Loading...
HomeMy WebLinkAboutFND-006-02 1 � n a� Leading the Way REPORT FINANCE DEPARTMENT Meeting: GENERAL PURPOSE AND ADMINISTRATION Date: MONDAY, MARCH 25, 2002 Resolution #61 -- Report M FND-006-02 File#: ° Z By-law#: Subject: CLARINGTON CURBSIDE GARBAGE COLLECTION Recommendations: It is respectfully recommended that the General Purposes and Administration Committee recommend to Council the following: 1. THAT Report FND-006-02 be received; 2. THAT Council select Option 1 or 2 from Part "A" below: PART "A" —Option 1 THAT Council recommend to the Region that the Region of Durham enter into a six-year agreement commencing September 1, 2002 with Canadian Waste Systems for the curbside collection of non-hazardous garbage, organics and recyclable wastes in the Municipality of Clarington, as part of the Region of Durham Request for Proposal RFP 434-2001 and the optional services as identified in the Region Report 2002-J-10; PART "A" —Option 2 • THAT the Municipality withdraw from the Region's RFP process for Integrated Waste; • THAT Council authorize Staff to issue a tender for garbage collection with an improved level of service; • THAT Staff report back to Council with the recommendation of a contract award; and • THAT a copy of this Report and Council's decision on the matter be forwarded to the Region of Durham; REPORT NO.: FND-006-02 PAGE 2 3. THAT the flat rate method of charging taxpayers for garbage services be implemented for the full cost of garbage service (including collection, recycling, haulage, disposal, etc.)to be phased out over a five year period and replaced with a tax rate system to be applied against all property classes consistent with the other area municipalities within the Region of Durham. 1 I Submitted by: �'� � '' Reviewed by. c tc ancy T yl r, .A., C.A., Franklin Wu, Director of Finance/Treasurer. Chief Administrative Officer. Pre-4 Hor a}h, MR, RRFA, Director of Operations. FH/LB/NT/hjl 1A2 REPORT NO.: FND-006-02 PAGE 3 BACKGROUND AND COMMENT Council, at their meeting of Monday June 25, 2001, approved the following recommendations for Report WD-35-01: 1. THAT in order to assist in attaining a 50% diversion target by 2007 or sooner, a curbside composting program be implemented in the Municipality of Clarington through a negotiated partnership with the Region of Durham; 2. THAT the Public Works Department and Treasury Department Staff work with the Region of Durham to develop an acceptable integrated solid waste collection system; and 3. THAT all costs associated with the integrated waste collection system be recovered through a Regional Solid Waste Levy, RFP FOR INTEGRATED WASTE Municipal Staff had a series of meetings with the Region's representatives to prepare a Request for Proposal for integrated waste collection system for Clarington. The Region issued the RFP in August 2001 and bid submissions closed November 2001. Submissions were received from BFI, Canadian Waste Services Inc. and Miller Waste Systems. Bids required a price for core collection, other collections and haulage and disposal. The Request provided that prices for new and innovative proposals would be considered. The core waste collections would include weekly collection in plastic bags with a three-bag limit (extra bags requiring a bag tag), weekly collection of food waste in separate plastic bags with no limit to quantity, bi-weekly collection for fibres, cardboard and containers and increased blue box items (no limit to quantity). There would be twenty-four yard waste and brush collections per year, one pick up of Christmas trees and weekly collection of white goods. 1303 REPORT NO.: FND-006-02 PAGE 4 RFP STATUS The Region's Evaluation Committee has met with Municipal Staff on two occasions to review the costs of services and any outstanding issues. The Region has since determined the collection costs, haulage and disposal costs but has not calculated a final waste tax levy for Clarington. Some estimates are included under financial issues below. REGION OF DURHAM REPORT 2002-J-10 The Joint Works and Finance and Administration Committee Report No. 2002-J-10 dated February 27, 2002 (copy attached) recommends to Regional Council in summary that subject to the approval of the Municipal Councils of Clarington, Uxbridge, Scugog and Brock: That the Region adopt a By-law to assume waste collection responsibilities from the participating area Municipalities and that the Region enter into a six year agreement commencing September 1, 2002 with Miller Waste Systems for the curbside collection of non-hazardous garbage, organics and recyclable waste, and that the integrated waste collection, haulage and disposal contract be recovered through the Regional Solid Waste Tax Levy of the participating area Municipalities. The Report does not take into consideration the Municipal concerns that have been raised since the commencement of the RFP process. Issues include royalties for the Clarington Waste Transfer Station, impact of a Solid Waste Levy to all non-residential property classes and the award of one bidder for Clarington and the Northern Municipalities having the potential to reduce the number of bidders in the process at the end of the contract term. This is not in the best interest of the Region and our residents. This report has been approved by the Joint Works and Finance Administration Committee, subject to the approval by the participating municipalities. Council may consider recommending that the Region accept an alternative recommendation that would have the Region accept the core collection costs as submitted and award the Clarington contract to Canadian Waste Services Inc. This is reflected as Option 1 under Part "A" of the recommendations. 1304 REPORT NO.: FND-006-02 PAGE 5 FINANCIAL ISSUES There are some concerns being raised with respect to preserving the current flat rate system. The option of participating with the Region with Clarington's contract awarded to Canadian Waste Systems does not resolve the Regional Solid Waste Levy that would be applied to all property classes across Clarington. However, the Region can still opt out of the flat rate calculation for their existing services such as recycling and disposal which represents two-thirds (2/3) of the existing flat rate. That would leave a flat rate for the collection component only and a tax rate for recycling and disposal. This may cause some confusion to taxpayers and would still result in non-residential taxpayers paying for garbage services. It is likely that the Region would take this approach as they are of the opinion that their portion of the existing flat rate is not a true user pay when directed just to households. Some of the components of the Region's costs relate to Region-wide services provided to all taxpayers. If the current flat rate system is eliminated, the cost for waste services for many residential taxpayers will decrease while the costs for non-residential taxpayers will increase. Preliminary estimates are as follows. For a residential property the approximate change on a tax rate basis for each $100,000 CVA increment would be about $70 (i.e. a residential property with CVA=$200,000 would pay garbage tax of$140). For commercial properties, the charge would be approximately $108 for every $100,000 in assessment. For industrial, the charge would be $164 per$100,000 CVA and for large industrial, $211 per$100,000 CVA. The Region is indicating that there would not be a significant impact to non-residential (particularly large industrial) due to the proposed tax policy changes currently before Regional Council and the reduction in the provincial industrial tax rate. However, commercial and multi-residential properties would not have this offsetting impact. In order to alleviate this, the Region has suggested a five-year phase-in to make the transition from a full flat rate system to a full tax on assessment system. Staff is recommending this as it allows for a gradual impact. The estimates indicated above are based on a full tax rate basis system applied to all property classes. Due to complications with respect to tax policy, it was recommended in the 2001 budget report that the flat rate may need to be addressed. This is primarily due to effects of the standardized tax bill format. As tax policy continues to evolve, it may have been necessary to discontinue the flat rate system in the future. REPORT NO.: FND-006-02 PAGE 6 It is acknowledged that, from a collection perspective, Clarington's portion of the flat rate is structured as a user pay system and promotes fairness in that, due to bag limits, etc., a residential taxpayer pays the same fee for the same service regardless of the assessed value of the home. However, it is an administratively difficult system to administer due to the complexity of identifying and tracking which properties should be charged for waste services. Council does have the option to continue the flat rate on the collection side but this is only feasible if Council chooses to opt out of the Regional contract. CLARINGTON'S OPTION TO OPERATE Council may chose to continue with the current program whereby Clarington is responsible for residential waste collection and the Region is responsible for the blue box, haulage and disposal. This is identified as Option 2 under Part "A" of the recommendations. If this is the direction Council wants to give Staff, Council must approve a resolution to withdraw from the process with the Region of Durham for Waste Management Services. Council then would authorize Staff to re-tender the waste collection contract consistent with our current responsibilities. Council should be aware that there might be increased costs for service if we do not enter into an agreement with the Region under the existing RFP. If Council wishes to increase the blue box program and implement a food waste program as previously discussed, the end result would be a higher residential garbage rate for Clarington residents. It is therefore the intent of Staff to request pricing for this additional service of a food waste program as a separate optional price. Should Council choose not to go to tender, Purchasing By-law#94-129, section 5, paragraph 5.06 would need to be waived. WASTE DIVERSION One of the objectives for the RFP for Integrated Waste by the Region was to streamline garbage and recycling programs in Clarington and the three Northern Municipalities to promote more waste diversion. 1306 REPORT NO.: FND-006-02 PAGE 7 It is recognized that the Region and all area Municipalities need to aggressively take action to increase waste diversion. Even though the timing was right for Clarington and the Region to partner with the RFP, regardless of what direction Council elects to choose, we need to progressively move forward with initiatives with the Region to achieve the target of 50% of waste diversion for landfill by 2007. Some of these initiatives may include: • Reduced residential garbage bag limit from four to three; • Bag tags for anything over three with a user pay fee system; • Yard waste placed in kraft paper bags; • Better education in our schools, industry sector; and • Establishment of a re-use centre. WHO DOES WHAT COMMITTEE REPORT As Council is aware, the Stage Two Report of the Who Does What Services Review has been presented for discussion at the Region and at the area Municipalities. This study addressed the business case of solid waste and the concept of a one tier Waste Management System. The business case results are not supported at this time by the Municipality due to the theoretical assumption made by the consultants with respect to cost savings in review of the one tier model. Clarington does support a one tier Waste Management model based on the economies of scale marketing, promotion, education and a standard core level of collection services. Unfortunately, two lakeside Municipalities have recently renewed their garbage and yard waste collection contract, which will expire in or about 2008. Two other Municipalities use their own municipal forces to actively provide their curbside collection. All area Municipalities must be ready to consistently reduce weekly garbage limits, initiate special programs and pilot projects to assist with the waste management strategy targets by 2007. 1307 REPORT NO.: FND-006-02 PAGE 8 SUMMARY This is a complex issue both from a garbage collection service perspective, as well as from the taxation perspective. Ultimately, several options have been presented for Council's consideration. Queries with respect to the waste services should be directed to the Director of Operations. The Director of Corporate Services has reviewed and concurs with the purchasing issues included in this report. It has been recognized that overall costs to the waste collection program will increase substantially by the introduction of increased levels of service. It is also recognized that we need to implement improvements during the next contract term to meet the waste diversion targets as set out by 2007. Attachment#1: Joint Works and Finance and Administration Committee Report 2002-J-10 Interested party to be advised of Council's decision: Regional Municipality of Durham Mr. Peter Watson 105 Consumers Drive Whitby, Ontario L1N 1C4 CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 T(905) 623-3379 F (905)623-0608 1AB io2to1AR11 pm 4.22,03 Attachment I THIS LETTER HAS BEEN • I FORWARDED TO EACH:"' AREA MUNICIPALITY" The Regional Municlpallty of Durham March 8, 2002 Clerk's Department Mrs. P.L. Barrie 605 ROSSLAND.ROAD E. Clerk P.O.BOX 623 WHITBY,ON L1N 6A3 Municipality of Clarington (905)668-7711 40 Temperance-Street- WW .cler 668-9963 Bowmanville. ON •L1C W www.clerks @region.durham.on.ca Pat M.Madill,A.M.C.T.,cMM i REPORT ON REQUEST FOR PROPOSAL.434-2001 FOR THE Regional Clerk CURBSIDE COLLECTION OF NON-HAZARDOUS- GARBAGE,ORGANICS AND RECYCLABLE WASTE FROM RESIDENCES AND BUSINESSES IN THE MUNICIPALITY OF CLARINGTON AND THE TOWNSHIPS OF UXBRIDGE,:SCUGOG 'AND BROCK 020024-10) (Our File: 023: 00) Mrs. Barrie, the Joint Finance and Administration and"Works Committees.of Regional Council'considered the-above matter and at a meeting held on March 6, 2002, the Council of the Regional "Municipality of Durham adopted the following recommendations"of.." the Committee,,as-amended: a) THAT subject to the approval of the Municipal .Councils of l.w> Ate,#.4 Clarington, Uxbridge, Scugog and'Brock: i) THAT the Region adopt a by-taw to assume waste collection responsibilities from the participating Area..'. •.<_ �`# �):. Municipalities,'as permitted under the Regional Municipalities Act, Section 150 (1); a"nd that none participating Area Municipalities be advised"that they. can.be exempt from the proposed Regional bylaw, as­.. permitted in Section 150 2 of the Regional Municipalities Act, ii) THAT the Region enter into a six-year-agreement commencing"September 1, 2002 with Miller Waste _. ......._. __. .-t Systems for the curbside collection of non-hazardous garbage, organics,.and. recyclable wastes in the Municipality of Clarington and the Townships of "SERVICE EXCELLENCE ...../2 for' ur; 41l 1t �INITY" 1309 Uxbridge, Scugog and Brock(as proposed'in Miller's,:­` document of response to RFP 434-2001 lnnoi ativ4 Proposal"No. 3 -'and the recommended'option it services as detailed on page eight of Report:k0024, 10, fora total annual.cost of$5,634,682;excluen0 taxes); iii) THAT the proposed Regional by-law exemptfg non participating municipalities provide that it cannot.be repealed'oramended except with the consentofthe" affected area municipality and unless a double :. majority of all the votes.on the Regional Council are'' cast in its favour.. b) THAT the costs of the above recommended'integrated waste collection,.haulage.and disposal contract be recovered: through.the-Regional Solid Waste Tax Levy of participating Area Municipalities; c) THAT the Regional Chair and Clerk be authorized to'execute -the above noted collection contract agreement;.and:."-., d)- . -THAT a copy of.Report#2002-J.-10 from-the Commissioners. of Works';and Finance,be forwarded to each of the-! participating Area Municipalities and members of the Region's Waste-Management-Advisory Committee for information. Based on the foregoing resolution would you please place.this. issue before.your Council In order to determine whether your- municipality wishes to be a participating or non-participating ... municipality as it relates to waste collection,responsibilities': Furthermore, for those municipalities who are not participating we would ask that you please provide your municipality's consent:to,be exempt from the by-law as provided for in Section 150(2) of the. Regional Municipalities Act. ..../3 1 SI 0 Enclosed, for your information;is,a copy of Report.#2442-Jff4t the 'Commissioner's of Works and Finance. P.M. Madill, A.M.C.T., CMM Regional,C113rk PMM%sc Encl. c: R.J. Clapp, Commissioner of Finance J.R. McCorkell, Commissioner of Works B.J. Roy, Regional Solicitor 13 -1 1 Y •' 2 The Regional Municipality of Durham Report to: The Joint Works and Finance and Administration Committee From: J.R.McCorkell, Commissioner of Works LW R.J. Clapp, Commissioner of Finance Report No.: 2002-J-10 Date: February 27, 2002 SUBJECT: Report on Request for Proposal (RFP) 434-2001 for the Curbside Collection of Non-hazardous Garbage, Organics, and Recyclable Waste from Residences and Businesses in the Municipality of Clarington and the Townships of Uxbridge, Scugog and Brock. RECOMMENDATIONS: That the Joint Works and Finance and Administration Committee recommend to Regional Council that: A. Subject to the approval of the Municipal Councils of Clarington, Uxbridge, Scugog, and Brock: i. The Region adopt a Bylaw to assume waste collection responsibilities from the participating Area Municipalities, as permitted under the Regional Municipalities Act, Section 150 (1), and that non-participating Area Municipalities be advised that they can be exempt from the proposed Regional Bylaw, as permitted in Section 150 (2) of the Regional Municipalities Act. ii. The Region enter into a six-year agreement commencing September 1, 2002 with Miller Waste Systems for the curbside collection of non-hazardous garbage, organics, and recyclable wastes in the Municipality of Clarington and the Townships of Uxbridge, Scugog and Brock (as proposed in Miller's document of response to RFP 434-2001 - Innovative Proposal No. 3 - and the recommended optional services as detailed on page eight of this Report, for a total annual cost of$5,634,682, excluding taxes); B. The costs of the above recommended integrated waste collection, haulage and disposal contract be recovered through the Regional Solid Waste Tax Levy of participating Area Municipalities; C. That the Regional Chair and Clerk be authorized to execute the above noted collection contract agreement. __ 1312 Report No.: 2002-J-10 Page No. 2 RECOMMENDATIONS.CONT'D: D. That a copy of this report be forwarded to each of the participating Area Municipalities and members of the Region's Waste Management Advisory Committee for information. REPORT: 1. ATTACHMENTS: The following are included with this report as attachments: 1. Letter dated June 28, 2001 from the Municipality of Clarington supporting the implementation of a curbside organics composting program, and work with the Region to develop an acceptable integrated solid waste collection system with cost recovery through the Regional Solid Waste Levy. 2. Letters dated July 17, 2001 and February 13, 2002, from the Township of Uxbridge, confirming the Township's support for a Regional RFP for an integrated collection system with cost recovered through the Regional Solid Waste Tax Levy and supporting in principle the award of a contract. 3. Letter dated July 23, 2001 from the Township of Scugog, supporting a Regional RFP for integrated waste collection with costs recovered through the Regional Solid Waste Tax Levy. 4. Letter dated July 30, 2001 from the Township of Brock supporting a Regional RFP for integrated waste collection. 5. RFP 434-2001 Summary Results (Table 1). 6. Preliminary Estimates of Solid Waste Tax Levy Impacts (Table 2). 2. BACKGROUND • On April 11, 2001, Regional Council adopted the following recommendations from the report of the Commissioner of Works and the Commissioner of Finance, "Review of the Solid Waste Management System Study and the 2001 Proposed Current and Capital Budget and Related Financing:" "That the Durham Works Department and Finance Department staff work with willing Area Municipalities to develop an acceptable integrated one tier solid waste collection system with uniform service delivery" and, 2 1313 Report No.: 2002-J-10 Page No. 3 2. BACKGROUND, CONT'D "That in order to assist the Region in attaining the 50%diversion target by 2007 or sooner, a curbside organics composting program be implemented in the Region of Durham through a partnership between the Region and interested Area Municipalities" • The Municipality of Clarington and the Townships of Uxbridge, Scugog and Brock each stated an interest in pursuing a partnership with the Region to develop an integrated waste collection service, including a curbside organics program. • There was an enhanced opportunity to implement an integrated collection service in these four municipalities since the Region's Blue Box collection contract, and the Area Municipal garbage and yard waste collection contracts of these four municipalities, were all set to expire in close proximity. • On July 4,2001,Regional Council adopted the following recommendations: "That, subject to the approval of the Townships of Uxbridge, Brock, and Scugog, the Region call for Request for Proposals for the integrated collection of waste in the Townships of Uxbridge, Brock, and Scugog for a period of six years starting on Monday, April 29, 2002" and, "That, subject to the approval of the Municipality of Clarington, the Region call for Request for Proposals for the integrated collection of waste in the Municipality of Clarington for a period of six years starting on Monday, April 29, 2002" • Working in partnership, the staff of the Region, Clarington, Brock, Uxbridge and Scugog developed a set. of specifications for a RFP, including opportunities for bidders to offer optional additional collection services, optional haulage and disposal services, and alternative/innovative proposals. The goal in developing the RFP was to foster standardized levels of service across the four municipalities, with enhanced opportunities for residents to increase waste diversion. • The RFP was made compatible with the Region's "Long Term Waste Management Strategy Plan: 2000 to 2020", which was fully supported by the Region's Waste Management Advisory Committee and adopted by Regional Council in December, 1999. • On August 29, 2001, the Region issued RFP 434-2001 for the curbside collection of non-hazardous garbage, organics, and recyclable waste from residences and small businesses in the Municipality of Clarington and the Townships of Uxbridge, Scugog, and Brock. The original closing date was September 25, 2001. ­1314 3 Report No.: 2002-J-10 Page-No. 4 2. BACKGROUND. CONT'D • Before the closing date, three contractors requested an extension to the closing date in order that they could properly prepare their submission. A second extension was also granted. The RFP officially closed on November 6, 2001. 3. RFP 434-2001 • RFP 434-2001 was designed to focus on: — increasing residential waste diversion through recycling; — increasing residential waste diversion through composting; — reducing the amount of garbage residue for disposal; and, — implementing an integrated waste system for the collection,processing and disposal of residential wastes. • The RFP identified the following service areas: — the combined Townships of Uxbridge, Scugog, and Brock; — the Municipality of Clarington; and, — the Townships of Uxbridge, Scugog, and Brock and the Municipality of Clarington combined. 3.1 Proposed Core Collection Services • The RFP identified the following proposed core collection services and requested pricing for: — Weekly garbage collection with a three bag limit; — Weekly source separated food waste collection (to be phased in); — Bi-weekly Blue Box recycling collection for cardboard, papers, mixed containers, including an expanded list of new materials (the new contract will include all plastic bottles, empty aerosol cans and empty paint cans, in addition to the current blue box program); — Two new Blue Boxes for all new curbside customers-to encourage recycling; — Brush, leaf and yard waste collection using kraft paper yard waste bags or open top rigid containers, and a three bundle limit for tied brush (8 times per year in the Townships and 24 times per year in Clarington); — Christmas tree collection (the second and third Mondays in January in the Townships and the second Monday in January in Clarington); — White goods collection(call in service in the Townships and weekly service in Clarington); — Apartment building waste collection in the Townships; — Twice weekly collection in designated business districts in the Townships; — Twice weekly street container collection. • These services are to be provided on a four day a week basis, Tuesdays to Fridays between 7:00 am and 4:00 pm. 1 . 15 4 , Report No.: 2002-J-10 Page No. 5 3.2 Proposed Optional Collection and Related Services The RFP identified a number of proposed optional collection services and requested pricing for: — Weekly Blue Box recycling collection; — Weekly or bi-weekly collection of polycoated and gable top containers; — Weekly or bi-weekly collection of polystyrene products; — Weekly or bi-weekly collection of plastic film; — Weekly or bi-weekly collection using single or multi-compartment cart(s); — Monthly call in bulky goods collection; — Special events collection services; — A local site office in Clarington; and, — Use of the Region's landfill site in Brock Township. 3.3 Proposed Optional Haulage and Disposal Services • The RFP identified a number of proposed optional haulage and disposal services and requested pricing for: — Garbage and bulky goods for disposal; — Food wastes for composting; — Christmas trees for composting; — Brush, leaf and yard wastes for composting; — Blue Box recyclables for sorting and baling only; and, — White goods for processing and re-use. . 4. RFP 434-2001 SUBMISSIONS • On November 6, 2001, the Region received submissions from the following: — BFI Canada Inc. — Canadian Waste Services — Miller Waste Systems • BFI Canada Inc. submitted proposals for core waste collection services only. Canadian Waste Services and Miller Waste Systems submitted proposals on core collection.services in addition to optional services for haulage and disposal. • All proposals were reviewed by the Region for compliance to the mandatory conditions contained in the RFP documents. All bids were satisfactory. • The time extensions to the closing date necessitated a delay in the anticipated start-date of the collection contract. The earliest revised start date is currently estimated to be September 1, 2002. This start-date is subject to Regional and local Area Municipal Council approvals being received in March 2002, and includes six months to plan revised collection routes, schedule education and promotion activities and arrange for the delivery of new collection trucks, etc. - 13165 Report No.: 2002-J-10 Page No. 6 4.1 Alternative and Innovative Service Proposals • In addition to basic RFP requirements, alternative service proposals or innovative proposals were solicited. The Region received three innovative proposals, all from Miller Waste Systems: Miller's Innovative Proposal No. 1: This proposal included the weekly collection of food waste, co-mingled Blue Box recyclables, and garbage using three compartment compactor trucks. Miller's Innovative Proposal No. 2: Proposal 2 included the collection of food waste and garbage in the first week, followed by food waste and co-mingled Blue Box recyclables in the second week using two compartment compactor trucks: Miller's Innovative Proposal No. 3: Miller's third proposal involved the weekly collection of food waste and garbage using two compartment compactor trucks, plus the biweekly collection of Blue Box recyclables using two compartment recycling trucks with Blue Box materials collected as co-mingled containers and co-mingled fibres. • The three innovative proposals from Miller Waste Systems were provided with the caveat that service prices are based on all four municipalities participating. 4.2 RFP 434-2001 Summary Results • Table 1, attached as Attachment No. 5, shows the RFP summary results for: — the lowest cost single bidder, excluding innovative proposals; — the lowest cost two bidders; — the lowest cost innovative bid; — the costs for the various optional services; and, — the recommended bid proposal. 5. RECOMMENDED BID PROPOSAL • It is recommended that the Region accept the lowest cost innovative bid, received from Miller Waste Systems as Innovative Proposal No. 3. This Proposal meets all RFP requirements and includes the collection of core waste materials, recycling processing, organics composting, and the haulage and disposal of all wastes collected. Including collection, processing, haulage and disposal, it is the lowest cost option. 1 . 17 � Report No.: 2002-J-10 Page No. 7 5. RECOMMENDED BID PROPOSAL CONT'D • The following is a description of the proposed Miller Innovative Proposal No. 3 submission: — Food waste and garbage are collected weekly in`two compartment compactor trucks; — Blue Box recyclables are collected once every two weeks in two compartment recycling trucks(one compartment for co-mingled containers and the other for co-mingled papers and cardboard); — All waste materials are delivered to Miller's waste facility in Pickering for further processing, except garbage from Brock Township, which is to be delivered to the Region's landfill site; — The garbage is hauled from Pickering and landfilled at the WMI Pinetree Acres landfill site in Michigan; — The food waste is hauled from Pickering and composted at the Miller Waste compost site in Richmond Hill; — Blue Box recyclables are sorted and baled in Pickering by Miller Waste for the Region to exclusively market and sell; _ — Brush, leaves, yard waste, and Christmas trees are hauled and composted by Ontario Disposal at a compost site in Oshawa or at the Miller Waste compost site in Richmond Hill; — White goods are processed at the Miller Waste site in Pickering. • The only difference between the requirements of the Region's basic RFP and the Miller Waste Innovative Proposal No. 3 is the method in which the Blue Box recyclables are collected. • The basic RFP required recyclables to be collected in three streams (cardboard, paper, and co-mingled containers). Innovative Proposal No. 3 collects recyclables in two streams (co-mingled fibres and co-mingled containers) with Miller Waste separating the Region's recyclables at their own waste facility in Pickering. The innovative proposal No. 3 collection component does not have the lowest cost, but the proposal offers savings on the recycling processing end, which more than offset higher collection costs, and contribute to an overall savings compared to other proposals. • The Region would continue to market and sell Blue Box materials. Depending on market conditions, these recyclables can have a value that historically has fluctuated between $1 million and $4 million per year. It is in the best interests of the Region to continue to market our own recyclables. 7 1318 Report No.: 2002-J-10 Page No: 8 5.1 Recommended Optional Services • The RFP contains a number of optional services and the following are recommended for inclusion in the award of this RFP: — Use of the Region's landfill site in Brock Township for Brock Township's garbage waste, to generate an annual savings of over$ 91,000; — Have one contractor collect waste materials and also haul it and compost, process,re-use or dispose of the waste materials collected; — Expand the Blue Box program to collect additional Blue Box recyclables above those materials proposed in the basic RFP (i.e., all plastic bottles, empty paint and aerosol cans) including other materials, where there is a demonstrated market and non-prohibitive collection and processing costs. The recommendation is to include polycoated and gable top containers'and aseptic containers for an additional gross cost of only $ 8,853 per year (from which recycling revenues would be deducted); — Forego the requirement for the collection contractor to maintain a local site office in Clarington saving$50,400 annually. 5.2 Recommended Bulky Goods Service • Uxbridge and Clarington currently provide their residents with a bulky goods service as part of their basic curbside garbage collection service. Depending on the amount, urgency and type of wastes, residents also have the option of paying a private waste collector to collect and dispose of these goods or using the Region's Waste Disposal Sites. • There are advantages from providing a separate curbside bulky goods collection and disposal service. Bulky goods are those types of materials that generally do not fit into a plastic garbage bag, such as sofas, carpets, plastic lawn furniture, mattresses, etc. • However, it could be argued that collecting bulky goods as part of regular garbage collection defeats the main purpose of having a limit on the number of garbage bags that will be picked up and disposed of by the municipality at municipal cost. In addition, including this service with the regular garbage service rather than implementing a user pay system may discourage alternative waste diversion options (recycling, reusing, donating) and increase the amount of waste unnecessarily going to landfill. 319 Report No.: 2002-J-10 Page No. 9 5.2 Recommended Bulky Goods Service, Cont'd • An alternative argument is that implementing a user pay system for bulky goods increases the risk of illegal dumping, especially in rural areas. Although this is a recognized potential risk in implementing any new diversion initiative which imposes limits or costs on residents, the risk is deemed to be small, as compared to the available benefits from increased diversion activities.' The public generally supports a user pay system as providing proper incentives, rewarding those who divert and imposing true costs on those who do not. • The Region and participating Area Municipalities are continuing their review of the option of implementing a user pay system for bulky goods pick-up in participating municipalities. There has also been some discussion as to whether white goods pick-up should also be user pay. The issue is not a contract issue,but a policy and cost recovery issue, and the price for bulky and white goods services will be included in overall waste service contract costs, regardless of the final decision on the matter. • It is important to note however, that calculations in attachments five and six assume that bulky goods services would be fully cost recovered through implementation of a user pay system. It is also assumed in the calculations that white goods pick-up would be included in core collection costs. • The user pay issue will be revisited in the 2002 Review of the Solid Waste Management System and the 2002 Proposed Current and Capital Budgets and Related Financing. 5.3 Optional Collection Services Not Currently Recommended • The following optional collection services are not recommended at this time: — The film plastics industry has advised not to include their materials in any recycling collection program since current markets,are unstable and there is no demand for the material; — The collection of polystyrene products and packaging was also considered premature as end markets are very limited and pricing unstable. There is just one vendor in Ontario and polystyrene loads must be scheduled 12 months in advance; — Moving to a weekly collection of recyclables is currently cost prohibitive and increasing the frequency of recyclables collection is not deemed necessary at this time. This option should, however, be revisited in the future, as the proportion of recyclables increases relative to the garbage stream; — Bidders on this RFP provided no options for a single or multi-compartment wheeled cart(s) collection system. - 1-320 9 Report No.: 2002-J-10 Page No. 10 6. REGIONAL MUNICIPALITIES ACT The Regional Municipalities Act includes the following relevant sections: 150 (l) A Regional Council may pass a by-law to assume any or all of the waste management powers for all of its area municipalities 150(2) A Regional Council may,with the consent of the council of an area municipality,by by-law exempt that area municipality from a by-law under subsection(1) but the consent is not required in respect of a repeal of the by-law." • The eight Area Municipalities are currently responsible for garbage, leaf and yard .waste collection services. The Region is responsible for the education and promotion of waste diversion programs, the transfer, haulage and disposal of garbage, the composting of leaf and yard waste, and the collection, processing and marketing of Blue Box recyclables. The Region currently operates a Recycling Centre, a rural landfill site, and four waste management facilities. • It is recommended that the Region pass a By-law to assume all Solid Waste Management responsibilities within the Region, as per Section 150 (1) of the Regional Municipalities Act. It is also recommended that, subject to the successful transfer of these responsibilities, the Region recover the costs of the integrated waste management service through the Regional Solid Waste Tax Levies of participating municipalities. • It is also recommended that the Region advise non-participating Area Municipalities that they can be exempt from the Bylaw transferring waste management powers to the Region, as per Section 150 (2) of the Regional Municipalities Act. 7. CONSULTATIONS WITH PARTICIPATING AREA MUNICIPALITIES • Regional staff have met on several occasions with senior staff from participating Area Municipalities to provide details of the RFP submissions, including financial impacts, and to obtain feedback. • In February 2002, the Region met with each of the Area Municipal Councils to review: — the integrated waste collection, haulage, and disposal RFP; — the increased level of waste collection services; — the overall costs of providing waste management services; — the results of the RFP financial review; and, — the recommended program. 1321 10 Report No.: 2002-J-10 Page No. I I 7. CONSULTATIONS WITH PARTICIPATING AREA MUNICIPALITIES. CONT'D • The Township of Uxbridge has indicated by Council resolution that it supports in principle the award of a contract to supply integrated waste collection in the Township of Uxbridge. 8. FINANCIAL SUMMARY AND ISSUES 8.1 Tax Levy Impacts • Finance Department staff, in cooperation with the Finance staff of Clarington, Uxbridge, Scugog and Brock, have completed a preliminary estimate of the full-year tax levy impacts of the proposed integrated waste service(see Attachment 6). • The analysis was based upon the 2001 Regional Waste Budget and 2001 Property Tax data. The 2002 Regional Solid Waste Management Budget is currently under review. Area Municipal staff provided local tax levy impacts. • The Regional Levy is currently based upon the calculation of a Region-wide Uniform Rate, which is currently set at $86 per tonne. This rate is used as a basis for recovering net Regional waste costs from the Area Municipalities and is levied for all municipal tonnes entering landfill sites, waste management facilities, recycling centres and composting facilities. • The analysis of Solid Waste Levy impacts from implementation of the proposed Integrated Waste Services Program separates the Regional budget components to ensure that only costs common to the eight municipalities are charged to all eight municipalities (e.g. 3Rs promotion and education, administration and landfill perpetual care). Waste Management Facility costs are also calculated separately and estimated for each Area Municipality based upon 2001 usage and fees. • It is assumed for the financial analysis that the cost components for collection, recycling processing, haulage and disposal, under the proposed new integrated waste services program, are fully recovered from Clarington, Uxbridge, Scugog and Brock. Collection costs are recovered on a dollar per stop basis while processing, haulage and disposal costs are recovered on a dollars per tonne basis, consistent with contractor pricing. The contract prices for these components are applicable to the full six-year contract, albeit with inflation and fuel cost adjustments. 132211 Report No.: 2002-J-10 Page No. 12 8.1 Tax Levy Impacts. Cont'd • In reviewing proposed integrated waste service costs and levy impacts due to RFP 434-2001, it is appropriate to consider normal cost increases anticipated from the requirement for new local collection contracts. These include cost increases that would be incurred regardless of whether an Area Municipality participated in the proposed integrated system or entered a new local contract on their own. The tax levy impacts herein are compared only to the 2001 Regional and local Solid Waste Tax Levy requirements. • Participating Area Municipalities anticipated varying degrees of cost increases compared to their existing collection contracts, which were awarded five to six years ago. Price increases were anticipated due to new market prices, increased operating costs to maintain collection truck fleets, changed tonnage projections, other inflationary pressures and/or the introduction of some or all of the proposed new collection services. • Proposals for new collection services also can increase the costs of collection, but can significantly increase diversion levels. • Each municipality that participates in the integrated contract would see increased diversion levels through the following new additional services: • Removal of food waste from the garbage stream; • Increased leaf and yard waste pick-up; • The addition of empty paint and aerosol cans, all plastic bottles and gable-top and polycoated containers to the Blue Box program. • As noted previously, the tax levy impacts forecast are preliminary, and can be affected by 2002 Budget and property tax changes. While no significant change is currently anticipated in the total value of the 2002 Budget, the preliminary analysis does not fully account for new Waste Management Facility fees implemented in July 2001. This effect will be positive since the fees move the Waste Management Facilities closer to full cost recovery. With full cost recovery, no costs would be recovered through the Regional Solid Waste Tax Levy. • The preliminary analysis of tax levy impacts also does not consider increasing volumes of recycled materials, which would be generated from the proposed expansion of the Blue Box program. Additional volumes of recyclable material will generate additional revenues to offset costs. • Recycling revenues, which are based upon market conditions beyond the Region's control, have and will continue to present forecasting risk year-to-year, due to the potential for significant material price fluctuations. 13 23 12 Report No.: 2002-J-10 Page No. 13 8.2 Other Financial Issues The Requirement for Participation by All Four Municipalities • Contract costs and estimated tax levy impacts in Attachments five and six include three bids, the lowest innovative bid (recommended), the lowest single bidder under the basic RFP and the lowest two-bidder option. It is important to note that the lowest innovative bid and the lowest single bidder option depend upon the combined participation of each of Clarington, Uxbridge, Scugog and Brock. • If, given local financial or other considerations or currently unforeseen impacts, any of the four participating Area Municipalities find the recommended integrated service unacceptable, or if Area Municipal participants feel it would be more beneficial to divide the contract between Clarington and the Northern municipalities, the next lowest acceptable bid becomes the lowest two bidder option. • Under the lowest two-bidder option, Canadian Waste Systems would be the contractor in Clarington and Miller Waste Systems would be the contractor for Uxbridge, Scugog and Brock. The two-bidder option, although providing the lowest cost integrated collection service, would add $52,426 overall to the basic RFP costs compared to the lowest innovative bid (due to higher cost recycling processing and disposal costs). Adding polycoated containers to the Blue Box, also adds another $29,313 to the total contract cost under the two bidder option, compared to the lowest innovative bid, although bulky goods collection costs under the two bidder option are $23,920 lower than the lowest innovative bid. • When all Regional Solid Waste net costs are considered, moving to the two-contractor option is estimated to increase the total levy impact in each of the four municipalities by between I% and 2%. • It is recognized that at the time of writing, the staff and local Councils of the four participating Area Municipalities continue their review of RFP 434-2001, including review of any implications from the transfer of local waste collection responsibilities and costs to the Region. The Transfer of Collection Costs to the Regional Tax Levy • It is recommended that, given the successful transfer of local collection responsibilities to the Region, the costs of the integrated waste system be fully recovered through the Regional Solid Waste Tax Levy, which will be charged to all assessed properties in the four municipalities. 1,324 13 Report No.: 2002-J-10 Page No. 14 8.2 Other Financial Issues, Cont'd RFP 332-2001: Receiving and Hauling of Non-Hazardous Residential Food, Garbage and Yard Wastes for Composting or Disposal • In December 2001 the Region of Durham issued RFP 332-2001 for the receiving and hauling of non-hazardous residential food, garbage and yard wastes for composting or disposal. This RFP is set to close March 7, 2002. • As noted in section 3.3, optional haulage and disposal services were also solicited under RFP 434-2001, with proposals received by both Miller Waste Systems and Canadian Waste Services to haul and dispose of food, garbage and yard wastes from Clarington,Uxbridge, Scugog and Brock. • The recommendation to accept the Miller Innovative No. 3 proposal means acceptance of pricing for each of the collection, processing, haulage and composting/disposal components of the contract. There is potential for RFP 332-2001 to generate different pricing for some of these services. However, Works Department staff deem this risk to be negligible, and anticipate options and pricing submitted under RFP 332-2001 to be comparable. Recycling Processing • RFP 434-2001 bids submitted by Miller Waste Systems, including the recommended Innovative Proposal No. 3, include the processing of Blue Box recycling materials from Clarington, Scugog, Uxbridge and Brock at Miller's facility in Pickering. Although the Region would continue to market and sell Blue Box materials collected, processing would, no longer occur at the Region's recycling facility. In 2001, Blue Box recyclables collected from these four municipalities accounted for 22% of the Region's total curbside Blue Box program, with Clarington's tonnage representing approximately 12.5%. • A recycling facility with growing volumes generally has falling per unit costs to the point at which it reaches optimal capacity. A recent study commissioned by the Works Department demonstrated that the Region could expand recycling operations at a cost comparable to the private sector. If the Region were to build a new recycling centre, it was estimated that the present value unit costs of the operation would fall by over 60%by year 10, due to increasing volumes and the pay-down of fixed costs. • Therefore, it is important to note that removing recycling processing volumes could impact the economics of the Region's current recycling processing operations as well as the timing of any future decision to expand recycling capacity. 1 : 25 14 Report No.: 2002-J-10 Page No. 15 8.2 Other Financial Issues Recycling Processing, Cont'd • Since the Region is less likely to build significant new recycling capacity in the shorter-term, perhaps for most of the six-year term of the proposed integrated collection contract, the impact of removing recycling volumes as proposed in RFP 434-2001 is likely to be negligible. Furthermore, although a detailed analysis has not been carried out, the shorter-term effect of diverting a portion of the recycling volumes from the Region's existing facility may have positive cost implications for the Region, since the existing recycling facility is operating relatively close to full capacity. • Recently the Works Department has commissioned studies to examine the means to ensure sufficient recycling capacity will be available to match the growing volume of recyclable materials that will be collected. The Region should continue to investigate its future processing options with financial/economic implications fully assessed. Options include the question of whether the Region should invest in a new recycling processing facility and determination of whether the-operation of that facility would be public, private, or determined through a competitive bidding process open to both sectors. 9. CONCLUSION • It is recommended that the Miller Waste System's Innovative Proposal No. 3 be accepted along with the recommended optional services as outlined in this report. Waste collection services will be standardized and more materials will be recycled and composted. The contractor is capable of undertaking the work. • If Regional Council approval is received and confirmed by the Area Municipalities, the Region and its contractor will prepare for the implementation of this new service effective September 1, 2002. This will include arranging new collection routes and developing an aggressive education and promotion program using the local news media. A new waste management information guidebook and calendar will be distributed to all households in the participating municipalities, and will be developed with input from Area Municipal staff. J26 Report No.: 2002-J-10 Page No. 16 9. CONCLUSION. CONT'D • Under the Miller Innovative Proposal 3, the cost of collecting all curbside residential wastes, composting food and yard waste materials,processing an enhanced number of blue box recyclables, and the hauling and disposing of wastes from the four participating Area Municipalities is approximately$5.6 million. IMcCorkell, 4:ng. R.J. C app, CA C missioner of Works Commissioner of Finance Recommended for presentation to Committee G.H. Cubitt, MSW Chief Administrative Officer 16 1327 M V L.QLI It11G11 V T(! f OyC 1 V 1 L JUL09'01 ArI 9: • ,MUNICIPALITY OF ' _ �ar�inaton • '""ONTARIO l.LarKll J lTtrr,t 1 v1Cly r Original ' To Copy 1 1 June 28, 2001 ATTEi�'; ,; To: J. ,Q,yyl cC pr .j/ ' I COPIES TO: C.C.: File ' Ms. P. Madill Regional Clerk e Apps Ad)on ^`_ Regional Municipality of Durham .r- - 605 Rossland Road DURHAM REGION Whitby, Ontario �CEIVED---- L 1 N 6A3 JUL 2 3 2001 Dear Ms. Madill: WORKS DEPT. Re: Clarington's Curbside Garbage Collection At a meeting held on June 25, 2001, the Council of the Municipality of Clarington passed the following resolution: "THAT Report WD-35-01 be received; THAT; in order to assist in attaining a 50% diversion target by 2007 or sooner, a curbside organics composting program be implemented in the Municipality of Clarington through a negotiated partnership with the Region of Durham; THAT the Public Works Department and Treasury Department staff work with the Region of Durham to develop an acceptable integrated solid waste collection system; THAT all costs associated with the integrated waste collection system be recovered through a Regional Solid Waste Levy; and 17 CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET - BOWMANVILLE • ONTARIO • LIC 3A6 • (90S) 623.3379 • FAX 623.4169 WFRAITF• www.municioalilv.clannoton.on.ca lerouorrle 1328 Attachment 11 Page 2 of 2 P. Madill -2- June 28, 200'1 THAT a copy of Report WD-35-01 and Council's decision on this matter be forwarded to the Region of Durham." Enclosed, as directed by Council, is a copy of Report No. WD-35-01. Yours ruly, ' Patti arse .M.C.I icipal erk Enc. cc: S. Vokes, Director of Public Works 13298 Attachment 12 Page 1 of 2 The Corporation of the Town Hall Tt,y O��* .� 51 Toronto Street South P.O. Box 190 O� Uxbridge, ON L91)1T1 Telephone (905) 852-9181 Facsimile (905) 852-9674 t -.,o Uxbr*e Web www toavn.wcbdc1gc.on.ca dkW In Vc Rcoonal Municipality of DurMn July 17, 2001 E DURHAM REGION t---" - ED 2001 Ms. Debi Bently =PIEszo: S Deputy Clerk T. Region of Durham 605 Rossland Road East Whitby, Ontario L1N 6A3 RE: Waste Action Plan for Future Regional Waste Management Contracts Township File: GR-314.4 Please accept this letter as confirmation that the Township of Uxbridge supports the Region's call for Requests for Proposals for an integrated collection of waste in the Township of Uxbridge, the costs of which shall go on the Regional levy. Yours truly >1� ?k Valter E. Taylor Township Clerk /nas cc: J.R. McCorkell, Commissioner of Works L--' Peter Watson, Manager, Waste Management 1330 Attachment 12 Page 2 of 2 The Corporation of the Town Hau 51 Toronto Street South Toww�p P.O.Box 190 Uxbridge. ON L9P M Of Telephone (905) 852-9181 Facsimile (905) 852-9674 Uxbridge web www.toaro.uxbricc.on.ca In Ik Rcgbnal Municipality of Dudne February 13, 2002 DURH MREGIO RECENED Peter Watson EE 8 1 $ 2002 Manager, Waste Management WORKS Region of Durham Works Department DEPT. 105 Consumers Drive Whitby, Ontario L1N oA3 RE: INTEGRATED WASTE SERVICES TOWNSHIP FILE: GR-314.4 Please be advised that the Council of the Township of Uxbridge at its regular meeting held on Monday, February 11`h, 2002 adopted the following recommendation: "THAT the Council of the Township of Uxbridge hereby supports in principle the awarding of a contract to supply integrated waste collection in the Township of Uxbridge." Yours truly Walter E. Taylor Township Clerk /nas 20 1331 Attacnment fs Page i or i TOWNSHIF OF SCUCOG 181 PERRY STREET Phone:905.985-7346 BOX 780, PORT PERRY Main Office Pau:905.985-9914 ONTARIO L91, I A7 Clerk's Office Fax:905.985.1931 as as 1OW"SNIPw SCUQft YVONNE de WIT , B.Math,MBA KIM COATES, X.M.C.T. Chief Administrative Officer Clerk July 23, 2001 Ms. Debi Bently ;OPiES TO: Deputy Clerk Region of Durham i 605 Rossland Road East •a.,�. . -� Whitby, Ontario L1 N 6A3 Dear Ms. Bently: Re: Waste Action Plan for Future Regional Waste Management Contracts Please accept this letter as confirmation that the Township of Scugog supports the Region's call for Requests for Proposals for an integrated collection of waste in the Township of Scugog, the costs of which shall go on the Regional levy. Yours truly, v nne de Wit, B.Math., MBA ief Administrative Officer ERECEIVED REGION cc: J. R. McCorkell, Commissioner of Works P. Watson, Manager, Waste Management 6 2001 AKS PT. 2I 1 � 3E �UlS ftiLAKE �J� Mamma f4 Page 1 of 1 lit THE CORPORATION OF THE TOWNSHIP OF BROCK IN THE REGIONAL MUNICIPALITY OF DURHAM 1 CAMERON ST. E., P.O. BOX 10, CANNINGTON, ONTARIO LOE 1 EO (705) 432-2355 July 30,2001 DURHAMR, RECENED AUC - 3 2001 W. Ms. Debi A. Bentley CMO,CMM III - tNORr Deputy Clerk DEPT. Region of Durham 605 Rossland Road East P.O. Box 623 Whitby,Ontario L 1 N 6A3 Dear Ms.Bentley: Re: Waste Action Plan for Future Regional Waste Management Contracts(#2001-WR-11) Your File: 02300 The Township of Brock supports the Region of Durham's call for Request for Proposals for the integrated collection of waste in the Township of Brock. Yours truly, THE TOWNSHIP OF BROCK George S. Graham,AMCT, CMC Clerk-Administrator GSG:ac cc: J.R. McCorkell, Commissioner of Works Peter Watson, Manager,Waste Management s/ P. Gillies, B.A.G. 33 22 Attachment 15 Page 1 of 1 Table 1: RFP 434.2001 Summary Results Lowest Lowest Lowest Proposal single bidder two bidders innovative bid contractor for the Townships Miller Waste Systems Miller Waste Systems Miller Waste Systems contractor for Clarington Miller Waste Systems Canadian Waste Systems Miller Waste Systems basic RFP: garbage&yard waste collection 2,545,853 2,360,931 2,523,005 recycling collection 1,045,368 1,107,935 899,304 haulage&disposal 2,104,655 2,259,789 2,253,920 approx.basic RFP costs $5,695,876 $5,728,655 $5,676,229 options: add polycoated containers 12,508 38,166 8,853 add polystyrene products 29,766 46,499 26,112 increase for weekly recycling 414,120 579,277 n/a add bulky goods 92,846 68,926 92,846 no Clarington office required -50,400 n/a -50,400 use single or muti cart systems no bid no bid no bid Recommended service: garbage&yard waste collection 2,523,005 recycling collection 899,304 haulage&disposal 2,253,920 sub-total 5,676,229 add polycoated containers 8,853 add bulky goods service 92,846 bulky goods user fees -92,846 no Clarington office required -50,400 Total gross RFP costs $5,634,682 23 334 REPORT#2002440 Attachment#6 Page 1 of 2 REPORT ON REQUEST FOR PROPOSAL 434-2001 FOR THE CURBSIDE COLLECTIONOF GARBAGE, ORGANICS, AND RECYCLABLE WASTE IN CLARINGTON, UXBRIDGE, SCUGOG AND BROCK TABLE 2: LOWEST COST BIDS: ESTIMATED FULL-YEAR PROPERTY TAX LEVY IMPACTS Lowest Lowest Single Lowest Innovative Bid Bidder Basic RFP Two-Bidder Recommended Option Clarin iton Impact ($) ($) ($) Local Levy decrease -939,506 -939,506 -939,506 w Regional Levy increase +1,329,016 +1,339,017 +1,366,830 Combined Local & Regional Levy +389,510 +399,511 +427,324 Combined % Increase 13% 14% 14% Uxbridge Impact Local Levy decrease -293,314 -293,314 -293,314 Regional Levy increase', +369,078 +371,934 +385,565 Combined Local & Regional Levy +75,764 +78,620 +92,251 Combined % Increase 9% 9% 11% Scaaoa Impact Local Levy decrease -462,000 -462,000 -462,000 Regional Levy increase +550,050 +554,505 +559,908 Combined Local & Regional Levy +88,050 +92,505 +97,908 Combined % Increase 6.7% 7.0% 7.4% NOTE: Preliminary estimates—based upon the 2001 Solid Waste Budget and 2001 Property Tax data 1 . REPORT#2002440 Attachment#6 Page 2 of 2 REPORT ON REQUEST FOR PROPOSAL 434-2001 FOR THE CURBSIDE COLLECTIONOF GARBAGE, ORGANICS, AND RECYCLABLE WASTE IN CLARINGTON, UXBRIDGE, SCUGOG AND BROCK TABLE 2: LOWEST COST BIDS: ESTIMATED FULL-YEAR PROPERTY TAX LEVY IMPACTS Lowest Lowest Single Lowest Innovative Bid Bidder Basic Two-Bidder RFP Option Brock Impact ($) ($) ($) Local Levy decrease -169,847 -169,847 -169,847 Regional Levy increase +300,832 +303,167 +313,435 Combined Local & Regional Levy +130,985 +133,320 +143,588 Combined % Increase 20% 20% 22% z� cJt NOTE: Preliminary estimates— based upon the 2001 Solid Waste Budget and 2001 Property Tax data