Loading...
HomeMy WebLinkAboutCOD-070-08woy REPORT CORPORATE SERVICES DEPARTMENT Meeting: COUNCIL Date: Monday, D Report #: COD-070-0 ~~.~D~~~O~~C.= ~~~~ ember 8, 2008 File # By-law # Subject: QUOTATI N Q2008-32, BY-LAW SNOW CLEARING SERVICES Recommendations: It is respectfully recomm nded to Council the following: 1. THAT Report CO -070-08, be received; THAT D & F Sno 2 Removal, Bowmanville, Ontario, with a total bid in the amount . of $11,712.00 for II sections including Section I, Courtice and Hampton, Section Bowmanville a 2 d Section 3, Clarington East and Orono, excluding GST, being , the lowest respon ible bidder meeting all terms, conditions and spec cations of quotation Q2008- 2, be awarded the contract for Snow Clearing for the term commencing imm diately and expiring on November 30, 2009; 3. THAT pending sa isfactory service the contract be extended for a second and third year; and 4. THAT the requir funds be drawn from the respective year's operating budget for snow clearing. ---~~ Reviewed by~ L.__.~ Submitted by: Mane Mar no, H.B.Sc., C.M.O. Franklin Wu, Director of Corporate Services Chief Administrative Officer MM1 UDB CORPORATION OF THE MUNICIPALITY OF CLARINGTON L1C 3A6 T(905~23-3379 F (905)623-4169 REPORT NO.: COD-070-08 PAGE2 1. BACKGROUND 1.1. On November 3, 2 reviewed Report # cost of the service quotation be cane be re-issued; and 1.2. On receipt of the specifications of 1 municipality into 1 and, to accommo consideration the Other minor than 1.3. The amended sanding, and ren' law Enforcement makes provision terms. 1.4. Subsequently bid Bid prices quoted reflect the estima the 2006-07 seas annual callout his reference in the e 2. ANALYSIS 2.1. A total of six bids whereas bid five COMMENT the General Purpose and Administration Committee copy attached as Schedule A. Due to the high quoted by the single bidder, Committee directed that the ~ and the services of snow clearing and winter maintenance staff report back on the servicing options. direction staff reviewed the terms, conditions and quotation and revised the requirements to break the areas. This would allow an award to one or more bidders the large geographic area allow bidders to take into el time to reach distant areas covered by the contract. were made to deal with timing and hours of work. st for quotation was advertised and issued for snow clearing, al services as required by the Municipal Clerk's Office, By- the period ending November 30, 2009. The quotation also an extension of the contract for up to two (2) one (1) year ere received and tabulated as per Schedule "B" attached. snow clearing and sanding/salting have been extended to price for a winter season using the callout requirements of The estimated cost for the same service using average for the 2006-07 and 2007-08 winter is also shown for it that we experience similar severe winter conditions. received. Four bids provided pricing for all three areas Areas 1 and 2, Courtice, Hampton and Bowmanville and the sixth bid prjovided pricing for Area 3, Clarington East and Orono area. REPORT NO.: COD-070-08 PAGE 3 2.2. The attached tabu ation estimates the cost for the provision of the services required for the cl aring and salting/sanding services required for a typical season using bidd r supplied unit prices and estimated distance. In addition to the clearing saltinci/sanding services the quotation makes provision for snow removal and snow clearing salting/sanding for a snow fall in excess of the 20 centimetres. As do not have annual usage for these areas of snow removal and heavy snow f II clearing the unit prices are provided for information. In each instance the low b meeting requirements of the quotation are being recommended. 2.3. Staff have met with the recommended bidder, D&F Snow Removal Services, to discuss the requirements of the quotation. In addition, the issues that arose during the previou contract were reviewed and solutions sought to resolve or minimize the poss bility that similar problems will occur in the new agreement. Staff is satisfied th t the contractor understands and will comply with the requirements of th proposed contract. 3. FINANCIAL IMPL CATIONS 3.1. The funds requir d will be drawn from Municipal Law Enforcement Division's Snow Removal o rating account and recovered from the property owner. 3.2. Queries with resp~ct to department needs, specifications, etc., should be referred to the Municipal C~erk. 3.3. After further revie and analysis of the bids by the Municipal Clerk's Department and Purchasing, it was mutually agreed that the low bidder, D&F Snow Removal Services, Bowma ville, Ontario, be recommended for the contract for the Municipal Law En rcement Snow Removal. 3.4. This report has ben reviewed for recommendation by the Purchasing Manager and the appropriat department and circulated as follows: Concurrence: Mu~hicipal Clerk Attachments: Schedule "A" -Report Schedule "B" -Bid Tal SCHEDULE"A" Clarington Leading the Way REPORT CORPORATE SERVICES DEPARTMENT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE Date: NOVEMBER 3, 2008 Report #: COD-068-08 File #, By-law # Subject: 02008-28, SNOW CLEARING AND WINTER MAINTENANCE FOR MUNICIPAL LAW ENFORCEMENT Recommendations: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following: THAT Report COD-068-08 be received; 2. THAT Dicon Construction, Pickering, Ontario being the only compliant bidder meeting all terms, conditions, and specifications of Quotation 02008-28, be awarded the contract for the Snow Clearing and Winter Maintenance as required by the Municipal Law Enforcement Office Division of Municipal Clerk's Department for a one year period; and 3. THAT the total funds required be drawn from the operating budget as required. Submitted by: rie Marano, H.B.Sc., C.M.O. Director of Corporate Services MM/N I i~rs~Km Reviewed by: Franklin Wu, Chief Administrative Officer CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1 C 3A6 T (905)623-3379 F (905)623-4169 REPORT NO.: COD-068-08 PAGE 2 1.0 BACKGROUND AND COMMENT 1.1 Quotation specifications were prepared and issued, as required by the Municipal's Clerk's Department. 1.2 Quotations were advertised electronically. Subsequently, quotations were downloaded and picked up by a number of potential bidders. Only one submission was received and projection of cost estimates are provided in Schedule "A" attached. 2.0 ANALYSIS 2.1 As there is no sure way of determining the cost for the upcoming year, due to the inability to predict the snow fall or the number of properties which are required to be cleared, we have projected the costing using historical usage. The first is assuming that the work to be completed in 2008/09 season is equivalent to the work completed during the 2007/08 season. If the exact number of metres to be cleared in 2008/09 is equal to the number of metres in 2007/08, then the cost to complete the work would be approximately $219,446.00 (Excluding GST) compared to last year's cost of $28,269.20 (excluding GST). Last year we experienced a heavier than normal snowfall therefore, if we were to average the number of metres cleared in 2006107 and 2007/08 the cost would decrease to approximately $142,017.00 (excluding GST). See attached Schedule 'A'. 2.2 As there is only one bidder, the recommendation is to award to this bidder for a one year period. During this year, the Municipality will investigate alternatives for securing pricing for the following and future years. 2.3 The low bidder has not performed work for the Municipality of Clarington however references prove to be satisfactory. REPORT NO.: COD-068-08 PAGE 3 3.0 FINANCIAL IMPLICATIONS 3.1 The funds required will be drawn from Municipal Law Enforcement Division's Snow Removal operating account and recovered from the property owner. 3.2 Queries with respect to department needs, specifications, etc., should be referred to the Municipal Clerk. 3.3 After further review and analysis of the bids by the Municipal Clerk's Department and Purchasing, it was mutually agreed that the low bidder, Dicon Construction, Pickering Ontario, be recommended for the contract for the Municipal Law Enforcement Snow Removal. Concurrence: Municipal Clerk Attachments: Schedule "A" -Cost Comparison Chart • lar~ngton Leading tke Way Schedule "A" Cost Comparison for Snow Clearing for Municipal Law Enforcement Division Pricing Based on Dieon Construction Rates Rates and Quantity for 2oos/2oo7 Rates and Quantity for zoo7/oa 2008/09 Based on 2oos/o7 Q 2008109 Based on 2007/06 Q 2008!09 Average of 2006/07 s zoo7/oa Q 8 Metres Plowed 3904.44 13184.6 3904.44 13184.6 8544.52 Cost for Plaw $3 904.44 $13,184.60 $33 187.74 $112 089.10 $72 628.42 Metres Sanded 3904.44 13184.6 3904.44 13184.6 8544.52 Cost for Sandin $3,904.44 $13 184.80 $31 235.52 $105476.80 $88,356.16 Call outs 33 380 33 380 206.5 Cost for Call outs $165.00 Si 900.00 $165.00 $1,900.00 $1,032.50 Total excludin GST $7,973.88 $28,269.20 $64,588.26 $219,445.90 $142,017.08 (n W U W Z 4~ m W Z JUO ~wz~ V~¢ ~g~ } 00 N M ao O O N ~ C V1 m m uNi o 0 0 0 0 0 ~ O X U ~ 0 0 0 0 0 U w ~ ~ O O O O = 0 ?i C N '- ~ to N EA EA M EA N fA N EA O ~ (n ~ N w 0 0 ° 0 0 0 0 o ~ p ~0 0 0 0 i 0 ~ oo ~r1o 00 0o ui o o _ f0 0 ~ O ~ ~ N ao 0 ~ ~ 0 ~ ~ 00 'o ~ m _ -o ~ 0 ~ 1 ~ V ~0N \ ~/~ O U O ~11 m ~ V O ~ O a` ~/ O O dU o O O N? O o N z 0 o a N m ~ E O r ~ E ~ E O ~ E ~ E~O ~ , ~ Eo'm ~ Om rn orn N NN N - m O N N(p EA '6 N NO]69 N CO EA N ~fA N N E9 'O ' N N ~ Z ~ ~ m !A ~ 01~ N ~ 01 C Vi ~ m C fA ~ p~ O Z~ EA 01 ~ H~ l ~F a~ ~F a~ cF ~ ~F ~F ~ ~ n a} } m U D ~ v} } S v} N I I o I I I I I I I I O I I ~~ y Y Y~ U U Y Y r 0 V U Y Y~ 0 V U Y Y Y 0 V U Y Y 7' U U ~ U U}~ rN ~N ~N ~N rN ~N 30 ~` ~ ~ I ~ ` ` " ~ ~ I ~ ` " F ~ I ~ ` ` `i ~ ~ I ~ `i ~ ~ I ~ ` " ~ ~ I ` c ~ 1 a 1 ao.a 1 ao_d a 1 N aaa ao_d m 1 ao_a1 a anal a 1 E E m m E E m m E E m m E E m m E E m m E E m m ~~ o o ~~ o o >> o o ~~ o o >> o o ~~ o 0 ~~JJ ~C]JJ DOJJ O~JJ C]C]JJ ~C]JJ Y N N pp p O N O 0 O N O V O I~ O O O CO O O _C D1 N ~ p ~ „ . . O N~ N M 0 O ~ ~ 0 0 N ~ O 00 ~ ~ E 1 0 m au w ~n co rn u~ ~ m O D V v v O N C > N ~ N V 6l O a0 (O N ~ D) _ _ N W ~ W M M M N ap !n M V> fA fA fA fA EA EA b9 EA EA VT to ~ O N O O `1 ~ p N N O (D d N O O~ `1 p ~ i1 ~ 0 O~ N d) '~ N~ °m N O O N 0 EE O M ~ SEE O y mEE O ~ oEE ° O ~~ O1 O O O EE ~ E C i1 m N rO c o ° O ~ EE OO ° of ~ 00 0 ~~r1i1 o ~n ~ - O O ~ O 000 O' U~ r 101047 M I~~ n Off(` 0 0 _ a0 OO 0 0 N BOO 0 0 0 M Q7OO N W~ p_ W FM r M Vi f969 fR V ~ SEA fA C ~ fA~fA ~ 0 ~ EA~fA i 0 ~ (p~~ M~ j I n ~ ~fA fA ~ ~ M N C O -O (p C 4'S otf a3 US US ~' C .Q N f0 N N N ~ ` O N ~ 3 c m ~ m N m ~ M a19 1 ~ ¢ ¢ ¢ ¢ ~ m C O D. C ~, N N ~ N (6 : N N ", N N : N N : N lD E f0 U N f0 0 O d' ~' N .. 3 N~ N ... 7 (0~ ' y N ... N O O ~-' ' N ... O ~~-' N .. O Nd' m Z ~ 2 U ~ K K = l9 ~ ~ ~` ~ 01 ~ T ~ ~ ~ T i Z ~ ` ~ > >. ~ ~ ` L ~ ~~ f0 U O =O .Q U O O ` U O =O !n U O O V 0 0 U p 0 N c O O lD 2= N N== c0== N == N== vl ~ _ _ ' O 'O N c l9 U CA ~ i E C I U i N C' ~ i O C' ~ i N C' w ~ C C' N i C m E C N O CAC C O 01 C ' U O 01 C n O 01 C U O O O) C U U O O] C U " 00~ ~NU'C C O J UC NUCC O .S C (n N ~C .C O N UmU 3-mom `m~m a m=momm a c`a~m °~-`m~m -oN`m~m I I I O C N~ fn C N N to 3 ~ C N~ (n - N N (n "" C N~ 0 '- N N O) ~ •- N M c mYU~ (n >-U~ J C1 mYU~ U c a.~U~ ~ NYU~ E ~>U~ C mmm E M ?~ C - ~ C M ?~ C E M ?~ c - o O a M 3 C ' - Ol w M ?~ C o C U M ?~ C - 3 `1Na1Q ¢¢`¢O oulcm Omwcncn pOm~m aOwrncn wcm C7mwv~<n a i~wcm ~~wcnrn incm ~ oimwrncn ~a i incur rnzwcncn ii I~ O U M M N 3 N 0 O O N c N f6 N U 41 Y 3 N r a C N N O C O V N w ~o L 3°0 rn o ~ m rn U ,C ~ma 0 0 0 Y N O ~ L 0 ~ J. ~ _ ~ O U 'O N O N ~ w m ~ M O ~ d d N N vl ~3~1 c N ~ ~°No N Y ~ U l0 N 01 "' O L W O to O ' O !9 w N C ~ Z .m C C ~ O C ~p l0 f6 ~~ d Q~ a ~,~ U F- - c m x o: