Report to/Rapport au :

 

Council / conseil

 

25 August 2011 / le 25 aout 2011

 

Submitted by/Soumis par : Nancy Schepers, Deputy City Manager/Directrice municipale adjointe, Infrastructure Services and Community Sustainability/

Services d 'infrastructure et Viabilité des collectivités

 

Contact Person/Personne ressource : Dixon Weir, General Manager / Directeur général

Environmental Services / Services environnementaux

 (613) 580-2424 x22002, dixon.weir@ottawa.ca

 

City Wide/à l'échelle de la Ville

Ref N°: ACS2011-ICS-ESD-0045

 

SUBJECT:

SOLID WASTE SERVICES-COLLECTION CONTRACTS: IN-HOUSE BID AUTHORITY-MANAGED COMPETITION

 

 

OBJET :

SERVICES DE GESTION DES DÉCHETS SOLIDES : CONTRATS DE COLLECTE-CONCOURS GÉRÉ À L’INTERNE

 

 

REPORT RECOMMENDATION

 

That Council approve:

 

1.      That a minimum of one collection zone shall continue to be delivered by the private sector.

2.      That the in-house waste collection group shall be awarded the current collection Zone 3 of the collection contract for the term of the next contract.

3.      That four of the five remaining collection zones will be tendered.

4.      That the Environmental Services Department establish an “In-house Bid Team” to prepare and submit a “city bid” for the curbside residential waste collection services, through a managed competition process as described in the report, in all remaining contract zones. 

 

 

RECOMMANDATION DU RAPPORT

 

Que le Conseil approuve ce qui suit :

 

1.      Qu’au moins une zone de collecte demeure confiée au secteur privé.

2.      Que le groupe interne de collecte des déchets se voie attribuer la zone 3 de collecte des déchets pour la durée du prochain contrat.

3.      Que quatre des cinq zones de collecte restantes fassent l’objet d’un appel d’offres.

4.      Que les Services environnementaux forment une équipe de soumission interne chargée de produire et de présenter une « soumission de la Ville » pour les services de collecte des déchets résidentiels en bordure de la route, dans le cadre d’un concours géré décrit dans le rapport, pour toutes les zones restantes visées par le contrat.

 

 

BACKGROUND

 

A report (ACS2011-ICS-ESD-0019) related to this matter was presented for consideration at the Environment Committee on May 17, 2011 and Council on May 25 and June 8.  Subsequent to this, Council directed staff to defer consideration of the report to the August Council meeting to allow for continuation of the dialogue with CUPE Local 503.   

 

The current solid waste collection contract, Curbside Residential Solid Waste Collection Contract (02105-91027-T02) will expire on October 27, 2012 (as directed by Council on May 25, 2011), necessitating the need to tender this contract for the subsequent contract term.  The service contract is divided into five geographic service areas or zones.  This facilitates the possibility of multiple contractor service delivery and increases market competition.  Recognizing the extensive lead time required to receive necessary equipment, it is important that contract awards occur by the fall of 2011. 

 

In 1998, as per its authority, the then Regional Council adopted a “Managed Competition Protocols” for waste collection services.  This protocol was established to provide both the accountability and transparency that could allow for the preparation and submission of an in-house bid for residential curb side waste collection services.  This protocol was carried forward through amalgamation.

 

In 1999, City staff competitively bid on the residential collection contract and was awarded one zone and successfully provided service beginning June 7, 1999 through to the end of the contract in May 31, 2006. 

 

In the second round of competitively bid contracts, the City was awarded Zone 3 with service commencing on June 1, 2006.  Zone 3 is the central zone and involves providing curbside recycling, organic and residual waste collection services to approximately 47,000 homes, or about 20 per cent of city residents.  This contract expires with all other contracts on October 27, 2012.

 

 

DISCUSSION

 

Managed Competition Process

 

Should City Council approve the preparation and submission of an in-house bid, it is recommended that the City of Ottawa’s Supply Branch retain a Fairness Commissioner to oversee the Managed Competition Process as has been past practice.  The Fairness Commissioner will ensure a fair, open and competitive process for all participants through conformance to the City’s “Managed Competition Protocol.”  The Fairness Commissioner will be closely involved with the preparation of the tender documents and will oversee the bid process throughout the evaluation process.  

 

With Council’s approval of the proposed approach, the Environmental Services Department will establish an “In-house bid team” to prepare and submit a “City bid” for the curbside residential waste collection services through the managed competition process.

 

In-house Collection Zone

 

Since June 2006, City collection staff have operated in Zone 3 in the downtown core.  This zone is high profile, encompassing the downtown business core and tourist area.  Operationally, it is also the most difficult zone in the City as a result of higher housing density, back alley collection, traffic congestion, high pedestrian traffic, parked vehicles, snow removal operations and route closures due to diplomatic visits. City staff have been very successful in providing a high level of service despite these difficult operating conditions.

 

From a financial perspective, the City achieved the anticipated savings predicted by its original competitive bid estimates (in comparison to the next lowest bid). Table 1 below presents the current and total contractual, operational and overall savings to area residents achieved by the in-house collection group based on the contract that commenced in June 2006.  The contract is structured to be paid at the bid unit rate for the actual tonnage collected.

 

Table 1: Financial Performance of the In-house Collection Group

 

 

Current Contract

Current Contract

Current Contract

Current Contract

Total Savings

 

Year 1

Year 2

Year 3

Year 4

 

 

2006-2007

2007-2008

2008-2009

2009-2010

 

Savings from City Bid

            $1,101,647 

$   977,689

 

$731,338

 

$781,024

 

$3,591,699

Additional Savings from In-house Collection Operations

$   254,367

$   498,847

 

  

$243,282

 

  

$213,996

 

 

$1,210,492

 

 

 

 

 

 

Total Savings

$1,356,014

$ 1,476,536

$974,620

$995,020

$4,802,191

 

 

The in-house collection for Zone 3 resulted in an operating surplus for Year 4 of $213,996 and a cumulative operating surplus to residents of $1,210,492 since the commencement of the contract in 2006.  When these operational savings are combined with the above-noted bid savings, the provision of these services by City staff represents an accumulated saving of $4.8 million over the last four years of the contract.

 

Beyond the high level of service and the financial savings realized by the City’s in-house group, the direct involvement in solid waste collection service delivery has provided Solid Waste Services’ staff with a more complete understanding of waste collection challenges as well as an ability to pilot various alternative service delivery options with maximum flexibility and minimal financial penalty.  They have also provided valuable and direct feedback to the City on collection costs, vehicle trials and organics container suitability from the operator’s point of view.  This experience has assisted the City to make practical advancements in recycling and organics services. 

 

Based upon the sustained high level of service, the demonstrated financial savings, the operational benefits of direct participation in service delivery, it is recommended that the City in-house group be awarded Zone 3 for the term of the next contract to ensure that this flexibility and knowledge remains within the City.  Further, it is also recommended that the City be allowed to submit “in-house” bids for other collection zones, all in conformance with the City’s existing “Managed Competition Protocol.”

 

In order to ensure that the managed competition process continues, it is recommended that at least one zone continue to be provided by the private sector. 

 

RURAL IMPLICATIONS

 

There are no rural implications.

 

 

CONSULTATION

 

No public consultation has been undertaken for this report.

 

 

COMMENTS BY THE WARD COUNCILLOR(S)

 

This is a city-wide report and comments by Councillors are not required.

 

 

LEGAL IMPLICATIONS

 

The Purchasing By-law, under clause 22(1)(c), authorizes non-competitive purchases where only one source of supply would be acceptable and cost-effective. There are no legal impediments to implementing the recommendations in this report. 

 

 

RISK MANAGEMENT IMPLICATIONS

 

A Memorandum of Agreement has been signed between the City and CUPE 503 establishing the terms and conditions for curbside waste collection employees that will remain fixed over the term of the contract.

 

 

CITY STRATEGIC PLAN

 

This report is in accordance with the service delivery priority to “Deliver agreed to level of service at the lowest possible cost.”

 

 

TECHNICAL IMPLICATIONS

 

There are no technical implications.

 

 

FINANCIAL IMPLICATIONS

 

There are no direct financial implications from approval of the process outlined in this report.

 

The current 2011 base operating budget for the in-house operations for the collection of Zone 3 is $4.98 M. Any new operating and capital requirements for the in-house operations will be identified and included in the report to Council for the award of the contract following the upcoming tender.

 

 

DISPOSITION

 

With Council’s approval, the City’s “in-house” waste collection group will be awarded Zone 3 of the collection contract for the term of the next contract and an “In-house Bid Team” will be established for the purpose of submitting bids on other curbside collection contract zones.  The Evaluation Team will report back to Committee and Council with its recommendation for awarding the contract for the other four (4) service contract zones.