 States Postal Service, postage prepaid and addressed as follows: 4 TO THE CITY: Public Services Director 5 300 North "D" Street San Bernardino, CA 92418 6 Telephone: (909) 384-5140 7 TO THE VENDOR: Sloan Vazquez, LLC 8 1231 East Dyer Road Suite 225 Santa Ana, CA 92705 9 Telephone: (714) 241-7903 Contact: Joe M. Sloan 10 10. ATTORNEYS' FEES. 11 12 In the event that litigation is brought by any party in connection with this Agreement, 13 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 14 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 15 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 16 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 17 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 18 19 fees" for the purposes of this paragraph. 20 11. ASSIGNMENT. 21 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 22 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior 23 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 24 and shall constitute a breach of this Agreement and cause for the termination of this 25 26 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 27 28 Exhibit "A" 5 1 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 2 hereunder for the term of this Agreement. 3 12. VENUE. 4 The parties hereto agree that all actions or proceedings arising in connection with this 5 Agreement shall be tried and litigated either in the State courts located in the County of San 6 Bernardino, State of California or the U.S. District Court for the Central District of California, 7 8 Riverside Division. The aforementioned choice of venue is intended by the parties to be 9 mandatory and not permissive in nature. 10 13. GOVERNING LAW. 11 This Agreement shall be governed by the laws of the State of California. 12 14. SUCCESSORS AND ASSIGNS. 13 This Agreement shall be binding on and inure to the benefit of the parties to this 14 15 Agreement and their respective heirs,representatives, successors, and assigns. 16 15. HEADINGS. 17 The subject headings of the sections of this Agreement are included for the purposes of 18 convenience only and shall not affect the construction or the interpretation of any of its 19 provisions. 20 16. SEVERABILITY. 21 22 If any provision of this Agreement is determined by a court of competent jurisdiction to 23 be invalid or unenforceable for any reason, such determination shall not affect the validity or 24 enforceability of the remaining terms and provisions hereof or of the offending provision in any 25 other circumstance, and the remaining provisions of this Agreement shall remain in full force 26 and effect. 27 28 Exhibit"A" 6 1 17. REMEDIES; WAIVER. 2 All remedies available to either party for one or more breaches by the other party are 3 and shall be deemed cumulative and may be exercised separately or concurrently without 4 waiver of any other remedies. The failure of either party to act in the event of a breach of this 5 Agreement by the other shall not be deemed a waiver of such breach or a waiver of future 6 breaches, unless such waiver shall be in writing and signed by the party against whom 7 8 enforcement is sought. 9 18. ENTIRE AGREEMENT; MODIFICATION. 10 This Agreement constitutes the entire agreement and the understanding between the 11 parties, and supercedes any prior agreements and understandings relating to the subject manner 12 of this Agreement. This Agreement may be modified or amended only by a written instrument 13 executed by all parties to this Agreement. 14 15 16 17 / 18 19 20 21 22 23 24 25 26 27 28 Exhibit "A" 7 1 VENDOR SERVICE AGREEMENT SLOAN VAZQUEZ, LLC 2 3 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and 4 date set forth below. 5 6 Dated: 12010 Sloan Vazquez, LLC 7 By: 8 9 Dated 12010 CITY OF SAN BERNARDINO 10 By: 11 Charles E. McNeely, City Manager 12 Approved as to Form: 13 By: 14 James F. Penman, City Attorney 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Exhibit`A" 8 1 VENDOR SERVICE AGREEMENT h2 This Vendor Service Agreement is entered into this 15` day of March 2010, by and 3 between Sloan Vazquez, LLC ("VENDOR") and the City of San Bernardino ("CITY" or "San 4 Bernardino"). 5 WITNESSETH: 6 7 WHEREAS, the Mayor and Common Council has determined that it is advantageous 8 and in the best interest of the CITY to contract out for commercial container inventory audit 9 services per RFQ F-10-09; and 10 WHEREAS, the City of San Bernardino did solicit and accept bids from available 11 vendors for a commercial container inventory audit per RFQ F-10-09; and, 12 WHEREAS, Sloan Vazquez, LLC submitted the lowest most responsible best bid. 13 NOW, THEREFORE,the parties hereto agree as follows: 14 15 1. SCOPE OF SERVICES. 16 For the remuneration stipulated in paragraph 2, City hereby engages the services of 17 VENDOR to provide those products and services as set forth in RFQ F-10-09, a copy of which 18 is attached hereto as Attachment"1" and incorporated by this reference. 19 2. COMPENSATION AND EXPENSES. 20 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 21 22 pay the VENDOR $107,000 for a commercial container inventory audit. Purchase 23 Order not to exceed the total amount of$107,000. 24 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 25 3. TERM; TERMINATION. 26 The term of this agreement shall be from March 1, 2010 through June 30, 2010, with 27 two (2) one-year extensions at the City's option. Option year one, if exercised, shall be 28 1 1 effective July 1, 2010 through June 30, 2011. Option year two, if exercised, shall be effective 2 July 1, 2011 through June 30, 2012. 3 This Agreement may be terminated at any time by thirty (30) days prior written notice 4 by either party. The terms of this Agreement shall remain in force unless amended by written 5 agreement of the parties executed on or before date of expiration of current term of the 6 7 agreement. Price in any option year shall be as negotiated by the parties at the time of exercise 8 of the option. In no option year shall the price exceed that set forth herein. 9 4. WARRANTY 10 Vendor expressly warrants that all products and services supplied to City by Vendor 11 12 under this Agreement shall conform to the specifications, drawings or other description upon 13 which this purchase is based, shall be fit and sufficient for the purpose intended, merchantable, 14 of good material and workmanship, free from defects and free and clear of all liens or 15 encumbrances. Inspection, testing, acceptance or use of the goods by the City shall not affect 16 Vendor's obligations under this warranty, and such warranty shall survive inspection, testing, 17 acceptance and use. Vendor agrees to replace or correct promptly defects of any goods or 18 19 services not conforming to the foregoing warranty without expense to the City, when notified 20 of such non-conformity by City. If Vendor fails to correct the defects in or replace non- 21 conforming goods or services promptly, City may, after reasonable notice to Vendor, make 22 such corrections or effect cover, or cure, at Vendor's expense. "Reasonable notice" for 23 purposes of this section shall not be deemed to require more than 60 calendars days notice 24 before commencement of efforts by the City to effect cover or a cure except upon written 25 agreement of the Parties. 26 27 V 28 2 1 5. INDEMNITY. 2 Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, 3 agents or representatives, free and harmless from all claims, actions, damages and liabilities of 4 any kind and nature arising from bodily injury, including death, or property damage, based or 5 asserted upon any or alleged act or omission of Vendor, its employees, agents, or 6 7 subcontractors, relating to or in any way connected with the accomplishment of the work or 8 performance of service under this Agreement, unless the bodily injury or property damage was 9 actually caused by the sole negligence of the City, its elected officials, employees, agents or 10 representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its 11 own expense, including attorney's fees the City, its elected officials, employees, agents or 12 representatives from any and all legal actions based upon such actual or alleged acts or 13 omissions. Vendor hereby waives any and all rights to any types of express or implied 14 15 indemnity against the City, its elected officials, employees, agents or representatives, with 16 respect to third party claims against the Vendor relating to or in any way connected with the 17 accomplishment of the work or performance of services under this Agreement. 18 6. INSURANCE. 19 While not restricting or limiting the foregoing, during the term of this Agreement, 20 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 21 liability insurance, in the amount of 51,000,000.00 combined single limit, and statutory 23 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 24 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 25 additional named insured in each policy of insurance provided hereunder. The Certificate of 26 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 27 28 3 1 termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any 2 change or termination of policy. 3 7. NON-DISCRIMINATION. 4 In the performance of this Agreement and in the hiring and recruitment of employees, 5 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 6 7 discrimination in employment of persons because of their race, religion, color, national origin, 8 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 9 sexual orientation, or any other status protected by law. 10 8. INDEPENDENT CONTRACTOR. 11 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 12 purposes VENDOR shall be an independent contractor and not an agent or employee of the 13 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 14 15 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 16 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 17 employees, and all business licenses, if any are required, in connection with the services to be 18 performed hereunder. 19 9. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 20 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 21 22 certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, 23 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 24 to practice its business or profession. 25 26 27 28 4 1 NOTICES. 2 Any notices to be given pursuant to this Agreement shall be deposited with the United 3 States Postal Service,postage prepaid and addressed as follows: 4 TO THE CITY: Public Services Director 5 300 North "D" Street San Bernardino, CA 92418 6 Telephone: (909) 384-5140 7 TO THE VENDOR: Sloan Vazquez, LLC 8 1231 East Dyer Road Suite 225 Santa Ana, CA 92705 9 Telephone: (714) 241-7903 Contact: Joe M. Sloan 10 11 10. ATTORNEYS' FEES. 12 In the event that litigation is brought by any party in connection with this Agreement, 13 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 14 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 15 its rights or remedies hereunder or. the enforcement of any of the terms, conditions or 16 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 17 18 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 19 fees" for the purposes of this paragraph. 20 11. ASSIGNMENT. 21 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 22 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 24 25 and shall constitute a breach of this Agreement and cause for the termination of this 26 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 27 28 5 1 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 2 hereunder for the term of this Agreement. 3 12. VENUE. 4 The parties hereto agree that all actions or proceedings arising in connection with this 5 Agreement shall be tried and litigated either in the State courts located in the County of San 6 Bernardino, State of California or the U.S. District Court for the Central District of California, 7 8 Riverside Division. The aforementioned choice of venue is intended by the parties to be 9 mandatory and not permissive in nature. 10 13. GOVERNING LAW. 11 This Agreement shall be governed by the laws of the State of California. 12 14. SUCCESSORS AND ASSIGNS. 13 This Agreement shall be binding on and inure to the benefit of the parties to this r 14 15 Agreement and their respective heirs, representatives, successors, and assigns. 16 15. HEADINGS. 17 The subject headings of the sections of this Agreement are included for the purposes of 18 convenience only and shall not affect the construction or the interpretation of any of its 19 provisions. 20 16. SEVERABILITY. 21 22 If any provision of this Agreement is determined by a court of competent jurisdiction to 23 be invalid or unenforceable for any reason, such determination shall not affect the validity or 24 enforceability of the remaining terms and provisions hereof or of the offending provision in any 25 other circumstance, and the remaining provisions of this Agreement shall remain in full force 26 and effect. 27 28 6 1 17. REMEDIES; WAIVER 2 All remedies available to either party for one or more breaches by the other party are 3 and shall be deemed cumulative and may be exercised separately or concurrently without 4 waiver of any other remedies. The failure of either party to act in the event of a breach of this 5 Agreement by the other shall not be deemed a waiver of such breach or a waiver of future 6 7 breaches, unless such waiver shall be in writing and sib ed by the party against whom 8 enforcement is sought. 9 18. ENTIRE AGREEMENT; MODIFICATION. 10 This Agreement constitutes the entire agreement and the understanding between the 11 parties, and supercedes any prior agreements and understandings relating to the subject manner 12 of this Agreement. This Agreement may be modified or amended only by a written instrument 13 executed by all parties to this Agreement. 14 15 16 17 /// 18 / 19 20 21 22 23 24 25 26 / 27 28 7 1 VENDOR SERVICE AGREEMENT SLO.AN VAZQUEZ, LLC 2 3 IN FITNESS THEREOF, the parties hereto have executed this Agreement on the day and 4 date set forth below. 5 6 Dated: 12010 Sloan Vazquez, LLC 7 By: 8 9 Dated 2010 CITY OF SAN BERNARDINO 10 11 By. Charles E. McNeely, City Manager 12 Approved as to Form: 13 B` 7(� y�L - 14 James F. Penan, City Attomey 15 16 17 18 19 20 21 22 23 24 25 26 27 28 8 . . . y , . . . . �. �. . . . . . : ., . , . o a \ . . ./ > > 2 °$ $ 2 r \ 0. -CL e ? �_ o 3 «CD a / \ J \ { n ] ƒ0 CL \ 3 2 0M 0m * e 0 ƒ \ / a \ B I - a ; � $ � 2 § a m — \ r- a) w � n E c a 2 m a' - E 0 CD . £ > ) E r � \ § / } 2 0 -n co / / \ 7 ® 6 ® e k { 2 S \ / G « @ d \ I § \ / O ° z j { & / \ k / { \ \ E d , s2 / � � * m . 2 § o F F 0 2 , _ � I A 6 6 § 4 ® ® f \ $ > v @ 7 . \ / 2 ¥ / / ƒ F y F 1 § o ¥ o # § § § Ey ] E > ? 2 \ \ § dS \ ( \ » � , 2ya / cn 2yw V O Proposal to Provide Commercial Container and Residential Cart Inventory & Audit RFP No. F-10-09 Presented to: City of San Bernardino Submitted by: SloanVAZQUEZLLC Municipal Solid Waste& Recycling Advisors 1231 East Dyer Road—Suite 225 Santa Ana,CA 92705 Office:714.241.7903 Fax:714.276.0625 infola)sloanvazauez.com December 22, 2009 SloanVAZQUEZ,LLC Table of Contents 1.0 PROJECT APPROACH................................................................................................................................1 1.1 SECTION I-COMMERCIAL AUDIT APPROACH............................................................................................... 1 1.2 SECTION II-RESIDENTIAL AUDIT APPROACH...............................................................................................3 2.0 PROJECT STAFFING......................................................................................._..........................................5 3.0 QUALIFICATIONS AND EXPERIENCE..................................................................._..............................6 3.1 INTRODUCTION..............................................................................................................................................6 3.2 EXPERIENCE OF THE FIRM..............................................................................................................................7 4.0 REFERENCES..............................................................................................................................................11 5.0 FORMS&OTHER REQUIREMENTS......................................................................................................12 5.1 FIRM FIXED PRICE PROPOSAL-CITY FORM.................................................................................................12 5.2 AUTHORIZED BINDING SIGNATURE(S)..........................................................................................................12 5.3 PROOF OF INSURANCE..................................................................................................................................12 5.4 ADDENDUM RECEIVED.................................................................................................................................12 5.5 NON-COLLUSION AFFIDAVIT........................................................................................................................12 5.6 LISTING OF PROPOSAL SUBCONTRACTOR.....................................................................................................12 dry, 5.7 SAMPLE.SPREAD SHEET................................................................................................................................12 5.8 60 DAY MINIMUM PROPOSAL VALIDITY STATEMENT..................................................................................12 5.9 CHECKLIST...................................................................................................................................................12 APPENDIX A-PROFESSIONAL RESUMES................................................................................................_.....1 O City of Son Bernardino Proposal to Provide Commercial Container and December 11,2009 i Residential Cart Inventory&Audit SloanyazQUEZLLC Municipal Solid Waste & Recycling Advisors December 22,2009 Deborah R.Morrow City of San Bernardino Finance Department 300 North "D"Street-4th Floor San Bernardino,CA 92418 Re: Request for Proposals(RFP F-10-09):Commercial and Residential Cart Inventory&Audit Dear Ms.Morrow: Sloan Vazquez, LLC is delighted to submit our proposal to provide service to the City of San Bernardino.The implementation of our Cart Inventory and Audit proposal will help the city to most accurately and efficiently manage this important multi-million dollar asset. For the San Bernardino project,Sloan Vazquez has teamed with Can Do Services West, LLC and Stealth Services, Inc. in order to offer the fullest,most complete response to the Scope of Work set forth in the city's RFP. Together,our team has more experience than anyone in the nation at providing the precise services that are being sought by the City. Having completed routing, route auditing, and cart inventory projects in 22 states and over 100 cities,our team has seen it all.Our recent routing and cart management projects in the cities of San Jose and Oakland,CA, and Seattle,WA have made us ever more aware of the myriad of issues that must be identified and managed if a solid waste management operation is to be truly effective and efficient. The Sloan Vazquez team knows the questions that must be asked and what to look for during the audit process. Most importantly,we know how to produce a final report and an implementation plan that will help the City to effectively manage the cart/container system from inventory,to distribution and accurate billing,to reduced operating costs and,ultimately,to increased service revenues. More than just a cart count,if the city selects Sloan Vazquez,we will provide a snap-shot of the City's current operations,the services provided,routing inefficiencies,and billing discrepancies.Our audits typically indentify discrepancies and/or errors routing,billing,or customer data.We always find unbilled accounts and services related to cart size,pull-out service,extra service, bulky collection,and others factors.On average,the revenue recovery feature of our inventories and audits pay for the cost of our services in less than one year.Although revenue recovery is not a component of the RFP scope,in our final report,Sloan Vazquez will provide this valuable information to the City at no charge.Additionally, at no additional charge,we will provide the City with an effective warranty management system that will help to reduce the City's overall operating cost. Finally,we declare that we have the professional competence and financial ability to perform the services offered in our proposal,and that we are ready,willing,and able to commence work on the project immediately upon notice of award from the City. Truly, Joe Sloan 1231 East Dyer Road a Suite 225 9 Santa Ana,CA 92705 Office:714.241.7903 • FAX:714.276.0625 orn •1 1 Sloan`VAZQUEZ,LLC 1.0 PROJECT APPROACH Sloan Vazquez Uniquely Qualified to Satisfy City's Requirements Sloan Vazquez is uniquely qualified to satisfy the City of San Bernardino's objectives and work requirements as identified in the RFP. Not only do we bring our academic and professional economic and financial knowledge and experience,we also possess industry insight gained through many years of"hands-on"experience and direct responsibility for solid waste program design, implementation,and day-to-day management. This comprehensive knowledge of municipal solid waste and recycling collection and processing distinguishes us from other consultants who may be well qualified academically but have little or no experience putting their recommendations into practice and managing them to a successful outcome. Sloan Vazquez has over forty years of experience in planning,implementation,and management of fully integrated municipal solid waste management programs to achieve and exceed the requirements of the California Integrated Waste Management Act and more strenuous local ordinances. The following provides the Project Approach description for both the Commercial Audit and the Residential Audit. The Price Proposal Forms have been submitted separately in a sealed envelope as required by the RFP. In light of the City's budget constraints,Sloan Vazquez has submitted two Price Proposals;one that satisfies the requirements of the RFP and a second that is more in line with the City's Budget and represents an Industry Standard Alternative. Although the City has clearly stated that the auditors will not be allowed to ride-along with the vehicle,should the City reconsider,the second proposal assumes permission to ride-along. This would �.. eliminate the cost of a second crew member and the cost of a vehicle. 1.1 Section E—Commercial Audit Approach Project Goals The City of San Bernardino seeks to perform a container inventory that is 93%to 95%accurate for commercial containers including front-loader bins, permanent roll-off bins and compactor bins. The inventory will include container counts for each service account location. The inventory will be used to • Manage container inventory and container replacement inventory; • Reconcile services or deliveries provided; • Reconcile billing inconsistencies;and, • Balance commercial route pick-up. Sloan Vazquez proposes the following approach to conduct the container inventory audit for commercial containers. Step One—Kickoff Meeting&Data Retrieval Kick-off Meeting with City personnel to introduce Sloan Vazquez personnel,review project goals,review plan of action,and develop and agree on a specific schedule. Importantly,Sloan Vazquez will be reviewing the data to be provided by the City to clarify the specific meaning of fields such as service codes, billing codes;geographic boundaries. Sloan Vazquez recommends attendance by City personnel responsible for solid waste operations such as superintendent,operations manager, route supervisor, billing manager and customer service manager. City of Son Bernardino Proposal to Provide Commercial Container and December 22,2009 1 Residential Can Inventory&Audit SloanvaZQUEZ,«< Step Two—Data Integrity Review In order to proceed with the containers audit,the route data will need to conform to a clear standard to allow for efficient route auditing. To this end,the Data provided by the City will be reviewed and cleansed to conform to a standard format. For example,street names will be standardized to ensure that names are correctly spelled an abbreviations are standardized;directional designations such as North and South will be reviewed for standardization; Ensure that sorting by name and street numbers can be accomplished to facilitate lookup by the auditor. Likewise,route data will be reviewed for errors such as customers on incorrect routes. Step Three—Customize Forms The electronic worksheets and forms to be used will be customized to meet the City's objectives as described in the RFP and further clarified during Task One. Step Four—Train Crews The crews will be trained to understand the project goals, procedures and forms to be used. They will be trained to use the Samsung Q hand held devices;How to conduct the end-of-day review with the drivers;Safety practices will also be reviewed. Step Five—Field Work The field work will be performed by two-man crews;one will navigate while the other conducts the audit. The auditor will be provided with a Samsung Q handheld device that will include the customer information and service levels. The crew will follow the solid waste vehicle in a car. Each crew will need to be provided a radio or similar means of communication with the driver being audited. As the solid waste vehicle services each customer,the auditor will perform the following tasks; • Verify customer is currently active; • Verify route number and days of pick-up; • Verify and record the size of bin(s)in cubic yards; • Verify and record the quantity of bin(s); • Identify and record any customers with extra bins; • Verify service type such as alley pick-up, locked enclosure,assistance service,or direct access; • Verify bin number,if affixed; • Record bin ownership,City,Burrtec,Jacks,or Cal Disposal,etc.; • Record the condition of the container, broken or missing lids,body damage,missing wheel or wheels, and axle repairs,paint needed, rust damage,color of container,enclosure at businesses; • Record any containers not included in City records; • Record any containers serviced but not on route; • Record any containers on route but not serviced; At the end of each day,the auditor and driver will meet with the Project Manager to perform a review and clarify any outstanding issues. On a daily basis,audit performed the previous day,will be entered into an Excel Worksheet. Step Six—Final Report A final report will be prepared. The main component will consist of an electronic Excel 2003 spreadsheet in a form acceptable to the City. The format will be capable of importing into the City's Sungard Public Sector utility billing software,customer service and billing system. The two required key index fields will be included;APN and location ID. City of San Bernardino Proposal to Provide Commercial Container and December 22,2009 2 Residential Cart Inventory&Audit SloanvAZQUEZ,«C r Furthermore,discrepancies between City records and actual data obtained during the inventory audits will be identified and presented in the form of lists. 1.2 Section II-Residential Audit Approach Project Goals The City of San Bernardino seeks to perform a cart inventory that is 93%to 95%accurate for each single-family residence. The inventory will be used to • Manage cart replacements; • Reconcile service and billing inconsistencies;and, • Balance routing through tonnage reports and number of carts dumped per route. Sloan Vazquez proposes the following approach to conduct the container inventory audit for customers serviced with automated carts including residential and commercial accounts. Step One—Kick-off Meeting&Data Retrieval Kick-off Meeting with City personnel to introduce Sloan Vazquez personnel, review project goals, review plan of action,and develop and agree on a specific schedule. Importantly,Sloan Vazquez will be reviewing the data to be provided by the City to clarify the specific meaning of fields such as service codes, billing codes;geographic boundaries. Sloan Vazquez recommends attendance by City personnel responsible for solid waste operations such as superintendent,operations manager,route supervisor, billing manager and customer service manager. Step Two—Data Integrity Review in order to proceed with the containers audit,the route data will need to conform to a clear standard to allow for efficient route auditing. To this end,the Data provided by the City will be reviewed and cleansed to conform to a standard format. For example,street names will be standardized to ensure that names are correctly spelled an abbreviations are standardized;directional designations such as North and South will be reviewed for standardization; Ensure that sorting by name and street numbers can be accomplished to facilitate lookup by the auditor. Likewise,route data will be reviewed for errors such as customers on incorrect routes. Step Three—Customize Forms The electronic worksheets and forms to be used will be customized to meet the City's objectives as described in the RFP and further clarified during Task One. Step Four—Train Crews The crews will be trained to understand the project goals,procedures and forms to be used. They will be trained to use the Samsung Q hand held devices; How to conduct the end-of-day review with the drivers;Safety practices will also be reviewed. Step Five—Field Work The field work will be performed by two-man crews;one will navigate while the other conducts the audit. The auditor will be provided with a Samsung Q handheld device with a route listing sorted by address and including other information such as county parcel number;service subscription such as service codes identifying the number and type of carts; and route. The crew will follow the solid waste vehicle in a car. Each crew will need to be provided a radio or similar means of communication with the driver being audited. City of San Bernardino Proposal to Provide Commercial Container and December 12,2009 3 Residential Cart Inventory&Audit SloanVAZQUEZ,uc As the solid waste vehicle services each customer,the auditor will perform the following tasks; • Verify customer is currently active; • Verify route number and pick-up day; • Verify and record the cart size in gallons; • Verify and record the quantity of carts by commodity(refuse,green waste&recycling); • Identify and record any customers with extra carts; • Identify customers with extra garbage or overfilled carts; • Identify cart manufacturer; • Verify cart number,if affixed; • Record the condition of the cart(s),broken or missing lids,body damage,missing wheel(s), and axle repairs; • Record any carts not included in City records; • Record any carts serviced but not on route; • Record any carts on route but not serviced; • Identify residential units of(4)or more units that utilize City refuse service. • Verify pick up type such as curbside,carryout,road service,alley pick-up,special pick-up. At the end of each day,the auditor and driver will meet with the Project Manager to perform a review and clarify any outstanding issues. On a daily basis,audit performed the previous day,will be entered into an Excel Worksheet. w..• Step Six—Final Report - A final report will be prepared. The main component will consist of an electronic Excel 2003 spreadsheet in a form acceptable to the City. The format will be capable of importing into the City's Sungard Public Sector utility billing software,customer service and billing system. The two required key index fields will be included;APN and location ID. Furthermore,discrepancies between City records and actual data obtained during the inventory audits will be identified and presented in the form of lists. City of Son Bernardino Proposal to Provide Commercial Container and December 22,2009 4 Residential Cart Inventory&Audit i SloanVAZQUEZ,LLC 2.0 PROJECT STAFFING Joe Sloan-Principal Mr.Joe Sloan will serve as the Project Principal. He will have the responsibility and authority for the engagement and act as the liaison between the City and Sloan Vazquez. Mr.Sloan will review all final reports for quality and consistency. As the founder of Sloan Vazquez,Joe Sloan has 25 years of professional experience in the environmental field working for the private and public sectors. He has advised numerous local governmental agencies and municipalities. His credentials and experience are more fully delineated in his resume provided in Appendix A, Professional Resumes. Enrique Vazquez—Principal Mr. Enrique Vazquez will participate in the planning,field work,and quality assurance. He will be responsible for principal authorship of the final report. Mr.Vazquez has vast experience in the management and operations of municipal solid waste collection and has a thorough understanding of all the aspects related to their management including knowledge of cost of service analysis and rate setting and administration concepts and procedures. He has been responsible for the adoption of numerous municipal solid waste and recycling programs from conception and design to implementation. He is an expert the economics related to solid waste programs and specializes in financial modeling and review. Mr.Vazquez has a Bachelor's of Science in Business Administration from the University of Southern California. His resume is provided in Appendix A, Professional Resumes. Gary Lima—Stealth Marketing Mr. Lima will participate in all aspects of the project including participation in the kick-off meeting,data integrity review,customization of forms,training of crews and will lead the field work component. Gary Lima,Principal of Stealth Marketing has over 20 years experience in the solid waste industry, including billing, routing and mapping,driver productivity,route and equipment optimization and new billing procedures. Mr. Lima has performed numerous route audits across the country. A list of cities in which he has completed route audit and container inventories is included under Section 3.2 Stealth Marketing Projects. His resume is provided in Appendix A,Professional Resumes. Steven Fenzl—CanDOI Services West, LLC Mr. Feral will work together with Gary Lima in overseeing the inventory audit field work. Steven Fenzl, Principal of CanDo!Services West, LLC has over 20 years experience in the solid waste industry, including billing,routing and mapping,driver productivity,route and equipment optimization and new billing procedures. CanDo has been providing container management services for over 18 years with 1.1 million containers under management daily. Mr. Fenzl has performed numerous route audits across the country. His resume is provided in Appendix A, Professional Resumes. City of Son Bernardino Proposal to Provide Commercial Container and December 22,2009 5 Residential Can Inventory&Audit Sloan`VAZQUEZ,«< 3.0 QUALIFICATIONS AND EXPERIENCE 3.1 Introduction Sloan Vazquez, LLC is a consulting firm focusing exclusively on municipal solid waste planning and management services,specializing in rate studies,financial feasibility studies,municipal contract analysis, residential and commercial collection operations,and management MRF project development. The firm was founded by Joe Sloan in 2000, and was joined by Enrique Vazquez in 2005. Together,the firm's principals have over 40 years of wide ranging expertise and experience in municipal waste management and recycling including; • Revenue Requirement Analysis • Cost of Service Analysis • Rate Adjustment Review&Analysis • Revenue Enhancement Studies • Billing Audits • Routing Audits • Waste Minimization and Sustainability Strategies • Rate Surveys and Comparative Rate Analysis Professional Services Sloan Vazquez provides a wide array of waste management and recycling consulting services for public and private sector clients throughout the United States. Sloan Vazquez offers management services for the planning, development and operation of municipal recycling and solid waste programs and facilities. + MUNICIPAL SERVICE MANGEMENT • Define the Scope of Services required by Client • Prepare Operations Proforma • Contract Compliance Management • Rate Adjustment Negotiation • Comparative Rate Surveys • Prepare Request for Proposals • Analysis and Ranking of Proposals • Interview Selected Proposer(s) • Negotiate Final Service Contract GENERAL SOLID WASTE SERVICE ANAYSIS • Collection Operations • Refuse • Recyclables • Green Waste • Recyclables Processing • Residential Recycling • Commercial Recycling • C&D Recycling • Disposal Options ® Solid Waste Transfer • Commodity Market Development City of Son Bernardino Proposal to Provide Commercial Container and December 11,2009 6 Residential Cart Inventory&Audit SloanvnZQUEZ,LLC OPERATIONS MANAGEMENT • Collection Route Analysis • Route Audits • Billing Audits • Revenue Enhancement Methods • Staffing • Personnel Classification • Job Descriptions • Training for Management&Operations Personnel FACILITY EVALUATION&OPERATION • Recycling Processing Systems(MRF Project Development) • Conveyors,Balers,Screens,Optical sorting systems • Conceptual Facility Design • Bid Analysis&Ranking • Establish Process Capacity and Operating Specifications • Acquisition/Negotiation of systems and/or components • Warranty Management • Start-up Management&Operations&Training • Preventative Maintenance Programs • Rolling Stock • Loaders, Forklifts,Trucks,Trailers • Electrical Control Systems • Operations&Training • Establish Program&Processing System(MRF) Diversion Rates 3.2 Experience of the Firm Sloan Vazquez is uniquely qualified to assist the City of San Bernardino because of our extensive"hands-on" professional experience in solid waste management and recycling services. Below is a partial listing of current and completed projects. Sloan Vazquez,LLC—Projects City of Los Alamitos The firm is in the process of overseeing the procurement of solid waste and recycling services for the City of Los Alamitos. Sloan Vazquez will be responsible for development of the RFP,evaluating proposals,qualifying proposers,and assisting the city in the selection of a contractor including the development of the final franchise agreement. Sloan Vazquez was selected because of our industry knowledge and experience. City of Santa Monica Sloan Vazquez was recently selected to perform an operational review of the City of Santa Monica Solid Waste Division. To compete this engagement,Sloan Vazquez personnel will review all division operational functions and workflow process for each area;review the scheduling and routing system; review the current GPS system and identify areas for enhanced usage and effectiveness;evaluate the current vehicle fleet, including condition and replacement schedules and repair scheduling and costs based on industry standards;assess the Household Hazardous Waste function(currently in the Office of Sustainability and the Environment)and determine the City of San Bernardino Proposal to Provide Commercial Container and December 12,2009 7 Residential Cart Inventory B Audit SZoanVAZQUEZ,LLC proper organizational location and reporting structure for this function. Our experience in solid waste management and operations was important to City in the selection decision. City of Mission Viejo The firm is in the process of overseeing the procurement of solid waste and recycling services for the City of Mission Viejo. Sloan Vazquez will be responsible for development of the RFP, evaluating proposals,qualifying proposers,and assisting the city in the selection of a contractor including the development of the final franchise agreement. Sloan Vazquez was selected because of our industry knowledge and experience. City of Pasadena Since 2006,the City of Pasadena has chosen Sloan Vazquez to conduct financial and operational audits of the franchise haulers to ensure contract compliance including the proper reporting of diversion and payment of franchise fees. The City of Pasadena operates under a non-exclusive franchise arrangement with multiple haulers to provide for commercial waste and recycling services. Under this arrangement,the City has required each franchised hauler to divert at minimum 50%of the waste it collected or pay the City liquidated damages. As of October 2008,the City increased the diversion requirement to 60%and to 75%Construction and Demolition Waste. Each year,thirteen franchise haulers are randomly selected by the City for auditing. This project involves gathering,reviewing,analyzing financial and operational information from the City and from the hauler. Financial and operational records and documents are reviewed on-site. The process includes among other tasks, reviewing financial statements,general ledger entries, accounts receivable records, disposal records, routes configurations, route density,allocation methodologies,etc. The findings and recommendations are documented in a draft report submitted to the City for their review and commentary. A letter is prepared for each hauler notifying them of the results of the audit including any outstanding franchisee fees or liquidated damages owed to the City. Over four years,Sloan Vazquez identified over$180,000 of fees and liquidated damages due to the City. The depth of our actual,hands-on experience in solid waste and recycling collection and processing operations was an important factor in the selection process. City of La Mirada The firm was engaged by the City of La Mirada to oversee the procurement of solid waste and recycling services after they determined that the existing franchise agreement needed to be updated. Sloan Vazquez was responsible for development of the RFP,evaluating proposals,qualifying proposers,and assisting the city in the selection of a contractor including the development of the final franchise agreement. Because of our industry knowledge and experience,the City succeeded in significantly upgrading their programs services by adding household hazardous waste collection,universal waste collection,cell phones and household batteries collection all while reducing their rates by 10%across the board. We also assisted the City in analyzing and forecasting their franchise fee revenue based on the new contract in way that allowed them to increase revenues to the City. South Sayside Waste Management Authority(San Carlos,CA) The SBWMA is a joint powers authority of twelve member agencies in San Mateo County,California. The SBWMA oversees solid waste collection and recycling services to its member agencies. It also oversees the operation of the Shoreway Recycling and Disposal Center that receives approximately 430,000 tons of solid waste and recycling materials per year. City of San Bernardino Proposal to Provide Commercial Container and December 22,2009 8 Residential Can Inventory&Audit