Loading...
Item 8C v AGENDA ITEM # 8C DECEMBER I1, 2006 ~,w ~" CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Recommendation for New City Sanitation Contract SUBMITTED BY: Rick Carper, P.E., Public Works Director DATE: November 24, 2006 BACKGROUND: The City's contract for Sanitation services with Waste Services of Florida (V1/S1) expires on May 31, 2007 (extended for one year in ~" November 2005). As discussed during Strategic Planning, the City hired a Solid Waste consultant, Redman Consulting Group (RCG), to assist with preparation of a Request for Proposals (RFP) for the new Sanitation "~ contract. Using the existing contract as a starting point, the RFP was structured to provide a comparison between continuing the same service level as currently exists in Atlantic Beach and switching to either semi- '~ automated or fully automated garbage collection, with green waste collection remaining as manual pickup. It also compared aseven-year contract to the current five-year term to allow more time for amortization of new equipment costs. The RFP requires all new equipment at the beginning of the contract. Four firms submitted proposals in response to the RFP, Advanced Disposal Services, Republic Services (Southland Waste), Waste Pro and WSI. As indicated in the letter from RCG (Attachment 1), the ~. recommended provider and option is conversion to automated collection by WSI for aseven-year contract. The recommended alternative has a residential service level providing for one pickup per week for garbage, recyclables and green waste. It also ,~ includes the hauler providing the Toter containers (96 gallon standard size, smaller containers available) to be used for the automated pickup. The WSI proposal would continue the current standard of matching days ~, for recyclable collection and household garbage, with potential for the same day for green waste (to be negotiated). Collection would be distributed through out the week, with green waste collected by zones just as garbage and recyclables are now. In addition to being the lowest cost alternative, automated collection provides additional benefits to the City including substantial reduction in spilled trash. Commercial and Multi- family Residential (front end loader / dumpster) service would remain essentially as performed under the current contract. The per housing unit cost for the residential collection for both the December 11, 2006 Commission Meetin4 RCG, ~ Constilting 7017 S. Atlantic Avenue New Smyrna Beach, Florida 32169 Phone 386-~27-9339 Fax 386-=427-I5~49 Cell 386-i27-8667 E-mail BILL-1R ~ AnL.COM AGENDA ITEM # 8C ~~.;, DECEMBER 11, 2006 Na ,~,.v~_~ A Y ~ p November 20, 2006 ~ ~~a6' Mr. Rick Carper `~\` Director of Public Works ~~~ 1200 Sandpiper Lane Atlantic Beach, Florida 32233 Subject: Analysis and recommendation of award for RFP # 07-01 Solid Waste Collection Dear Mr. Carper: Our firm has reviewed the five (5) submissions of the RFP # 07-01 for residential and commercial solid waste collection services as per the summary below: "*~ Of the five (5) firms submitting, four (4) submitted full proposal packages and one (1) submitted a NO RESPONSE. Waste Management of Florida, Inc. submitted a NO RESPONSE whIle Advanced Disposal, Republic Services, Waste Pro and Waste Services of Florida, Inc. submitted full responses which all complied with the RFP specifications and submittal requirements. We have fully analyzed all components of each submission and offer the following: ~• ADVANCED DISPOSAL:. • Although Advanced Disposal appears to offer more equipment and manpower their pricing is the highest of all of the proposer's for residential. Advanced does not mention ~• a dedicated supervisor for the City of Atlantic Beach and they do not address the use of a pup truck recommended for use on certain streets and areas. Advanced agrees to comply with the contract requirements of all new collection equipment for the collection of +*• residential waste. • Advanced Disposal is the second lowest proposer for the commercial collection and would comply with the contract requirements of all new collection equipment and containers. REPUBLIC SERVICES: • Republic Services' proposal for residential collection is the second lowest proposal under the current system of cans and bags for either a five or a seven year contract but is highest under the toter system for either a five of seven year contract. . . T~%~rste Consulting to City and County Mancrgenrer7l AGENDA ITEM # 8C ,A, DECEMBER 11, 2006 Novensber 21, 2006 Page 2 • Republic Services offers a sufficient amount of new equipment and manpower to provide the required services to the residential units within the City. Republic does mention within their submittal the use of a pup truck for the recommended streets and •"" areas within the City. There is no mention of backup equipment in case of equipment failure. • Republic Services is the third highest proposer for providing the commercial services to the City and comply with the requirement of providing all new collection equipment and containers to the commercial businesses within the City. WASTE PRO: • Waste Pro appears to offer more equipment and manpower to provide the services to the ~,. City and complies with the RFP document to provide all new equipment. Waste Pro is the third highest proposed pricing for providing the residential collection services for the current system of cans and bags but second lowest proposer for a five year contract converting to a system of toters and third highest proposer for converting to a system of ~1°' toters for a seven year contract. Waste Pro also makes the statement that "all employees will be full time employees and no temporary labor force will be used". Waste Pro also will comply with the use of a pup truck in those areas recommended by the City. • Waste Pro is the highest of all of the proposer's to provide the commercial collection services. Waste Pro agrees to provide all new collection equipment and containers for the commercial businesses. WASTE SERVICES: •„ • Waste Services has offered the City the lowest pricing for providing services to the City across the board in all options. However I must question the amount of equipment and manpower they have proposed within their submission to adequately provide a high level of quality service to the residents. The equipment listing will need to be further qualified ~• if the City so chooses Waste Services to contract with. Waste Services agrees to provide all new collection equipment as per the RFP document and they have identified and agree to use a pup truck in the areas recommended by the City. Waste Services has identified within their proposal the additional backup equipment in case of equipment failure. • Waste Services has offered the City the lowest pricing for providing the commercial collection services to the City across the board in all options. Waste Services agrees to comply with the RFP document for all new collection equipment and containers for the commercial customers. After careful review and analyzation of the submissions by the four proposer's our recommendation is as follows. We recommend the City of Atlantic Beach enter into final contract negotiations with Waste Services ~.. of Florida, Inc. to provide residential and commercial collection and disposal services to the City on the basis of converting the current residential collection system of residential owned cans and bags to an automated toter collection system one time per week for a seven year contract. ~• AGENDA ITEM # 8C ~ DECEMBER 11, 2006 Noti~ember 21, 2006 Page 3 We look forward to working with the City and the chosen contractor to finalize this project. If you have any questions please do not hesitate to call on us. ~,. "~ Sincerely, ~` A~,.~,~. ,~ ~' ~"+ ,,, William S•'`Redman, Jr. Senior Vice President cc: Jean S. Redman, President AGL-idDA ITEM # hC D Er_ Et\413 ER 1 1, 2006 G h O O O M M O O ~ O O O N V M ~ O M V O O O G V O ) [ D t( j c 0 C O ~ N N ~ y ~ ~ ~ ~ L U C ~ f D O O M D ^ J N N M O ~ ` ~ ~ d O O c ~ ~ O h 7 ~ V M ~ O 7 O (p `~ ' (A ` CD ~ ~ ~ ~ ~ ~ ~ O ~ h ~ ~ u i ~ EF T y ~ N y N 0 ~ W LL J • O O O p y ( 0 ~ y r F- F- H F- o r~ i °o r~ i G~D 1 ~ C C C C y T - ~ ~ 0 O 8 ~ Gq _ 69 _ EH ~. N N N d (n f4 U ) C4 c ~ O CA NN V O V c O [O h V OD O) (p t Grj ~ y tfi GfT fA U3 N N V: (hD ~ Lll y N N C W O Q i Gh J 3 aS N ~ H3 ~ ~ ~ 'O C ~ ffl K} ~ T R U C .K- T (00 ti ~ V N N O V ~ h h V' 4") M N m V V O N U •y K fA Efi 6Fj Gfl CO O ~ ~ ~ ~ ~ df ~~ ~ d y W r O -~ Q ~. L • N V ~ h ~ N ~ O ~ ~ ° _ ~ ~' O C ~ y E a ~ ~ N E 0 C x L ~"• ~ a ~n o o o ~n o GO CO ° ° ° ° a ~ h o u~ o rn o m rn o o v ~ a i`° N N N m 6i to (D CO V CV N N N y D ~ y MtA V ~ 00 O CA W GO (V N Efl U N c co o ~ M N ~ o c ~ ~ d N ~ m Q j ~ O ~ ~ ~ ~ ~' C d O C ~ O , O F•• u7 O V 'V' ~ GOO n M ~ o ~ ~ ~ ~ O V 0 y ~ N N ~ N ~ N O D 0 0 ~ ' 6 M • K V J . N W y ~ f- F- f- ~ C ~ (O CD ' y C C C C O. M t[y MO ~ Q ~ y ~ - - ~j ~ ~ N ~ N N U fn (n C!) (n C N ~ ~ ~ O ~ U ' ~ t~ ~ W N h O N ~ ~ m m `~ E v r i r E ~ fA f9 Efl a ~ h y ~ N ~ er- V 0V V r o CD 1~ I h t(j O N CD ~ m N Z y ~ N y N 0Oi (hD V l1J CO N ~ ~ m N O N N GOD O ' "'~ N U C A a!S N ~ O O ~ O _ m_ 7 y ~ r ~ ~ U ' ~ cv N ~ ~ ~ F- U c E z w c Q jp O O V O ~ V h h O N [ C O D O V' V N O O N ~ d • y K f H EA G fl f f} C M N G OD ~ ~ y ~ ~ G. d • ~ ' a a o m ~ o o ~ ~ d ~ rn m ~ w. a D ~ ~ G » G a = L c ~ ~ o ~ ~ ° a m o o m f0 ~ m m N N h M C Rte' V e - ro E L u - n, E U ~p ~ ~ O U y m ~ ~ G! ~ L Q d d F - V ~ U ~ 0 ' V r U U ~ V D .. C ' . " N O p C ~ a ) ~ ~ ~ d C ~ C jp O ~ O ~ 2 N f n ~ C > ~ y N ~ • U ~ C ~ - f AGENDA ITEM # 3C DECEMBER 1 I, 2006 m C V J >. j~ N d C 7 E m o a f f v 3 0 c Y U Q ~ 'O O ~ Y a Q T d N T ~ 2 .` o , E E ., ° m a m ~ m N O ~ y ~ C c N Z °~ m L ~ 0 0 0 0 m C N y ~ ~U O- T N T T L O C T U d f0 r C d E O C ~ ~ ~ .~ °' r N N 'C W ~ ~, o d ~ O y T T T O L ~ C O ~ ° ~ 2 S. r N N W N y N O ` N O C Y N ° a ~ _~ ° d p a ~° N ~ ~' M M N - w . O ~ ° ~ ~ ~ ~ ~ ~ Q y ~. C C y d y N N L l~0 C .C 5 7 ~ _ a N L ~ x V' M M N y . . y G~ ~ Y N D ~ N "O C ~ (JJ C 7 O d C d V ~ N N M - D ~ V1 y U 0 ~ ~ 0) y C N A ~ y y C d N d ~ w O. L ~ C L U ~p R ~ C O d ~ N N M m A p U ?~ C y ° L m j. U y •~ N ~ m .O+ ~ .S ~ C ; ~ ~ ° ° y ~ y y ~ ~ v - ~ v ° . m d E N O- a ~ i • a i a i T OJ N L m ~L O '~' OE ~ r N O y ~~ ~ V U ~ p 'y Z .a N y tj` d ~ U O N N N d ''S n J x A V V t O r C C d N ~ C ° C N U { A .~ a ~ 8 E '~ ` _ ~ L ~ ~ `€ fA i . i . d Uyi T x r + IV t - Z y Y qq S O 7 N C > d N S N y ~ ~ N O r~ L ~ T O ~ y N N U N xUx ~ N N N N V y ~p d ' ' O IC y y N ~ M M N C ~ ~'j aL.J V (0 C O ° O O O O O ~ ~ O a y N ~ O Em . ' ~i' m d v ° ~ E :: w °: O~ ~ thi ' x ~ N N N N N N N C ~ Q ~ ~ N ~ ~ f ; A a E ~ ~ n ~ ~ ~ ~ ~ a y ` ~ O O N S , ` ° °~ C >> L" f J x N - ~ _ M ~ M ~ N l`C C T7 Z ~ ` E .. u m ° y c m E t ~ a C O ° d W r N N M C y 4 0 U U d ( n ~ d , O ~. U Z c0 Q O K ~ ~ ~ ~ O C Q ~ K ' i. ~ AGL-NDA ITEM # RC DECEMDER 1 I , 200E E ~..] O O v N O 8 m ~ . r ~ O N 'V 8 Ci m ~' Y S t 0 Q ~ 8 g S g g > g '~ ~ g O .gyp w w w w w N ~° e E Q E 0 >,8 8 8 8 8 8 8 5 8 8 e on Ri W S N QQ C7"i m ° Q Q ~75 ~ `$ ~ O f w w H w w 3 w w w w ~ w w w w m E m 9 ` V ` m 'O ` ` rv m m m m m 1~' y ~ N pp t7 Q f 11 ~ N t~I p ~!' C c ~ a' p 8= ~ a a 8_ ~ a e ~_ _S a' n _, a' O C a w w a w a w a w g~ . ~ O ~Y m ~ 8 8 8 8 8 8 8 8 q K ~ ' ~ a` ~ ~ v uNi 444 ~ ~ m E N ~ m ~ `~' E ~ A > U J y U ? w w w w a w w w w ~ w w w w ~ U 8- ° a 8 a 8 O ~ 9 ai ~ n ~ w ~i a ~ w aa "' ~ i m ` m A m m m m ~ m m ~ ~ a a" 'a a'^ ag in ~ Ri c9i ~ y~ ~ ~ °o in ~ Ri t4i °v _ 5 rp 8 ~ S 8 a C ~ ~- m rl r °'~ ~ ~= E w w w a E ~ o u ~ m ~ ri 6 8 8 ~ °o 8 o w m w g n o w ~ rn w i & a u{ O y ~ ~ w w w C (a °u 8 ~ ° 5 '~ f m` IV C fV N C (V C 8 pp fp pp 0O p (V p O p O A w ~ ~ W m o m t~1 n m o ~ W n a E j c ~ w c Q~ "ci ~ `n w Q E ~ E ~ ~ w w Ua ~ n Ti ~o T og~ ~ ~ =~ 8 ~ S e E w ~, ~ ~ ~ Y g o .Y Eva ~ c 8 S S Sim ~ a ~ w8 w 8 ww wiv ~ + o c ~ 0 0 R O u ~ LC C w0 'p y N w U C m N N C N ry c ~'. ~ N N ~p N pp OO (~O p O N p O N U o K1 } ~ 1 w w y Vi N ~ ~ ~ ~ N R G N C a a N ~ 7 J ~ U m_ N U # E a g n ~ d~ o U a ~ S ~~ ~ a N ~ ° Z Q ~ U d O U d U U v a C ¢ ~ N 3 3 3 d C 9¢ ~ ~ N 3 3 3 ~ d` z° .d ~. ~`'~, PROPOSAL FOR THE CITY OF ATLANTIC BEACH, FLORIDA 50LID WASTE, YARD WASTE AND RECYCLING COLLECTION AND DISPOSAL SERVICES RFP #07-01 AGENDA ITEM # 8C DECEMBER 11, 2006 OPTION 1. RECOMMENDED - WSI ALTERNATIVE PROPOSAL RESIDENTIAL WASTE (once per week service per household) ~,. Automated side-load service for residential trash 1 route per day; 5 days per week 96 gallon or 64 gallon Toter (at the option of the City) to be provided by WSI ~1, Container size would be determined by the City/Residents depending on there individual needs ' RECYCLING' (once per week service per household) ~: Automated Recycle service 1 route per day; 5 days per week Recycling two stream (2 container service) L8 gallon Recycle Bin to be provided by WSI YARD WASTE (once per week service per household) Rear-load manual yard trash service 1 day per week Container to be provided by residents Exclusive Front-Load and Roll-Off Services available 1 route per day; 7 days per week ~4'~t' $`~[)G'~'IClB°85 e't;>;1~G~P~d i~.?r' t~'t71~ c"~~*~STrI#~'4It 611~?1;PfeF"5 ROUTES (S~F 3Nti14~.5~'i~'T~~'1.11E"a:~} ,.:~ . '~.....~ REGOMMENDED -OPTION 1. WSI ALTERNATIVE PROPOSAL' -.Mon Tue Wed Thr Fri Sat Resi-Waste Side Load 1 Route 1 Route 1 Route 1 Route 1 Route Resi- Recycling Side load 1 Route 1 Route 1 Route 1 Route 1 Route Rear Load Yard trash 1 Route 1 Route 1 Route 1 Route 1 Route White goods 8 Bulk Items 1 Route 1 Route Supervisor 1 Route 1 Route 1 Route 1 Route 1 Route Front End 1 Route 1 Route 1 Route 1 Route 1 Route 1 Route Roll Off 1 Route 1 Route 1 Route 1 Route 1 Route 1 Route :see S~ecif'icat/dra street's ait~c%ed EQUIPMENT WSI would expect to use the following collection vehicles for the collection of the material for this contract BODY SERVICE YEAR MAKE .MODEL TYPE TYPE TYPE Trucks Resi-Waste Side toad 1 2007 Mack MR688 ManuaUAutomated Side Loader McNielus Resi- Recycling Side load 1 2007 Mack MR668 Manual/Automated Side Loader McNielus Rear Load Yard trash 1 2007 Mack MR688 Semi Automated Rear Load McNielus White goods & Bulk Items 1 2006 Ford F-650 Flat bed white goods Nicoles Pac Rat 1 2007 Ford F-650 small single axle side load 12 yard box Front End 1 2007 Mack MR688S Front Load McNielus Roll Off 1 2007 Mack CV713 Roll Off Galbreath Nvte: WSI a/so has Z additional current fleet trucks availab/e in 6he event of equipmentfarlure wit/r the primary co/%tion vehic% /fisted above. CONFIDENTIAL 17/11/2006 PAGE - 7 - ~. as AGENDA ITEM # 8C DECEMBER 11, 2006 recommended change to automated collection or to continue the existing level and method of service are substantially higher than current costs (See attachment 2). However, these projected cost increases are within ,~„ the budget estimates discussed during Strategic Planning and Budget Workshops, and also at the November 2005 Commission Meeting. RECOMMENDATION: Staff concurs with the recommendation of the City's Consultant and recommends the Commission authorize negotiations with the recommended Hauler (WSI) with the goal of reaching an agreement on rates, services and schedules for automated collection of residential waste and to present a proposed contract to the Commission at the January 8t" meeting. Staff will present various rate options to the Commission in January after negotiating costs and other issues with WSI and after having had time to prepare the rate calculations based on those costs. Commercial rates should be restructured and options will presented to the Commission with these rate options. ATTACHMENTS: 1) Analysis and Recommendation of Award by RCG 2) Proposal Cost Comparison by RCG 3) Recommended Operational Plan by Waste Services of Florida BUDGET: Funds are budgeted in Sanitation Account 420-4201-534-3401 (Pickup and Haul Contract - $1,034,120.00). An increase in Sanitation Rates will be required to fund this new Sanitation contract. Even under the current contract, a Sanitation rate increase would have been required. The proposed rate increase will be brought to the Commission separately, upon completion of negotiations with WSI. "" REVIEWED BY CITY MANAG,~;_ ~» n..,......c.,..- ~ ~ manna r...,,,..,:~~~..., nn~e+~.,,,