Administrative Report

                                          Date: April 18, 1997
                                          Dept. File No.: 4604-8
                                          C.C. File No.: 3758-1/1801-1

   TO:       Standing Committee of Council on Planning and Environment

   FROM:     General Manager of Engineering Services

   SUBJECT:  Award of Contract No. 9701: Processing and Marketing of
             Residential Recyclable Materials

   RECOMMENDATION

        THAT Council authorize acceptance of the bid from Browning-Ferris
        Industries Ltd. at an approximate minimum annual tender value of
        $7,380 (annualized net revenue to the City based on December 1996
        market prices) and an approximate upper annual tender value of
        $143,500 (annualized net revenue to the City based on December 1996
        market prices) to process and market the City s residential
        recyclable materials for a two-year term, with options for three
        one-year extensions by mutual agreement, subject to a contract
        satisfactory to the Director of Legal Services.

   COUNCIL POLICY

   The policy of Council is to award contracts for the purchase of
   equipment, supplies, and services that will give the best value to the
   City based on quality, service, and price.

   SUMMARY

   On February 10, 1997, three bids were submitted for the City's contract
   to process and market residential recyclable materials, which is a
   complicated tender that is based on fixed and variable unit prices. Two
   of three tenders - one submitted by Browning-Ferris Industries Ltd.
   (BFI) and the other submitted by International Paper Industries Ltd.
   (IPI) - were short-listed for further examination.  

   Further examination of both bids reveals that each bid has certain
   advantages and disadvantages over the other.  While the IPI bid is
   expected to provide the City with roughly $8,600 higher annual recycling
   revenues over the two-year term of the contract than the BFI bid, the
   BFI bid is operationally superior since BFI s proposed receiving
   facility is a more favorable site than IPI s.  Further, there is
   considerable risk that the IPI site may not be suitable for use under
   the processing and marketing contract. Therefore, since the IPI bid is
   expected to provide only marginally higher recycling revenues than the
   BFI bid, the IPI bid is not the preferred bid.

   Consequently, the BFI bid is the most favorable and least risky bid
   satisfying all the requirements of the tender documents and is
   recommended for award of the contract.

   PURPOSE

   The purpose of this report is to seek Council s authorization to award
   the above-noted contract to Browning-Ferris Industries Ltd. (hereinafter
   referred to as BFI).

   BACKGROUND

   The City currently collects recyclable materials through three recycling
   programs: the Blue Box program; the Apartment Recycling Pilot Program;
   and the Mini-Depot drop-off program.  These programs generate roughly
   16,100 tonnes of recyclable materials per year, which consist of the
   following recyclable material categories:  old newspapers (ONP); mixed
   paper products (MPP); and mixed containers (MCO).  The ONP category is
   further split into two different categories to allow the City to benefit
   from the higher revenues that are associated with the high quality ONP
   that is typically collected by City crews.  These two categories are:
   (1) No. 8 ONP (high-grade); and, (2) No. 6 ONP (common-grade).

   On January 1, 1997, the GVRD implemented a landfill disposal ban on all
   recyclable old corrugated cardboard (OCC), which affects both the
   residential and I,C&I (industrial, commercial, and institutional)
   sectors.  As a result of this disposal ban, the amount of OCC recovered
   by these sectors should increase significantly in the near future. 
   Hence, to accommodate the expected increase in OCC volumes, the City
   will be adding capacity to each of our six mini-depot sites by adding
   new, separated OCC containers.

   Although the City performs its own recycling collection services, we do
   not perform the processing and marketing services that are required to
   sell these materials on the open market.  Rather, the City contracts
   these services out to private industry through a "processing and
   marketing of residential recyclable materials" contract.  Under this
   contract, the contractor is required to provide the following basic
   services:

   1.   operate a receiving facility within City boundaries to receive,
        weigh, and grade recyclable materials; and, 

   2.   transfer the recyclable materials from the receiving facility to an
        approved processing and marketing facility such that the materials
        may be sold on the open market to be made into new products.

   Form of Tender

   The processing and marketing contract is a unit price contract
   ($/tonne), and monies due to either party (depending on bid prices and
   market conditions) under this contract are settled on a monthly basis.

   The tender is structured such that the unit prices of the four fibre
   materials - ONP No. 8, ONP No. 6, MPP, and OCC - are tied to published
   monthly market indicator values.  (The Newstech indicator is used for
   ONP and the Paper Recycler indicator is used for MPP and OCC.)  Each
   tenderer is required to submit a fixed market indicator adjuster value
   (either negative or positive) for each of ONP No.8, ONP No. 6, MPP, and
   OCC, which is added to the appropriate market indicator value in a given
   month to determine the actual monthly unit price for a particular fibre
   material.  As the market indicator values fluctuate on a month-to-month
   basis in response to changing market conditions, the actual unit prices
   of ONP No.8, ONP No. 6, MPP, and OCC will also fluctuate.  For example,
   if the Newstech indicator goes up in value from one month to the next,
   the calculated unit price of ONP would also rise.  Also, to reduce the
   City s exposure to the downside risk associated with falling market
   indicator values, each tenderer is required to submit a guaranteed fixed
   floor value for each of ONP No. 8, ONP No. 6, MPP, and OCC.  (Positive
   fixed floor bid prices represent absolute minimum revenue per tonne
   payable by the Contractor to the City, whereas negative fixed floor bid
   prices represent absolute maximum cost per tonne payable by the City to
   the Contractor.)  Therefore, if the calculated unit price (i.e., the
   market indicator value minus the fixed market indicator adjuster value)
   of a particular fibre category is less than its fixed floor value, then
   the fixed floor value will be used for that given month. 

   (To illustrate how the fixed floor value, fixed market indicator
   adjuster value, and market indicator value works under varying market
   conditions, three examples have been provided in the appendix.)

   Unlike the four fibre recyclable material categories, MCO is not tied to
   a market indicator value (principally because MCO is made up of a
   combination of dissimilar materials for which no published indicator
   value is available).  As a result, a fixed market indicator adjuster
   value is not required for MCO; rather, the unit price per tonne of MCO
   is fixed for the duration of the contract, regardless of market
   conditions.

   Finally, each tenderer is required to submit a fixed price per tonne for
   contaminated loads, which are loads of recyclable materials that contain
   excessive amounts of non-recyclable materials.  These contaminated loads
   are defined as  Mixed Loads  and account for roughly 2% of the City s
   annual tonnage of recyclable materials.

   Existing Processing and Marketing Contract

   The City s current processing and marketing contract with BFI began on
   May 1, 1995 and is set to expire on April 30, 1997.  Upon expiration,
   this contract will have generated recycling revenues of $1,760,000
   during its first year and approximately $890,000 during its second year. 
   This compares quite favorably to previous processing and marketing
   contracts, which all resulted in net costs to the City.  However,
   significant revenues of this nature are unlikely to be seen again in the
   near future, as the market prices of most recyclable materials have
   dropped substantially over the last eighteen months and are unlikely to
   reach the record highs that were achieved in 1995 during the two-year
   term of this contract.  These expectations are evident in the relatively
   conservative bid prices of the latest processing and marketing tenders,
   which are outlined below.

   BID EVALUATION

   Three tenders were submitted and opened on February 10, 1997 for the
   processing and marketing of residential recyclable materials and were
   evaluated based on the following two principal criteria:

        1.   the financial impact on the City s existing and future
             recycling programs; and,

        2.   the layout and design of the proposed recycling receiving
             facility.

   Financial Impact on the City s Recycling Programs

   The bid prices of each of the three submitted tenders are shown in Table
   A1 in the Appendix.

   Although each of the three bidders is fully qualified and capable of
   performing the work outlined in the tender documents, the bids submitted
   by both BFI and IPI are financially superior (i.e., they both provide
   the City with net revenues, rather than net costs as per the ETL bid). 
   Accordingly, the BFI and IPI bids were short-listed for further
   examination.

   Upon first glancing at the calculated annual tender values of Table A1,
   it appears that IPI s bid is financially superior to BFI s (since IPI s
   upper and lower annual tender values show higher net revenues to the
   City than the BFI bid).  But upon further examination of the bid prices,
   the following details become apparent:

   1.   The BFI and IPI bid prices for MPP, MCO, and OCC are reasonably
        similar; however, the BFI bid prices would result in a lower net
        annual cost to the City than the IPI bid prices (i.e., the BFI bid
        prices for MPP, MCO, and OCC would result in a net annual cost to
        the City of $237,940, whereas the IPI bid prices would result in a
        net annual cost to the City of $251,875).

   2.   The BFI fixed bid price for Mixed Loads is far superior to IPI s: 
        IPI would charge the City $60/tonne (i.e., their fixed bid price is
        - $60/tonne) and BFI would charge the City $20/tonne (i.e., their
        fixed bid price is - $20/tonne).  As the City s existing recycling
        programs generate roughly 350 tonnes of Mixed Loads per year
        (annual generation rates are shown in Table A1 in the Appendix),
        these price differences result in an extra annual cost of $14,000
        under the IPI bid.  
        Although Mixed Loads currently only account for 2% of the City s
        annual recyclable materials, they are likely to increase to 5% upon
        the expansion of the apartment recycling program (e.g., 2% of the
        existing annual tonnage of 16,100 plus roughly 10% of the future
        annual apartment recycling tonnage of 10,000 equals 1,350 tonnes of
        Mixed Loads per year, or 5%), since contamination levels are
        typically much higher for multi-family residences.  Under this
        scenario, the IPI bid would result in an extra annual Mixed Load
        cost of $54,000 versus the BFI bid.

   3.   The BFI and IPI bid prices for ONP are significantly different: the
        fixed floor values of IPI s bid are superior to BFI s, whereas the
        opposite is true for the adjuster values.  (IPI s fixed floor value
        bid price for ONP No. 8 is significantly higher than BFI s; in
        fact, it is nearly two times larger than BFI s and nearly three
        times larger than ETL s, as shown in Table A1 in the Appendix.)

        Further analysis of the above ONP bid prices reveals that the IPI
        bid would be more favorable to the City (i.e., they provide more
        revenue to the City) if the average monthly market price of ONP No.
        8 is below $90/tonne for the duration of the contract.  Conversely,
        the BFI bid would be more favorable to the City if the average
        monthly market price of ONP No. 8 is greater than $90/tonne.  (The
        current market price of ONP No. 8 is $83.50/tonne and is expected
        to drop to $60.50/tonne on May 1, 1997.)  Forecasting whether or
        not the average monthly market price of No. 8 ONP is expected to
        exceed $90/tonne for the duration of the contract is a difficult
        task, since recovered paper markets are influenced by several
        economic and psychological factors.  Therefore, Engineering
        Services sought the services of an industry analyst who has several
        years experience with analyzing and forecasting recovered
        wastepaper markets.  

        Engineering Services obtained reports from two independent
        consulting firms:

   (i)  Franklin Associates Ltd.; and,
   (ii) Resource Information Services Inc.


        Franklin Associates Ltd. provided very conservative estimates for
        future ONP prices.  They forecast the average market price of No. 8
        ONP to be $75/tonne in 1997 and $83/tonne in 1998.  On the other
        hand, Resource Information Services Inc. (RISI) believes that the
        ONP market will gain significant momentum through the next two
        years.  They forecast the average market price for No. 8 ONP to be
        $80/tonne in 1997 and $190/tonne in 1998.  Using (a) the Franklin
        and RISI No. 8 ONP market price forecasts, (b) the December, 1996
        market price for MPP (c) the actual floor and adjuster values as
        submitted by BFI and IPI and shown in Table 1, and (d) the
        estimated annual tonnage of each material (as shown in Table A1 of
        the Appendix), the estimated annual tender values of both bids are
        shown in the following table.  Also shown in Table 1 is the annual
        tender values of both bids using the actual April, 1997 Newstech
        price for No. 8 ONP of $83.50/tonne.
   Table 1

Tenderer          1997         1998        Total       Two-Year      Average
          Annual       Annual      Two-Year    Tender Value  Annual
          Tender       Tender      Tender      Difference    Tender
          Value        Value       Value                     Value
                                                             Difference
                     Using data supplied by Franklin Associates Ltd.

BFI          +$ 87,060    +$140,180   +$227,240          --           --

IPI          +$158,725    +$158,725   +$317,450   +$ 90,210     +$ 45,105
               Using data supplied by Resource Information Services Inc.

BFI          +$120,260    +$850,660   +$970,920          --           --

IPI          +$158,725    +$743,045   +$901,770   -$ 69,150     -$ 34,575

                 Using actual April, 1997 Newstech price for No. 8 ONP
BFI          +$143,500    +$143,500   +$287,000         --            --

IPI          +$158,725    +$158,725   +$317,450   +$ 30,450     +$ 15,225
NOTE:  The superior tender values are shown in bold and italics in the
above table.

   Unfortunately, this data produces conflicting results: (a) the
   Franklin data produces a financially favorable IPI bid; (b) the
   RISI data produces a financially favorable BFI bid; and (c)
   existing price data produces a financially favorable IPI bid. 
   Hence, these results suggest that using market price projections
   to evaluate the bids does not produce convincing conclusions. 
   However, assuming that each of the above three scenarios have
   equal probability of occurring (i.e., each has a 33.3% chance of
   occurring), Engineering Services expects that the IPI bid will
   provide the City with roughly $8,600 more annual recycling
   revenues than the BFI bid.

   In conclusion, the two bids have their financial strengths and
   weaknesses and, as a result, neither is financially superior over
   the other.  Notwithstanding, the IPI bid is expected to provide
   the City with marginally higher recycling revenues.

   Layout and Design of Proposed Receiving Facility

   As the success of the processing and marketing contract is
   largely attributed to the proper layout and design of the
   receiving facility, each bidder s proposed receiving facility was
   fully evaluated.

   BFI s Receiving Facility
   BFI s proposed receiving facility   which is currently being used
   exclusively by the City under the current processing and
   marketing contract    is a large, open site that clearly meets
   all the conditions and requirements of the contract documents.  

   On April 4, 1997, the City Planning Department granted BFI a
   two-year development permit extension for this site.  Hence, the
   BFI site would be fully operational by the May 1, 1997
   commencement of the contract.                                 - 2 -

   IPI s Receiving Facility
   Unlike BFI s receiving facility, IPI s proposed receiving
   facility has never before been used by the City; consequently,
   this site required extensive examination.  

   To fully evaluate the IPI site, the City performed a five-day
   pilot study at the site by diverting our recycling trucks from
   the existing BFI contract.  This study allowed us to test the
   design and layout of the IPI site to ensure that the conditions
   and requirements of the contract documents would be fully
   satisfied.  By the end of the pilot study, several concerns were
   identified, as follows:  

   1.  The site is extremely narrow and, as a result, our trucks
       often had difficulty maneuvering around the site.  (This
       problem became notably worse during busy periods when, for
       example, more than ten trucks arrived at the site at the same
       time.)  

   2.  The site is not operated for the exclusive use by the City. 
       That is, the site is open to other recycling trucks, which
       had the occasional effect of restricting our recycling trucks
       from entering, off-loading, and exiting the site in a fast,
       efficient manner.  (This problem could become worse if
       apartment recycling is fully expanded and utilizes this
       contract for processing and marketing, since the number of
       recycling trucks using the receiving facility would increase
       from twenty to roughly thirty-five).

   3.  Due to excessive noise levels that emanated from the IPI site
       during the pilot study and complaints from adjacent neighbors
       about noise generated from IPI's usual operating conditions,
       the Planning Department is imposing new conditions on the
       site that significantly limit the site s suitability for the
       processing and marketing contract.  This is described in more
       detail below.

       The noise levels that were generated at the IPI site during
       the pilot study were notably loud.  Consequently, Engineering
       Services obtained the services of the Environmental Health
       Division (EHD) of the Vancouver Health Board to perform a
       noise compliance study to determine whether or not the Noise
       Bylaw was being violated.  The results of the EHD study
       indicated that, under the current operating conditions of the
       site, the noise levels that were being generated during the
       pilot study were exceeding the maximum permissible levels as
       governed by the Noise Bylaw.  In fact, the EHD determined
       that, during the pilot study, certain  continuous  noise
       levels (e.g., the backup beepers of the City recycling
       trucks) exceeded the Noise Bylaw by more than 5%, while
       certain  non-continuous  noise levels (e.g., the dumping of
       mixed containers) exceeded the Noise Bylaw by as much as 25%. 
       Accordingly, the EHD noted that if IPI was awarded the
       contract, the noise levels that would be generated at this
       site would likely exceed the sound limits of the Noise Bylaw. 
       As a result, the EHD recommended to both the Planning
       Department and Engineering Services that the north exit gate
       to the site remain permanently closed to reduce the noise
       levels at those surrounding properties that are most
       affected.  However, this recommendation makes the IPI site
       far less attractive, since the pilot study showed that
       separate entrance and exit gates at this site allow the most
       efficient flow of traffic into and out of the site. 
       Otherwise, the site becomes far too restricted.

       In response to the EHD s recommendations, IPI submitted two
       acoustical engineering reports to the Planning Department
       (who in turn submitted the report to the EHD for comments) to
       address the noise concerns at this site.  Upon reviewing
       these reports, the EHD concludes that the recommended noise
       mitigation measures outlined in the acoustical engineering
       reports could likely achieve the desired results, but the
       north exit gate should remain closed to further reduce noise
       levels.  As a result of the EHD s conclusions, the Planning
       Department will be imposing the following conditions on an
       existing IPI temporary development permit, regardless of
       whether or not IPI is awarded the processing and marketing
       contract:

         (i)     The gate that is located at the north-west corner
                 of the lot must be removed and replaced with a
                 permanent, sound proof fence.  This fence will act
                 as a barrier to noise and would restrict any
                 vehicles from using the lane that exits at the
                 existing gate location.

         (ii)    Noise mitigation measures will be required such
                 that all continuous noise levels do not exceed the
                 70 dBA and all non-continuous noise levels do not
                 exceed 75 dBA (as per the City Noise Bylaw).  The
                 scalehouse development permit will be granted on a
                 six month temporary basis, at which time the
                 Planning Department will reassess whether or not
                 the above noise levels have been complied with.

       These two new development permit conditions pose significant
       risk to the City's recycling operation if IPI is awarded the
       processing and marketing contract, since the noise mitigation
       measures outlined in the acoustical engineering reports are
       not guaranteed to be successful.  If the noise levels are
       excessive, the Planning Department may determine six months
       into the contract that IPI s receiving facility is no longer
       permitable for use.  Consequently, the City would have to
       find an alternative, interim receiving facility until a new
       processing and marketing contract could be tendered, which
       could potentially result in significant extra costs to the
       City.  Although a $250,000 performance bond will form part of
       this contract, it should not be considered to eliminate the
       above-noted risk.

       The EHD performed a similar noise compliance study at the BFI
       site.  The results of this study indicate that the noise
       levels generated at the BFI site are within acceptable
       levels.  Although the operations at the IPI site would be
       similar to those at the BFI site, the sound levels that are
       generated at the IPI site are significantly different due to
       the site s particular location   the IPI site is located
       directly beneath the Oak Street bridge, which tends to
       amplify the sounds that emanate from the operations below.

   In conclusion, due to the three concerns discussed above, IPI s
   proposed receiving facility is far less attractive than BFI s.

   IMPACT OF BOTTLE DEPOSIT LEGISLATION ON RECYCLING OPERATIONS

   On April 7, 1997, the Provincial Government released news that
   the Province's 27-year-old deposit/refund system for beverage
   containers will be expanded in April 1998 to include all
   ready-to-drink beverages with the exception of milk and milk
   substitutes.  Currently, only beer, cider, coolers, and some soft
   drink beverage containers carry deposits.  However, under the
   expanded system, beverages that will carry a deposit in 1998
   include bottled water, all carbonated and non-carbonated drinks,
   ice teas, wine, spirits, thirst quenchers, fruit and vegetable
   juices.  The expanded system will involve a shift from a
   primarily retail-based collection system to a permanent
   province-wide depot system and will include a number of
   collection methods, such as reverse-vending machines and mobile
   collection depots.

   Since many of the existing non-deposit beverage containers are
   currently accepted and collected in the City's recycling
   programs, an expanded deposit/refund system could ultimately
   result in less tonnage and volume of recyclable material to be
   collected by the City, which could potentially result in lower
   recycling costs (since containers are typically the most
   expensive material to process and market).  However, this result
   would only be achieved if the proposed province-wide depot system
   is implemented in such a way that would make returning the
   beverage containers very convenient for generators.  Conversely,
   if the depots are not convenient, then the opposite effect could
   occur.  The processing and marketing tender documents noted that
   the bottle deposit legislation was likely to change and, as a
   result, the mixed container tonnages would also likely change. 
   As both BFI and IPI had similar bids for mixed containers (MCO),
   the expanded bottle deposit legislation is not a factor in
   determining the preferred bid.  

   CONCLUSIONS

   Bid No. 1, the tender submitted by BFI, is the most favorable and
   least risky bid satisfying all the requirements of the tender
   documents and, thus, is recommended for award at an approximate
   lower annual tender value of $7,380 (annualized net revenue to
   the City based on December 1996 market prices) and an approximate
   upper annual tender value of $143,500 (annualized net revenue to
   the City based on December 1996 market prices).

                           *   *   *   *   *
   The three examples that follow are based on the following
   assumptions of bid prices and initial market conditions:  

     (a) fixed floor bid price for No. 8 ONP =  + $50/tonne

     (b) fixed market indicator adjuster bid price for No. 8 ONP =
         - $20/tonne

     (c) Newstech market indicator as for the month of April, 1997
         = + $83.50/tonne

   Example 1:    Assume market conditions remain unchanged and the
                 Newstech value holds constant at $83.50/tonne for
                 the month of May, 1997.  Under this condition, the
                 actual contract price for No. 8 ONP for the month
                 of May, 1997 would be the greater of:

                 (i)  the fixed floor value = $50/tonne; or,

                 (ii) the Newstech value plus the fixed market
                      indicator adjuster value ($83.50/tonne +       
                      (- $20/tonne)) = $63.50/tonne.

   Thus, the actual contract price for No. 8 ONP for the month of
   May, 1997 would be $63.50/tonne (net revenue to the City).

   Example 2: Assume market conditions improve and the Newstech
   value rises to $100.00/tonne for the month of May, 1997.  Under
   this condition, the actual contract price for No. 8 ONP for the
   month of May, 1997 would be the greater of:

                 (i)  the fixed floor value = $50/tonne; or,

                 (ii) the Newstech value plus the fixed market
                      indicator adjuster value ($100.00/tonne +      
                      (- $20/tonne)) = $80.00/tonne.

   Thus, the actual contract price for No. 8 ONP for the month of
   May, 1997 would be $80.00/tonne (net revenue to the City).

   Example 3:    Assume market conditions worsen and the Newstech
                 value drops to $40/tonne for the month of May,
                 1997.  Under this condition, the actual contract
                 price for No. 8 ONP for the month of May, 1997
                 would be the greater of:

                 (i)  the fixed floor value = $50/tonne; or,

                 (ii) the Newstech value plus the fixed market
                      indicator adjuster value ($40.00/tonne +       
                      (- $20/tonne)) = $20.00/tonne.


   Thus, the actual contract price for No. 8 ONP for the month of
   May, 1997 would be $50.00/tonne (net revenue to the City).  Note
   that the contract price cannot fall below the fixed floor value.

   In the following table, the actual bid prices are shown in
   columns "C" and "D", and the calculated tender values are shown
   in columns "E", "F", and "G".  Also, a "+" sign indicates net
   revenue to the City, whereas a "-" sign indicates a net cost to
   the City.

   The upper annual tender values in column "G" of Table 1 are based
   on actual recyclable material market prices that were paid to
   processors during December, 1996.  As these prices are expected
   to fluctuate on a monthly basis, the actual annual tender values
   are expected to be either higher or lower than those noted above;
   however, they will not fall below their respective lower annual
   tender values in column "F" (assuming that the material tonnes
   per year in column "A" do not fluctuate).