Loading...
HomeMy WebLinkAboutCOD-044-08 CJ. f1 L~ REPORT CORPORATE SERVICES DEPARTMENT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE Monday, July 7th, 2008 'Kesclu.t1ot1 -#:-~ PA - 4 y g~()~ Date: Report #: COD-044-08 File#_ By-law # Subject: CO-OPERATIVE TENDER CL2008-17, TRAFFIC SIGN REQUIREMENTS Recommendations: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following: 1. THAT Report COD-044-08 be received; 2. THAT Owl-lite Rentals & Sales, Toronto, Ontario, with a total bid price of $29,594.32 (excluding G.ST), being the lowest responsible bidder for Year 1, meeting all terms, conditions and specifications of Tender CL2008-17, be awarded Section Part A - Traffic Signs for the Municipality of Clarington's traffic signs requirements; 3. THAT, Section Part B - Posts and Hardware be re-tendered as the hardware product specifications were inadequate and the vendors quoted on a wide range of products which do not meet the Operations Department requirements; 4. THAT, Section Part C, Part D, Part E, Part F are not required for the Municipality of Clarington's traffic sign requirements; 5. THAT the contract be extended for a second year and third year, pending satisfactory service and acceptable pricing; and 6. THAT the funds expended be drawn from the Department of Operations, 2008 current budget Traffic Sign account 100-36-384-10315-7112. Submitted by: ~ Reviewed by: cJ~....:- ~ ~~~O, H.o.S,., C.M.O.. Fm,";, WO, Director of Corporate Services Chief Administrative Officer MM\JDB\BH - CONFIDENTIAL ATTACHMENT CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L 1C 3A6 T(905)623-3379 F (905)623-4169 REPORT NO.: COD-044-08 PAGE 2 1. BACKGROUND AND COMMENT 1.1 A tender for the supply and delivery of Traffic Signs was issued on a Co- operative basis with the City of Oshawa, City of Pickering, Town of Ajax, Town of Whitby and the Region of Durham participating. The tender is divided into the following sections with the option to award each section together or separately. Part A - Traffic Signs Part B - Posts and Hardware Part C - Sign Blanks - no Municipality of Clarington requirements Part D - 3M Sheeting Material- no Municipality of Clarington requirements Part E - STA Mark Arrows - no Municipality of Clarington requirements Part F - Durham Region Traffic Signs - no Municipality of Clarington requirements 1.2 The tender was publicly advertised and called for the Traffic Sign Requirements as required by the Operations Department. 1.3 The contract resulting from this tender will cover the supply and delivery of various signs and miscellaneous hardware to the Municipality of Clarington on an "as required" basis. Subject to satisfactory service and acceptable pricing upon agreement by the Co-operative participants it is recommended that the contract be awarded for a second year and third year. 2. ANALYSIS 2.1 A summary of bids marked received is attached and marked as Schedule "A". The tabulation, in addition to listing the total bid amounts for year one of the contract also provides a projected value of the contract over the proposed three (3) year term. 2.2 Over the one year term, Owl-lite Rentals & Sales Inc. was the low bid for Part A Traffic Signs and Part F - Durham Region Traffic Signs of the contract. When the proposed increases for the second and third visit are taken into consideration, Owl-lite Rentals & Sales becomes the second low bid. REPORT NO.: COO-044-08 PAGE 3 2.2 Over the three year term, Gryphon Signworks Inc. was the low bid for Part A Traffic Signs, Part C - Sign Blanks, Part F - Durham Region Traffic Signs of the contract. The co-operative members noted that based on the vendor visit Part A and Part F should not be awarded to the low bidder, for reasons identified in the attached confidential memo. 2.3 The recommendation is to award Part A of the Contract to Owl-lite Rentals and Sales Inc. The references have been contacted and are satisfactory. 3. FINANCIAL IMPLICATIONS 3.1 The Municipality of Clarington requirements are for Parts A and B only and are approximated to be $40,000.00 per year. 3.2 The required funds will be drawn from the respective years budget allocation for Traffic Signs and Street Signs. 3.3 Queries with respect to department needs, specifications, etc., should be referred to the Director of Operations. 3.4 The Director of Operations has reviewed the funding requirements and concurs with the recommendation. 4. CONCLUSION After further review and analysis of the bids by Purchasing, the Durham Purchasing Co- operative and Operations Department, it is respectfully recommended that the Municipality of Clarington requirements for Traffic Signs be awarded as identified in the recommendations of this report. REPORT NO.: COD-044-08 PAGE 4 5. INPUT FROM OTHER SOURCES This report has been reviewed for recommendation by the Purchasing Manager with the appropriate departments and circulated as follows. Concurrence: Director of Operations Information: Director of Finance Attachments: Attachment 1 - Schedule "A", Bid Summary Attachment 2 - Schedule "B", Confidential Attachment .. - ~I- ..,. "'N '" '" r-- C co(/) '" <0 <0 r-- <0 r-- N - "C) '" <0 '" N ..,. 0 '" <0 ~..,. "'''' 0 '" '" III >- '" oi '" <ri N <ri oi <Xi '" oiLri N..,. '" <Xi N 0 <0 0> "' <0 "" N <0 "'<0 ocr) ..,. ..,. N ....1"1: '" "', 0 '" <0 '" r-- <0 "'0 0>..,. '" 0 N ;!:S:s M o;f m en "' '" o;f "' cO~- r--N "' ,-.: o;f ~ r--' '\11'-- oe.a '" N '" N r-- 0 ~ "'''' '" ..,. '" '" '" '" N N N '" .. .. "'..,. .,..,. '" '" '" 1--" .,. .,. .,. .,. .,. l" .,. .,..,. .,. .,. .,. -;;" . Ill!!!. ;= C (/) ~ 0 0 '" 0 N 0 "' 0 r--o> 0 0 0 C) ~ <0 '" r-- N'" <0 0 0 0 iii_ '" "" <0 0> N ..,. N '" r-..:r--.: N oi '" <ri '" r:: ~ ~ 0; cD "" r-- 0 ....I ~ ..,. 0 "'''' r-- ..,. ~ ftJ.5 '" ~ <0 ;;; '" <0 ..,. N~ '" ..,. r-- 0 ..,. ..,. r-- 0 0> .....:.'f:I ci ",' ,-.: "' ci "' oj N o;f r-:~- a; ...-- oj <0' m o .a 0 0 ~ '" ~'" .,.N '" r-- '" .. .. .. <0 r-- l" N '" '" ;;;; .,. N N N I- II .,. .,. .,. .,. .,. .,. .,. .,. !!!. . u.. Cl)f?- oZ""I..t- c: c: c: c: ~oifi:~~ ..,. r-- 0> 0 r-- " " " " r-- r-- N 0 E E E E _1-2>-!! ' 0 <ri cD '" 0 i" i" i" i" 4!~w"crn '" ..,. N '" '" ... -II<: S:s "', '" <0 r-- '" '" '3 '3 '3 '3 -12::-('11 =:1"- N' ci oj N M 0- cr 0- cr OJ=>e-''' '" ~ N '" '" i" l" i" i" Z a:;:;~t1'7 .,. .. .,. .,. .,. 0 0 0 0 .... iOlli.n!' c c c c .... ~ , ~ CO Cll 0 E 0 .!!! ... :::l E ....I :s (/) j:: "'C :::l U Gl rJl .. zl- c: c: c: c: ..c Gl ~oi5 ~~ '" '" 0> 0 0; " " " " 0 "'C "'C _1-2- ~ ' ~ 0 r-- ..,. E E E E rJl iii c ~~w:;.Ed'; "' <Xi <Xi N cD i" i" i" i" r-- ~ Gl N '" r-- <0 M '3 '3 -:; '3 I- D.. - a::: Q)" U")_ ci M <0 '" ci cr cr cr cr -D::'->=cn oj en (,)<:) -('\I '" '" .,. .,. .. i" l" i" i" z-lG ~t1'7 .,. .,. 0 0 0 0 iOlli !' c c c c II<: III C c iii m 0 ID 0 ID ID ID (ijE ro C (ij>'c;;:>--m UJU'J en rn CI)~cn~(/) ~~ 06 -c 060.060.06 U'J g rn U'J ~ rn E U'J E U'J ro ~ZrnZro U'JZ~ZCZU'JZm 8 m 8 ro c z 0)0 cO "E z CO'C 0 0)0 cO C Z Z c: z z c: Z Q.l .- 0) Q.l C> 1ii .- en Q) m Q) <<l Q) o CI) Q.l~'- -- 0'- -- ::l ~ CI) ai.- -- 0 "0 0 0 "0 0 0 a::: _c;o:::(f.IoO::: _U)o'"O~c:~U)oe::: _ct1 Ct:: _<<I a:::_ 2.8 0 ~ c>8..2!.E O'lg.s.~ 0 ~ O):~~.E ~ c- 2.9 c c 2.9 .-c~oo~.-c~~ ~oo '-c o'-cmo.-c ~oa.~O)~~oC>-O~a.~O)-~oO"OIoO"OIo ~~~Q)ago~~agO.9~Q)ag~~~go~~~go.~ o~~zU)~ ~u)~~~~ZU)~O~M~ ~M~ ~ m " 2 '" Ii: ro '" ~ " :2: <( '" 'E ,~ ~ ... '" ,~ '" '"' I c om '"' <(U) CD"" o.!!! wro I-~ 1-", >-CD >-.<= >-:2: 0::- ~,~ 0::U) ~~ 0::", <(l'l <(~ g:~ [L>- [L[L [LU) [LU) '" " m U) "" '" m c:z ~O ,,0 ~"E -'.0 . ~ O~ l'l ;;; ~ >- c o 'OJ " 0:: LLE >-"'", O::'<=c <( 5,2 [LOU) u -= '" '" o 'z z ~o ~o U) llf.Q)-- c ;;(1) 0 o U) C) g ..c: ~ 0, ~ a. ~ g'E ~Q)oo 0z en a... '" c o <n ;; i" m 2 15 E " .<= 15 E . CONFIDENTIAL REPORTS ✓ G PA REPORT NO. COD-044-08 Attachment Only Resolution#: By-law#: DATE OF REPORT: 2008 Attachment Only — Schedule B — Tender CL2008-17