Report to: General
Committee Date
Report Authored:
SUBJECT:
PREPARED BY: Claudia Marsales, Ext, 3560
Alex Moore, Ext 4711
RECOMMENDATION:
And that Staff be authorized and directed to do all things necessary to give effect to this resolution.
The
purpose of this report is to provide an update on the Town’s existing collection
contract term, and recommend contract renewal options.
This contract provides waste management collection services for all
single family units, apartment buildings, condominiums, BIA’s, white goods, municipal
facilities and leaf and yard materials with a 2010 budget amount of $7,658,434.
A lead time of a minimum 16 months is required to transition to a new collection contract. This timeframe takes into account time required to prepare a bid document, 6 month timeframe to order and obtain a new collection fleet, and other transition issues such route reconfigurations and transfer station logistics.
Contract Renewal Process |
Key Dates |
Issue REOI |
February 2010 |
Report REOI results to Council |
April 2010 |
Prepare documents |
February - June 2010 |
Issue bid documents |
June 2010 |
Bidders meetings/Bid Evaluation process |
June - October 2010 |
Prepare Report for Council approval – award contract |
March 2011 |
New collection contract begins |
|
In
order to complete this process by November 2011, it is necessary to select the
preferred contract renewal option:
Outlined below are the opportunities, risks, and value of each option.
‘Mom and Pop’ waste management companies are a thing of the past,
replaced with multinational or large private waste management companies who are
financially able to manage the risk. Several years ago, large
Currently there are at least 6 waste management collection companies
operating in
SERVICE PROVIDER
|
EMPLOYEES & FACILITIES |
SIMILAR RESIDENTIAL CONTRACTS |
Miller |
450 Transfer /recycling facilities |
|
|
250 Recycling facility |
Northern 6 (Etobicoke) |
(Canadian |
3,400 116 operating locations 20 recycling facilities; 18 landfills. |
Region of Peel |
National Waste Services
|
200 |
|
Modern Corporation
|
500 Transfer facilities and landfill |
Region of |
BFI |
500+ Own operate transfer/landfill |
|
A competitive bid process is one of the best methods for leveraging
negotiating ability and purchasing power with potential vendors and insuring
the prices received reflect current market
pricing.
OPTION #1 – Competitive
bid process including
issuance of a REOI and RFP (Request for Proposals)
A RFP is public
invitation to suppliers to submit proposals and is used when there may be
alternative ways to meet a specific need. The suppliers are invited to respond
to the proposal and propose what they consider to be the best way of meeting
the specified needs and requirements. Potential suppliers describe how their services,
experience, equipment, or products can meet the request and at what cost.
The RFP process brings structure and
accountability to the public procurement process while providing the
flexability to weigh innovation and value in addition to cost as part of the
evaluation criteria and award decision.
When awarding contracts
in the RFP process to other than the lowest bidder, the determination is based
on several factors including qualifications, safety record, similar projects,
references, fit to the
organization's goals and objectives, and cost. Each criteria is assigned a maximum score. The
evaluation team reviews each submission and assigns a score for each category.
At the end of the process it is the highest ranked proposal that would be
recommended for award and in some cases this may not be the lowest cost
submission.
The purpose of
advertising and issuing an REOI prior to a RFP is to identify potential service
providers and signal to the marketplace
The RFP
process can be a fairly complex, high-profile activity involving multiple
stakeholders and requires a significant investment in staff resources.
OPTION # 2 – Competitive
bid process including
issuance of a REOI and Tender
An invitation to
tender is a formal, less flexible sealed-bid process. Bids and prices are
provided without condition and the award is made without negotiation.
Submissions are compared to the specifications and criteria contained in the
tender documents. The contract is awarded to the vendor whose bid meets the
specifications and is the lowest cost.
Risks of the tender process include: receiving only one or two
responsive bids, potential price escalation, implementation challenges if a new
vendor is selected, and the uncertain nature of the future relationship between
a new vendor, the Town and its residents.
A 16 month timeline will be needed to complete Option #1 or #2. This
allows sufficient time for development of bid specifications, preparation of contract
documents, contract award by Council and lead time for the selected vendor to obtain new collection vehicles.
Delivery of new vehicles can take up to 6 months after contract award by
Council.
OPTION # 1 & #2 ACTIVITY SCHEDULE |
COMPLETION DATE |
Issue REOI |
February 2010 |
Report REOI results to Council |
April 2010 |
Issue bid documents |
June 2010 |
Council approval – award contract |
March 2011 |
New collection contract begins |
|
If Options #1 or #2 is the preferred approach, the bid
documents must be issued in June 2010, process completed, and contract awarded and
approved by March 2011. Any slippage of the
schedule could impact the ability to complete the process, secure a new collection
fleet and have a vendor in place by the
Both Options #1 and #2 comply with the Town’s
Purchasing By-Law to obtain competitive bids for goods and services over 25K.
OPTION #3
– Negotiation with preferred supplier Miller
Miller
Miller
If Option # 3 is selected, contract rates, new or enhanced programs, and service levels can be benchmarked against similar recent municipal contracts (RFP issued by Halton Region and Vaughan) and desired service enhancements negotiated as part of the contract development process. A negotiated contract can realize the same favorable and comparable terms achieved through a bid process.
Authority
exists to award municipal contracts without a competitive process, under the
Town’s Purchasing By-Law Section 7.1 (c):
“When any of the
following conditions apply, the Treasurer and the Manager of Purchasing may, in consultation with the
appropriate Director, negotiate a contract for the supply of goods and services
without a competitive process. The condition is as follows:
(c) When the
extension of an existing contract would prove more cost-effective or
beneficial;”
and the direct approval of Council.
In order to amortize the cost of new vehicles, industry practice is to
award collection contracts for a minimum fixed term of 7 years. This would
extend the current contract to 2018.
If Option #3
is selected, staff strongly recommends a parallel process be undertaken. The
REOI will be issued and bid document prepared at the same time negotiations are
underway. Negotiations must be completed and the final outcome approved by
Council in May 2010 to provide time to complete the competitive bid process as outlined
in Option #1 and #2 if negotiations are unsuccessful. Failure to bring
negotiations to a close by May 2010 will not leave sufficient time to complete
a competitive process and could compromise staffs ability to negotiate an
advantageous contract.
OPTION # 3 ACTIVITY SCHEDULE |
COMPLETION DATE |
Begin negotiations to extend contract |
February 2010 |
Issue REOI |
February 2010 |
Complete negotiations |
May 2010 |
Report to Council – extend contract or proceed to bid |
May/June 2010 |
If negotiations fail – Issue bid documents |
June 2010 |
Council approval – award contract |
March 2011 |
New collection contract begins |
|
Staff Recommends Proceeding with Option #1
Staff recommends proceeding with Option #1 –
RFP in preference to a Tender. The Tender process is seldom used by
municipalities for collection services. The RFP process provides flexibility,
and signals to the marketplace transparency
and fairness in the award of contracts for public goods and services, and may create
real value for the Town. Options #1 and #3 provide the flexibility needed to be
able to respond to the fast changing, dynamic waste management industry.
It is important to note that
Staff Team will Oversee Process
It is recommended that an in-house staff team be formed to evaluate
the REOI responses, develop the bid documents and oversee the process. In order to proceed with a
competitive bid process there is preliminary work that must be completed to
create a credible bid document that will elicit high quality proposals and
competitive prices.
The in-house staff technical team will include staff from
Operations,
Waste and recycling collection is one of the
Town’s most visible services and largest contract.
Staff is recommending proceeding
with Option #1 – REOI and RFP to select a vendor which provides the
best overall value to the Town based on experience, knowledge, business
reputation, and financial stability, length of time in business, references and
cost.
If Council wishes to defer or proceed in a different direction, and
if the March 2011 date to award a new contract cannot be achieved, Staff will
need to seek a one year extension from Miller
None.
None.
Finance and Legal
RECOMMENDED
BY:
________________________ ________________________
Claudia Marsales Peter Loukes, P.Eng.
Manager,
Waste Management Director,
Operations
________________________
Brenda Librecz
Commissioner, Community
& Fire Services
Q:\Commission Share\Operations and Asset
Management\Reports\2010\Waste\Waste Management Collection Contract Renewal
Process.doc