|
|
|
|
|
|
|
|
|
|
TO: |
Mayor and Members of Council |
|
|
|
|
FROM: |
Andy Taylor, Commissioner of Corporate Services Barb Cribbett, Treasurer |
|
|
|
|
PREPARED BY: |
Claire Graham, Senior Buyer |
|
|
|
|
DATE OF MEETING: |
|
|
|
|
|
SUBJECT: |
Staff Awarded Contracts for the
period from |
|
|
|
RECOMMENDATION:
THAT
the report entitled “Staff Awarded Contracts for the period from
PURPOSE:
To inform Council of contracts awarded by staff for the period from June 1 to August 31, 2004 as per Purchasing By-Law 143-2000.
EXECUTIVE SUMMARY:
Council at its meeting of
BACKGROUND:
During
the period from
Table “A”
Qty. |
Award Details |
3 |
Single
sourced vendors |
1 |
Sole
vendor |
9 |
Lowest
priced vendors |
13 |
TOTAL |
SUMMARY OF CONTRACTS AWARDED
$50,000.00 - $350,000.00
1. 184-S-03
·
In June, the Chief Administrative Officer approved the tendering
process be waived in accordance with Purchasing By-Law 143-2000, Section 14 (1)
which states “When any of the following conditions apply, the Treasurer or
designate and the Manager of Purchasing may, in consultation with the
appropriate Director, negotiate a Contract for the supply of goods and
services, which shall be submitted to the Chief Administrator Office for final
approval:
(c)
where it is in the pubic interest not to solicit a
competitive bid.
· The Butler Group Consultants Inc. was hired in the early 1990’s for the Langstaff studies with the principal of the firm, David Butler as the Project Manager. Consequently, he is familiar with the background history, transportation issues, servicing constraints and land use trends in the area. It has been confirmed that David Butler will be the Project Manager for this 2004 project. Staff conclude that cost savings can be achieved in the potential reduction of contracted hours to be charged to this project by awarding this contract to The Butler Group Consultants Inc. In addition, The Butler Group has a proven track record with the Town in terms of pricing, quality and services and their hourly rates are consistent with those of other planning consulting firms currently contracted by the Town.
Budget Available 2004 |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$187,400.00 $ 20,000.00 $207,400.00 |
$15,263.00 $19,427.00 $34,690.00 |
$ 0.00 $ 573.00 $ 573.00 |
79 5399 135 80 5399 4812 005 |
Langstaff Study
|
2. 135-S-04 Civic
Centre Roof Replacement,
Phase 4
·
In
August, the Chief Administrative Officer approved the tendering process be
waived in accordance with Purchasing By-Law 143-2000, Section 14 (1) which
states “When any of the following conditions apply, the Treasurer or designate
and the Manager of Purchasing may, in consultation with the appropriate
Director, negotiate a Contract for the supply of goods and services which shall
be submitted to the Chief Administrator Office for final approval:
(c) When
the extension of an existing contract would prove more cost-effective or
beneficial;
Budget Available 2004 |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$
362,100 $
657,800 $1,019,900 |
$47,150.64
$22,596.36 $69,747.00 |
$ 0.00 $635,203.64 $635,203.64 |
56-5350-4703-005 56-6150-6156-005 |
Civic Centre – Roofing Replacement Phase 2 Civic Centre – Annual Program |
3. 149-S-04
Contract Award for Civic Centre Masonry Repair – Phase 2
(c)
When the extension of an existing contract would prove more
cost-effective or beneficial;
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$657,800.00 |
$238,288.00 |
$396,915.64 |
56-6150-6156-005 |
Civic Centre-Annual Program
|
4. 083-R-04 Supply,
Delivery and Installation of
§
In July, the Commissioner of Development
Services approved the award for RFP 083-R-04 for Supply, Delivery and
Installation of Mobile Filing System to the highest ranked and lowest priced
bidder, TAB in the total amount of $50,073.84 exclusive of GST incl. of 8% PST.
§
Funds for this
project will be provided from the Development Services 2004 Capital Account 84
6150 6285 005 (Movable File Storage Systems for Building Dept. Property Files).
§
The balance of
funds in the amount of $11,326.16 will be reserved for contingency should floor
reinforcement be required and if surplus is available, applied to the cost of
the document digitization pilot.
Contractor
|
Total Contract Cost (excl. GST incl. of 8% PST) |
TAB |
$50,073.84 |
Holmes
& Brakel |
$52,892.35 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$ 61,400.00 |
$ 50,073.84 |
$11,326.16 |
84 6150 6285 005 |
Movable File Storage Systems for
Building Dept Property Files |
5. 119-T-04 Refrigeration Upgrades for
Milliken Mills and
The
original tender submitted by Cimco was significantly
over budget and Cimco was requested to submit revised
pricing based on deletion of one item from Part A, Crosby Arena and 4 items
from Part B, Milliken Mills Aren a as illustrated in
Table A.
TABLE A |
Revised Pricing, Exclusive of GST |
Part A
– |
$
26,735.00 |
Part B
– Milliken Mills |
$98,628.00 |
TOTAL |
$125,363.00 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$
36,500 $
85,000 $125,500 |
$26,735 $98,628 $125,363
TOTAL |
$
9,765 ($ 13,628) ( $ 3,863) |
70
6150 6037 005 70 6150 6048 005 |
Crosby 2 Dehumidifiers
Install Brine Heater
|
6. 088-T-04 Supply
and Installation of Library Shelving at Angus Glen Community Centre Library
Contractor
|
Total Price (excl. of GST incl. of 8% PST) |
Carr McLean Limited |
$161,460.00 |
Mayhew & Associates |
$239,156.28 |
A & D Enterprises |
$341,197.53 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$717,352.00 |
$161,460.00 |
$ 555,892.00 |
63-5350-4920-005 |
Furniture & Equip Library |
7. 071-T-04 Installation of Water Sampling Stations
·
In
June, the Chief Administrative Officer approved the award for tender
071-T-04 Installation of Water Sampling Stations to the lowest priced
acceptable bidder, Compass Sewer & Watermain in
the total amount of $214,200.00 exclusive of GST.
Contractor |
Total Contract
Cost (excluding GST) |
Compass
Sewer and Watermain Ltd. |
$214,200.00 |
FTD
Construction Ltd. |
$325,000.00 |
Fer-Pal |
$386,400.00 |
RabCon |
$476,500.00 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$326,539.00 |
$214,200.00 (Award Amt) $ 30,000.00 (Contingency) $244,200.00 |
$ 58,352.99 |
53 6150 4889 005 |
Water System Upgrades |
8. 095-T-04 Construction
of Woodbine
Company |
Bid (inclusive of testing allowance and exclusive of GST) |
Griffith Property Services Ltd. |
$81,184.75 |
|
$83,150.96 |
Pine Valley Enterprises Inc. |
$89,344.75 |
MTM Landscaping & Snowplowing Inc. |
$91,914.75 |
Mopal Construction
Ltd. |
$95,760.75 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$95,000 |
$80,624.00 $ 560.75 Testing Allowance $
81,184.75 |
$ 2,905.25 |
81 5350 5202 005 |
Woodbine
|
9. 076-T-04
Installation of Street Name Signs
Contractor
|
Total Price (Excl. of GST) |
Two Year Contract Award
(Excl. of GST) |
|
$ 44,400.00 |
$ 88,800.00 |
D
& S Signs |
$ 48,800.00 |
$ 97,600.00 |
VTA |
$111,000.00 |
$222,000.00 |
Guild |
$185,807.00 |
$371,614.00 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$ 97,476.00 |
$ 22,390.68
|
$ 44,400.00 |
$
30,685.32 |
700 505 5399 |
Other Contracted Services
|
10.
Contractor
|
Total (Exclusive of
GST) |
Court
Contracting |
$128,200.00 |
Alpeza General Contracting Inc. |
$174,390.00 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$123,700
$
22,000 $145,700 |
$128,200 |
$ 17,500 |
59 6150 6182 005 |
Court
Resurfacing
To
invoice Boxwood Tennis Club
|
11. 126-T-04 for Supply and Delivery of SEVEN (7) Vehicles
Item |
Supplier |
Description |
Qty. |
Tender amount |
1 |
Alex Irvine Limited, lowest priced
bidder |
2005 Full Size Pickup Truck Complete With Snow
Plow |
1 |
$
28,742.00 |
2 |
Maciver Dodge Limited, lowest priced bidder |
2005 Seven Passenger Compact Window Van |
3 |
$
64,518.00 |
3 |
Maciver Dodge Limited, lowest priced bidder |
2005 4 Door Midsize Car |
1 |
$
18,546.00 |
4 |
Alex
Irvine Limited, second lowest priced bidder |
2005 Full Size Pickup Truck 4 x 2 Drive Regular
Cab |
1 |
$
26,916.00 |
5 |
Alex
Irvine Limited, third lowest priced bidder |
2005 Full Size Extended Cab Pickup Truck |
1 |
$
28,353.00 |
|
Total exclusive of GST and PST |
|
|
$167,075.00 |
Item |
Description |
Qty. |
Alex Irvine |
Giles Chev. Olds. |
Markville Chevrolet |
Team Chrysler |
Maciver Dodge |
Unionville
Motors |
1 |
2005 Full Size Pickup Truck Complete With Snow Plow, 4 x 4
Drive, 8 Cylinder Automatic |
1 |
$28,742.00 |
$29,079.00 |
$29,134.56 |
$32,052.40 |
$33,687.00 |
$29,220.00 |
2 |
2005 Seven Passenger Compact Window Van |
3 |
$71,574.00 |
$75,165.00 |
$73,645.44 |
$65,517.00 |
$64,518.00 |
$79,194.00 |
3 |
2005 4 Door Midsize Car, 4 x 2 Drive 6 Cylinders, Automatic |
1 |
No Bid |
$22,180.00 |
$22,124.78 |
$18,581.00 |
$18,546.00 |
$21,031.00 |
4 |
2005 Full Size Pickup Truck 4 x 2 Drive Regular Cab 8 cylinder,
Automatic |
1 |
$26,916.00 |
$27,337.00 |
$27,248.86 |
$25,932.40 |
$28,932.00 |
$27,623.00 |
5 |
2005 Full Size Extended Cab Pickup Truck, 4 x 2 Drive, 6
Cylinder, Automatic |
1 |
$28,353.00 |
$28,725.00 |
$28,491.28 |
$24,242.00 |
$27,984.00 |
$28,660.00 |
The bids from the lowest priced bidder for Item 4 (Team Chrysler) and the lowest and second lowest bidders for Item 5 (Team Chrysler & Maciver Dodge) did not meet specifications.
The evaluation criteria for this tender were based on pricing and compliance with specifications. The recommended bidders, Alex Irvine Limited and Maciver Dodge Limited, meet these criteria.
The bid from the lowest priced bidder, Team Chrysler’s bid for Item 4 does not meet specifications in the areas of wheelbase, cab to axle, power windows, locks, mirrors, seat, tire size and payload.
The bid from the lowest priced bidder, Team Chrysler and second lowest priced bidder, Maciver Dodge Limited, do not meet specifications for Item 5 in the areas of wheelbase, passenger air bag, seat, payload, cab style and tire size.
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST, inclusive of PST |
Budget Remaining |
GL Number |
GL
Name |
$2,106,000 $1,150,500 $ 25,300 $3,281,800 |
$ 100,720.80 $ 59,690.52 $ 20,029.68 $ 180,441.00 |
$1,164,485.46 $1,065,537.48 $ 5,270.32 $2,235,293.26 |
56 6150 5000 005 57 6150 6172 005 45 5350 6304 005 |
Corp.Fl.
Replace. Program
Corp.Fl.
Replace. Program
Vehicle
for New Senior By-law Enforcement Officer
|
12. 140-T-04
Contract Award for Ceiling Tile Replacement, Thornhill
& Milliken Mills Community Centre
· In August the Chief
Administrative Office approved the award of tender 140-T-04 for the Ceiling,
Tile Replacement at Thornhill & Milliken Mills
Community Centres be split and awarded to the lowest priced acceptable bidders, Inter-All
Ltd. for Thornhill Community Centre (TCC) in their
tender amount of $39,500
exclusive of GST and to Alpeza General Contracting
for Milliken Mills Community Centre
(MMCC) in their tender amount of $10,000
exclusive of GST;
· Upon final
payment of all invoices, the balance of funds in the amount of $21,100 in
account # 70 6150 6087 005 and $13,600 in account # 70 6150 6053 005 will
be
returned to their original funding sources and both accounts will be closed.
· DETAILED PRICING
INFORMATION
Description |
Inter-All |
Dontex |
Alpeza |
Silver |
Ruscro |
Part
A - Thornhill
Community Centre |
$39,500.00 |
$52,300.00 |
$59,000.00 |
$48,415.50 |
$62,000.00 |
Part
B - Millliken Mills Community Centre |
$15,000.00 |
$16,200.00 |
$10,000.00 |
$21,404.25 |
$22,500.00 |
Subtotal
Part A & B Exclusive of GST |
$54,500.00 |
$68,500.00 |
$69,000.00 |
$69,819.75 |
$84,500.00 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$60,000.00 |
$39,500.00 |
$21,100.00 |
70 6150 6087 005 |
Thornhill Hall Ceiling Replacement
|
|
$23,600.00 |
$10,000.00 |
$13,600.00 |
70 6150 6053 005 |
MMCC Replace Drop Ceiling in Banquet Halls
|
13. 141-T-04
Contract Award for Acoustical Wall Divider, Thornhill
Community Centre
· In August the Chief
Administrative Officer approved the award of tender 141-T-04 Acoustical Wall Divider at Thornhill
Community Centre to the lowest priced acceptable bidder, Dontex Construction Limited in their tender amount of $85,500 exclusive of GST;
· Funds are provided for in the Recreation
Department’s 2004 Capital Budget account # 70 6150 6088 005 Thornhill
Hall Folding Doors in the amount of $98,800;
· Upon payment of all
invoices, the balance of $13,300 be returned to its original funding source and
account # 70 6150 6088 005 Thornhill Hall Folding
Doors be closed.
· DETAILED PRICING
INFORMATION
Description |
Dontex |
L
Paine |
P
& C |
Price
Exclusive of GST |
$85,500.00 |
$86,500.00 |
$92,286.00 |
Budget Available |
Spent
and Committed as of |
Budget
Charge Exclusive of GST |
Budget Remaining |
GL Number |
GL
Name |
$98,800.00 |
$85,500.00 |
$13,300.00 |
70 6150 6088 005 |
Thornhill Hall Folding Doors
|
CONCLUSION:
The bids were issued in
compliance with the Purchasing By-Law 143-2000. Prior to awarding the contracts, Purchasing
reviewed the bid documents and verified that all terms, conditions and
specifications to ensure compliance with the Town’s requirements.
|
|
|
Barb Cribbett, Treasurer |
|
Andy Taylor, Commissioner,
Corporate Services |
Q:\Finance and Administration\Finance\Purchasing\2004
File Management\Report to Standing Committee\#6 Staff Awards June 1 to August 30, 2004.doc