2.             SOLID WASTE CURBSIDE COLLECTION AND SERVICES (TENDER RFT01811-91027-T01)

 

COLLECTE DE DÉCHETS SOLIDES EN BORDURE DU CHEMIN ET SERVICES (APPEL D’OFFRES NO RFT01811-91027-T01)

 

 

COMMITTEE RECOMMENDATIONS

 

That Council approve the following:

 

1.         Award of Zone C1 Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 to Waste Management (Waterloo, ON) for first year total costs of $6,158,562 (HST not included), subject to annual CPI and growth increases as determined by the contract;

 

2.         Award of Zone C2 Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 to Miller Waste Systems Inc. (Markham, ON) for first year total cost of $5,998,030 (HST not included), subject to annual CPI and growth increases as determined by the contract;

 

3.         That Form of Tender, Basis of award Section 16.3 of the SOLID WASTE CURBSIDE COLLECTION AND SERVICES tender (RFT #01811-91027-T01) be exercised and award of Zone C4 Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 to the second lowest bidder, Miller Waste Systems Inc. (Markham, ON), for first year total costs of $5,548,628 (HST not included), subject to annual CPI and growth increases as determined by the contract;

 

4.         Award of Zone C5 Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 to the City Of Ottawa In-House Group (City of Ottawa, ON) for first year total cost of $5,807,713, which includes the establishment of an additional 39 positions (temporary for the term of contract), subject to annual CPI and growth increases as determined in the contract;

 

5.         Establishment of the annual budget for the City of Ottawa In-House Group, which was awarded the Curbside Collection Zone C3 at the August 25, 2011 Council meeting, based on all terms, conditions and assumptions used to calculate the In-House bids for other zones for the Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01,  which results in Zone 3 first year costs of $5,508,731, which includes the establishment of an additional of 7 positions (temporary for the term of the contract), subject to annual CPI and growth increases as determined in the contract;

 

6.         An increase to the 2012 Capital Budget Authority in project 906332 Solid Waste Fleet Replacement by the amount of $3.5M for a total authority of $3.795M, for the acquisition of 13 new collection vehicles to be funded from the Solid Waste Capital Reserve Fund to be repaid by the Fleet Replacement Reserve Fund, causing no tax pressure in 2012;

 

7.         Delegation of authority to General Manager, Public Works to enter into a purchase or lease agreement, whichever is the most cost efficient, for the Fleet requirements for Zone 5 vehicles, subject to the City Treasurer review and approval; and

 

8.         Requirement for an annual audit of expenditures for works awarded to the City and an annual information report, qualitative and quantitative in nature, relevant to this program and subject to the normal committee process.

 

 
RecommandationS du comitÉ

 

Que le Conseil approuve les recommandations suivantes :

 

1.         accorde le contrat no 01811-91027-T01 pour la collecte des déchets solides en bordure de rue dans la zone C1 et les services connexes à Waste Management (Waterloo, Ontario) pour la première année, pour un coût total de 6 158 562 $ (TVH non incluse), sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

2.         accorde le contrat no 01811-91027-T01 pour la collecte des déchets solides en bordure de rue dans la zone C2 et les services connexes à Miller Waste Systems Inc. (Markham, Ontario) pour la première année, pour un coût total de 5 998 030 $ (TVH non incluse), sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

3.         que la section 16.3 concernant les critères d’octroi du contrat du formulaire de l’APPEL D’OFFRES CONCERNANT LA COLLECTE DES DÉCHETS SOLIDES EN BORDURE DE RUE ET LES SERVICES CONNEXES (RFT no 01811- 91027-T01) soit mise en œuvre et que le contrat pour la collecte des déchets solides en bordure de rue (RFT no 01811- 91027-T01) soit adjugé au deuxième soumissionnaire dans la zone C4, qui est Miller Waste Systems Inc. (Markham, Ontario), pour la première année et pour un coût total de  5 548 628 $ (TVH non incluse), sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 


 

4.         accorde le contrat no 01811-91027-T01 pour la collecte des déchets solides en bordure de rue dans la zone C5 et les services connexes au groupe interne de la Ville d’Ottawa (Ville d’Ottawa, Ontario) pour la première année, au coût total de 5 807 713 $, qui comprend l’établissement de 39postes temporaires, sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

5.         établisse le budget annuel pour le groupe interne de collecte des déchets de la Ville d’Ottawa auquel le conseil municipal a confié le contrat de collecte des déchets en bordure de rue dans la zone C3, à sa réunion du 25 août 2011, en fonction des conditions, modalités et hypothèses utilisées pour calculer les soumissions du groupe interne pour d’autres zones de collecte des déchets solides en bordure de rue et services connexes, contrat no 01811-91027-T01,  dont les coûts pour la zone 3 pour la première année sont estimés à 5 508 731 $, ce qui comprend l’établissement de 7 postes temporaires supplémentaires, sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

6.         d’augmenter le budget d’immobilisations autorisé de 2012 de 3,5 M$ pour le projet 906332 pour le remplacement du parc de véhicules de collecte des déchets solides, pour un budget total autorisé de 3,795 M$, pour l’acquisition de 13 nouveaux véhicules de collecte des déchets, qui sera financée par le Fonds de réserve des immobilisations pour la collecte des déchets solides, mais qui sera remboursée par le Fonds de réserve pour le remplacement du parc de véhicules, sans aucune pression sur les taxes en 2012;

 

 

7.         de déléguer l’autorité au Directeur général, Service des travaux publics, pour qu’il conclu une entente d’achat ou de location, selon le scénario celui qui est le plus avantageux pour la Ville, pour combler les besoins en véhicules pour la Zone 5, sous réserve de l’examen et de l’approbation de la trésorière.

 

8.         d’exiger une vérification annuelle des dépenses pour les travaux dont le contrat a été octroyé à la Ville ainsi qu’un rapport annuel d’information qualitative et quantitative par nature, pertinent au programme et assujetti au processus normal des comités.

 

 

DOCUMENTATION :

 

 

1.                  Deputy City Manager, Infrastructure Services and Community Sustainability report dated 15 November 2011 (ACS2011-ICS-ESD-0040);

 

2.         Extract of Draft Minute 15 November 2011, follows the French Report.


 

Report to/Rapport au :

 

Environment Committee

Comité de l’environnement

 

and Council / et le Conseil

 

15 November 2011 / le 15 novembre 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 :

Marilyn Journeaux, Manager, Solid Waste Services /

Gestionnaire du service des déchets solides

(613) 580-2424 x21528, marilyn.journeaux@ottawa.ca

 

 

 

City Wide/à l'échelle de la Ville

Ref N°: ACS2011-ICS-ESD-0040

 

 

SUBJECT:

 

SOLID WASTE CURBSIDE COLLECTION AND SERVICES

(TENDER RFT01811-91027-T01)

 

OBJET :

 

COLLECTE DE DÉCHETS SOLIDES EN BORDURE DU CHEMIN ET SERVICES (APPEL D’OFFRES NO RFT01811-91027-T01)

 

 

REPORT RECOMMENDATIONS

 

That the Environment Committee recommend that Council approve:

 

1.         Award of Zone C1 Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 to Waste Management (Waterloo, ON) for first year total costs of $6,158,562 (HST not included), subject to annual CPI and growth increases as determined by the contract;

 

2.         Award of Zone C2 Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 to Miller Waste Systems Inc. (Markham, ON) for first year total cost of $5,998,030 (HST not included), subject to annual CPI and growth increases as determined by the contract;

 


 

3.         That Form of Tender, Basis of award Section 16.3 of the SOLID WASTE CURBSIDE COLLECTION AND SERVICES tender (RFT #01811-91027-T01) be exercised and award of Zone C4 Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 to the second lowest bidder, Miller Waste Systems Inc. (Markham, ON), for first year total costs of $5,548,628 (HST not included), subject to annual CPI and growth increases as determined by the contract;

 

4.         Award of Zone C5 Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 to the City Of Ottawa In-House Group (City of Ottawa, ON) for first year total cost of $5,807,713, which includes the establishment of an additional 39 positions (temporary for the term of contract), subject to annual CPI and growth increases as determined in the contract;

 

5.         Establishment of the annual budget for the City of Ottawa In-House Group, which was awarded the Curbside Collection Zone C3 at the August 25, 2011 Council meeting, based on all terms, conditions and assumptions used to calculate the In-House bids for other zones for the Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01,  which results in Zone 3 first year costs of $5,508,731, which includes the establishment of an additional of 7 positions (temporary for the term of the contract), subject to annual CPI and growth increases as determined in the contract;

 

6.         An increase to the 2012 Capital Budget Authority in project 906332 Solid Waste Fleet Replacement by the amount of $3.5M for a total authority of $3.795M, for the acquisition of 13 new collection vehicles to be funded from the Solid Waste Capital Reserve Fund to be repaid by the Fleet Replacement Reserve Fund, causing no tax pressure in 2012;

 

7.         Delegation of authority to General Manager, Public Works to enter into a purchase or lease agreement, whichever is the most cost efficient, for the Fleet requirements for Zone 5 vehicles, subject to the City Treasurer review and approval; and

 

8.         Requirement for an annual audit of expenditures for works awarded to the City and an annual information report, qualitative and quantitative in nature, relevant to this program and subject to the normal committee process.

 

 
RecommandationS du rapport

 

Le Comité de l’environnement recommande :

 

1.         que le Conseil accorde le contrat no 01811-91027-T01 pour la collecte des déchets solides en bordure de rue dans la zone C1 et les services connexes à Waste Management (Waterloo, Ontario) pour la première année, pour un coût total de 6 158 562 $ (TVH non incluse), sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

2.         que le Conseil accorde le contrat no 01811-91027-T01 pour la collecte des déchets solides en bordure de rue dans la zone C2 et les services connexes à Miller Waste Systems Inc. (Markham, Ontario) pour la première année, pour un coût total de 5 998 030 $ (TVH non incluse), sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

3.         que la section 16.3 concernant les critères d’octroi du contrat du formulaire de l’APPEL D’OFFRES CONCERNANT LA COLLECTE DES DÉCHETS SOLIDES EN BORDURE DE RUE ET LES SERVICES CONNEXES (RFT no 01811- 91027-T01) soit mise en œuvre et que le contrat pour la collecte des déchets solides en bordure de rue (RFT no 01811- 91027-T01) soit adjugé au deuxième soumissionnaire dans la zone C4, qui est Miller Waste Systems Inc. (Markham, Ontario), pour la première année et pour un coût total de  5 548 628 $ (TVH non incluse), sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

4.         que le Conseil accorde le contrat no 01811-91027-T01 pour la collecte des déchets solides en bordure de rue dans la zone C5 et les services connexes au groupe interne de la Ville d’Ottawa (Ville d’Ottawa, Ontario) pour la première année, au coût total de 5 807 713 $, qui comprend l’établissement de 39postes temporaires, sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

5.         que le Conseil établisse le budget annuel pour le groupe interne de collecte des déchets de la Ville d’Ottawa auquel le conseil municipal a confié le contrat de collecte des déchets en bordure de rue dans la zone C3, à sa réunion du 25 août 2011, en fonction des conditions, modalités et hypothèses utilisées pour calculer les soumissions du groupe interne pour d’autres zones de collecte des déchets solides en bordure de rue et services connexes, contrat no 01811-91027-T01,  dont les coûts pour la zone 3 pour la première année sont estimés à 5 508 731 $, ce qui comprend l’établissement de 7 postes temporaires supplémentaires, sous réserve de l’augmentation annuelle de l’IPC et des taux de croissance, tel qu’établi par contrat;

 

6.         d’augmenter le budget d’immobilisations autorisé de 2012 de 3,5 M$ pour le projet 906332 pour le remplacement du parc de véhicules de collecte des déchets solides, pour un budget total autorisé de 3,795 M$, pour l’acquisition de 13 nouveaux véhicules de collecte des déchets, qui sera financée par le Fonds de réserve des immobilisations pour la collecte des déchets solides, mais qui sera remboursée par le Fonds de réserve pour le remplacement du parc de véhicules, sans aucune pression sur les taxes en 2012;

 

7.         de déléguer l’autorité au Directeur général, Service des travaux publics, pour qu’il conclu une entente d’achat ou de location, selon le scénario celui qui est le plus avantageux pour la Ville, pour combler les besoins en véhicules pour la Zone 5, sous réserve de l’examen et de l’approbation de la trésorière.

 

8.         d’exiger une vérification annuelle des dépenses pour les travaux dont le contrat a été octroyé à la Ville ainsi qu’un rapport annuel d’information qualitative et quantitative par nature, pertinent au programme et assujetti au processus normal des comités.

 

 

Background

 

The current residential solid waste collection contract (No. 02105-91027-T02) will expire on October 29, 2012, requiring new service contracts. Service levels for the new contract were approved by Council at the April 13, 2011 Council meeting. The service levels were based on recommendations by staff set out in the Service Level Review Report and approved by Council.

 

At the August 25th Council meeting, Council approved the award of Zone 3 to the In-House Collection Group for the term of the next collection contracts.

 

The tender for Solid Waste Curbside Collection and Services (RFT# 01811-91027-T01) was issued by Supply Branch on September 17, 2011, advertised on MERX and closed on October 20, 2011.  The tender document reflects the service levels approved by Council at the April 2011 Council meeting.

 

The award of this contract in November 2011 is critical to ensure that all contractors have sufficient time to purchase and receive collection vehicles and have staff in place in time for the start up of the residential waste curb-side collection service contracts in October of 2012.

 

 

DISCUSSION

 

Solid Waste Residential Curbside Tender Details

 

The curbside tender provides for five (5) geographic collection zones with approximately the same number of households. Due to residential growth in the current curbside zones, some boundary changes were required to balance the zone sizes and to take into account natural geographic barriers.  

 


 

The new zone boundaries for the collection contracts can be found in Figure 1.

 

Fig. 1 – Collection Zone Map

 

All collection services (garbage, recycling, organics, and leaf and yard waste) in each zone are to be provided by the same successful bidder.

 

The tender reflected the service level changes approved by Council on April 13, 2011 Council report ACS2011-ICS-ESD-0002. The approved service levels included:

 

  1. Bi-Weekly collection of residential garbage;
  2. Weekly collection of organics;
  3. Alternating weekly collection of recyclables. (blue box one week and black box the following week); and
  4. Organics and recyclables to be collected with the same vehicle in separated compartments.

 


 

Managed Competition Process

 

On August 25, 2011, Council approved that Zone 3 (downtown core) be awarded to the In-house Group for the next term of the collection contract.  Council also directed staff to form an In-house Bid Team to prepare a bid for Collection Zones 1, 2, 4 and 5 for the upcoming contracts through a managed competition process. (Solid Waste Services-Collection Contracts: In-house Bid Authority-Managed Competition, ACS2011-ICS-ESD-0045).

 

PPI Consulting Limited, an independent consulting company, was retained as the Fairness Commissioner for this solid waste collection tender.  The Fairness Commissioner was involved in all aspects of this tender process including overseeing that the In-house Bid “Managed Competition Protocols” were followed ensuring a transparent, open and fair procurement process.  The City created a separate In-house Bid Team to prepare the City bid.  In addition, the city created a separate Evaluation Team to evaluate all of the contractor and In-house bids.  The Fairness Commissioner monitored the evaluation process and the In-house bid preparation process to ensure a fair and competitive process. The Fairness Commissioner has provided the City with a written report, attached as Document 1, certifying that the tendering process was undertaken in a fair, open and transparent manner.

 

Tender Results

 

The tender basis of award was per zone. As shown in Figure 2, a total of seven (7) bidders submitted tenders in response to the RFT, including the City of Ottawa In-house bid team. Results of the bid opening are provided in Figure 3. 

 

 

Figure 2:  Proponents Submitting Tenders

Proponents

Price Schedule Submitted

GFL Environmental East Corp.

(Pickering, On)

Zone C1, Zone C2, Zone C4 and Zone C5

Malex

(Gatineau, QC)

Zone C4 and Zone C5

Waste Management

(Waterloo, On)

Zone C1, Zone C2, Zone C4 and Zone C5

Tomlinson Environmental Services Ltd.

(Ottawa, On)

Zone C1, Zone C2, Zone C4 and Zone C5

BFI Canada

(Ottawa, On)

Zone C1, Zone C2, Zone C4 and Zone C5

Miller Waste Systems Inc.

(Markham, On)

Zone C1, Zone C2, Zone C4 and Zone C5

City of Ottawa In-House Bid Team

(City of Ottawa)

Zone C1, Zone C2, Zone C4 and Zone C5

 

 


Figure 3: Finance Department (Solid Waste Curbside Collection and Services Tender (TENDER RFT01811-97027-T01) Opening Report).

 

 

Staff recommend that the lowest responsive bid for zones 1, 2 and 5 be awarded a contract for these zones.  However, Staff recommend that Zone 4 be awarded to the second lowest responsive bid as submitted by Miller Waste Systems Inc. of Markham, ON.

 

The ability to award Zone 4 to the second lowest bidder is expressly set out in the Section 16.3 of the Solid Waste Curbside Collection and Services tender (RFT #01811-91027-T01).

 

 

Form of Tender, Basis of award Section 16.3 of the SOLID WASTE CURBSIDE COLLECTION AND SERVICES states the following;

 

16.3 The City may decide not to award all zones to the In-House bid team for which they were the apparent low bid,

based on a number of reasons including, but not limited to the cost of capital start-up, ability to meet timing

constraints, and the analysis of the full cost of providing the service as defined in the “Guidelines for In-House Bid

Process”. For clarity, the City In-House bid team may not be recommended to deliver the services for all zones for

which they appear to be the low bid.

 

 

This approach is being recommended for several reasons:

 

·         It would be difficult to get vehicles and fully trained staff in place in time to start collection in the existing Zone 3 and two additional zones by next November.

·         Significant staff resources will be required during the fall of 2012 to ensure that current contractors continue to meet service obligations until the end of the contract while at the same time transitioning to new waste collection contractors. At the same time, the new service levels will be implemented requiring City monitoring.

·         The second low bid, Miller Waste Inc., has demonstrated that they have the experience and capacity to deliver the service for the required zones. They are currently under contract with various municipalities of similar size and nature, including the Halton Region, Town of Markham, Town of Richmond Hill,  City of Vaughan, Ajax/Pickering and the Region of Durham. These contracts service over 407,000 households.  Miller Waste Systems also provides collection service to the Industrial, Commercial and Institutional sector.   Miller Waste Systems operates over 450 waste collection vehicles and has over 850 personnel.

·         The difference between the lowest bid by the In-house Group and the second lowest bid by Miller Waste Systems is $102,832.42.

·         The risk-mitigation benefits of awarding the contact to Miller outweigh the added cost of the Miller bid for Zone Four.

 

Therefore, in accordance with the Basis of award Section 16.3 of the tender, staff is recommending the award of contract for Zone 4 be made to the second lowest bidder.

 

Staff also recommends that In-House Zone 3 awarded by Council on August 25, 2011 be required to abide to all terms and condition of the Solid Waste Curbside Collection and Services contract and that a price schedule be submitted based on the same assumptions and analysis used for the bid pricing for Zone 1, 2, 4 and 5.

 

The changes to the boundaries in the five collection zones, has resulted in an increase in the number of households for the new Zone 3 from approx 45,000 to 55,000. As a result, an increase of an additional 7.33 positions (temporary over the term of the contract) will be required over and above the current budget. These funds will be required at the start of November 2012.

 

Service Level Cost Savings

 

The April 13, 2011 Council report ACS2011-ICS-ESD-0002 identified possible savings of $9M per year over the status quo by moving to the recommended service levels. These cost avoidance savings will be achieved through approval of the recommendations contained in this report In fact, an additional savings of $1.14M beyond what was identified in the service level review has been realized as a result of the tendering process for an overall annual savings of $10.14M over status quo.

 

RURAL IMPLICATIONS

 

All rural resident receiving curbside collection will have the same level of service as urban and suburban residents.

 

 

CONSULTATION

 

No public consultation was required.

 

 

Comments by the Ward Councillor(s)

 

This is a city-wide report.

 

 

LEGAL IMPLICATIONS

 

There are no legal impediments to implementing any of recommendations of this report.   

 

 

RISK MANAGEMENT IMPLICATIONS

 

The award of this contract in November 2011 is critical to ensuring the contractors have sufficient time to purchase and receive collection vehicles in time for the start-up of the contracts in October of 2012. The acquisition of waste collection vehicles can take up to one year. It is vital that the In-house Collection Group and the contractors receive enough time to acquire the required collection vehicles. Any delay in awarding these contracts may result in late delivery of collection vehicles which would result in an interruption collection of all waste streams.

 

 

FINANCIAL IMPLICATIONS

 

Approval of the recommended contract awards represents a pre-commitment against future Operating Budgets. 

 

There is no net impact on the 2012 Draft Operating Budget for Solid Waste Services as tabled on October 26, since the 2012 requirements are sufficient to meet the requirements of the new contracts.  However, the 2012 operating budget will need to be realigned to reflect a decrease in contracted services costs and an increase to compensation costs and fleet costs related to the additional zone awarded to the City In-house Operations. These realigned costs will be for a part-year in 2012 and will be annualized in 2013.

 

The recommended contract awards provide for an additional $1.1M over the $9.0 estimated savings per the service level review report.  The 2012 draft operating budget has already incorporated $1.0M in part year savings based on these initial service level review estimates.  A full year savings will be identified and included in the 2013 Draft Operating Budget for Solid Waste Services.  Last, it should be noted that the tendered results have varied by component and as such the estimated savings will be apportioned differently between rate (per household curbside fee) and tax.  

 

 

Environmental Implications

 

The Service Level review report identified the following environmental implications

 

 

Technology Implications

 

There are no technical implications to implementing the recommendations in this report.

 

 

STRATEGIC PRIORITIES

 

Financial Responsibility – FS2 – Maintain and enhance the City’s financial position

 

Tender No. 01811-91027-T01 Solid Waste Curbside Collection and Services Contract reflects service level changes approved by Council on April 13, 2011, report ACS2011-ICS-ESD-0002.  The recommendations outlined in this report represents significant financial savings to the City, as outlined in this report.

 

Environmental Stewardship, ES3 – Reduce Environmental Impact

·         Strategic Initiative #30 – Implementation of new Solid Waste Service Levels (2012-2018)

 

Council approved the implementation of System D of the Solid Waste Collection Service Level

Review report on April 13, 2011 (Ref N°: ACS2011-ICS-ESD-0002). The Collection contracts reflected the service levels identified in that report. Awarding these contracts will aid the City in achieving the following City policies and objectives:

 

·         Optimize current and future residential solid waste programs to meet environmental and sustainability needs;

·         Commit to reducing the community’s impact on the environment by developing and encouraging participation in innovative recycling programs;

·         Charter a course for municipal solid waste management and set achievable targets for diverting waste and recyclable materials from landfills to extend the life of its landfill assets; and

·         Increase waste diversion. The City is making an effort to change the way it thinks about waste. The Waste Management Strategy helps the City to manage waste effectively, prevent pollution, promote recycling and reuse of materials, and reach its environmental goals. The City is also looking into how new and emerging technologies can help to turn residual waste into a resource.

 

 

SUPPORTING DOCUMENTATION

 

Document 1 – PPI Consulting Limited (Fairness Commissioner Report).

 

 

DISPOSITION

 

The Solid Waste Curbside Collection and Services Contract No. 01811-91027-T01 will be award as outlined in this report.

 

Environment Services staff will implement Council’s instruction outlined in this report for In-House collection contracts for Zone C3 and C5.

 

Environmental Services Department will submit to Committee yearly financial reports reviewed by an independent auditor for collection Zone C3 and C5.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


 

DOCUMENT 1

PPI-Consulting_300 (3).jpg
PPI Consulting Limited

86 Centrepointe Drive

Ottawa, Ontario

K2G 6B1

 

Tel: 613-567-0000

Fax: 613-274-7015

www.ppiprocurementconsulting.com

 

Ottawa | Toronto | Atlantic Canada

 

November 4, 2011

City of Ottawa, Request for Tender # 01811-91027-T01 for: The Procurement of Residential Curbside Collection Services

 

Introduction

PPI Consulting Limited (PPI) was engaged by the City of Ottawa to provide independent oversight throughout its procurement process to select Suppliers for residential curbside collection services (RFT# 01811-910279-T01). PPI participated in the validation of the procurement process, all mandatory submission requirements, and provided oversight during the evaluation of the tenders.

According to the City’s guidelines the following chart summarizes our involvement and findings:

Stage

Task

Fair (Yes/No)

1

Review of the Request for Tender (RFT) documentation

Yes

2

Review draft Q&A responses

Yes

3

Review draft addenda before being published

Yes

4

Evaluator orientation: Confirm conflict of interest forms have been completed by all participants in the process

Yes

5

Validate mandatory submission requirements of tenders

Yes

6

Confirm compliance with mandatory requirements

Yes

7

Confirm appropriate evaluation of bids and compliance with City’s Guidelines for the In-House Bid Process

Yes

8

Review final evaluation results

Yes

 

Observations and Findings

The City of Ottawa managed the tendering process. The City of Ottawa prepared the draft and final RFT documentation, addenda, responded to proponent questions, and consulted with PPI as Fairness Commissioner for all potential and actual fairness issues.

Seven (7) bidders submitted Tenders in response to the RFT, including the City of Ottawa In-House bid team. This was sufficient for a competitive procurement process to take place. The entire evaluation team declared no conflict of interest with any Bidders. Appropriate firewalls with respect to people and access to information were established between the City’s evaluation team and the City’s In-House bid team.

All Proponents provided the mandatory submission requirements as per the RFT. These requirements were a bid deposit of $150,000.00, a letter from the Proponent’s surety/bonding company, a letter from the Proponent’s bank or financial institution, a letter signed by the Proponent’s insurance agent/broker, a letter disclosing the Proponent’s parent company, a letter with details of their company experience, and the pricing submission forms.

All submitted tenders were publically opened and preliminary pricing information read out in the Supply Management Division following the close of the RFT. All documentation was then subject to a review to confirm mathematical accuracy, compliance with the specifications and compliance with the terms and conditions of the contract

There were no unresolved issues at any stage of this procurement.

The highest ranked bidders were selected based on meeting the mandatory submission requirements and bidding the lowest cost to provide the services to the City of Ottawa. The City elected to invoke its right in Section 16.3 of the RFT to not award Zone 4 to the in-house bid team. This was deemed necessary because the City was concerned about the degree of risk in meeting its obligations in Zone 4 stemming from the overall change in the scope of work and the requirement to provide services in Zone 3 (which was not in the competition, but for which the new scope of work applies) and in Zone 5 (for which the City was the highest ranked bidder). This risk was considered in relation to the bid price differential between the in-house bid and the second highest ranked bidder in Zone 4. For this reason, the City selected the second highest ranked bidder as the preferred bidder for Zone 4.

Conclusion

As the Fairness Commissioner for RFT # 01811-910279-T01 – The Procurement of Residential Curbside Collection Services, we certify that the principles of openness, fairness, consistency and transparency have been, in our opinion, properly established and maintained throughout all the stages of the procurement process. Furthermore, we were not made aware of any issues that emerged during the process that would impair the fairness of this initiative.

Ben's signature

 

 

Ben Sorensen

Director, PPI Consulting

613.567.0000

Ben.Sorensen@PPIConsulting.ca