Loading...
HomeMy WebLinkAboutCOD-037-09Leadrng du A'a~ ~~~~~~ REPORT CORPORATE SERVICES DEPARTMENT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE Date: Monday, May 25, 2009 Resolution #: ~ipA -~75_C~/ Report #: COD-037-09 File #: By-law #: Subject: CL2009-12, Supply and Delivery of One (1) Tanker Recommendations: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following: THAT Report COD-037-09 be received; THAT Dependable Emergency Vehicles, Brampton, Ontario, with a total adjusted bid in the amount of $197,510.00 (plus G.S.T.), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2009-12, be awarded the contract to supply and deliver one (1) 2009 Tanker, as required by the Municipality of Clarington, Emergency and Fire Services; and 3. THAT the funds required in the amount of $197,510.00 (plus G.S.T.), be drawn from 2009 Capital Budget account number 110-28-388-82811-7401. Submitted by: arie Marano, H. B.Sc., C.M.O., Director of Corp,~~-oAArate Services //II c L ~~ Nancy Taylor, B.B.A., C.A., Director of Finance/Treasurer MM/JB/BH Reviewed by: Franklin Wu, Chief Administrative Officer CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 T (905)623-3379 F (905)623-3330 REPORT NO.: COD-037-09 PAGE 2 1. BACKGROUND AND COMMENT 1.1. Tender CL2009-12 covered the purchase of one (1) Tanker. The tender was advertised and issued with bids being received as per Schedule "A" attached. 1.2. The tender document made provision for bids with an option to trade in an existing unit. Schedule "A" attached provides both an outright purchase price and an after trade price. 1.3. Several bidders provided an alternate bid. The alternate bids offered different chassis and tanks which have been outlined in Schedule "A". 2. ANALYSIS 2.1 Representatives from Emergency and Fire Services, Operations and Purchasing met to discuss the bid submission and spec cations. 2.2 Fiba Canning Inc., Scarborough, Ontario submitted the low bid, Option 1. Fiba Canning, bid submission Option 1 has been rejected as it does not meet the tender specification, an aluminum tank is being quoted and the tender document requires a poly tank. As well, the weight distribution charts as per ULCS515-04 and conceptual drawings of the apparatus were not supplied in the tender documents. 2.3 The second low bid was received from Dependable Emergency Vehicles, Brampton, Ontario. The second low meets the specifications outlined in the tender. 2.4 The compliant bid was submitted by Dependable Emergency Vehicles, Brampton, Ontario. Therefore, the recommendation is to award the contract to Dependable Emergency Vehicles, Brampton, Ontario. 3. FINANCIAL IMPLICATIONS 3.1 The purchase of one (1) Tanker, is a replacement for a fleet vehicle. The Emergency Services Department has accepted the trade-in price for Tanker #5 1987 Ford F800 MHV Tanker. REPORT NO.: COD-037-09 PAGE 3 3.2 Dependable Emergency Services' bid submission makes provision for the deletion of some NPFA 1901-2009 Options from the total bid amount by providing unit prices with the bid. The following options can be removed from the bid submission to reduce the overall cost. Item Description Price Traffic Cones -Five (5) 18" high with $110.00 6" reflective collar Traffic Vests -Three (3) Heavy Duty $300.00 Traffic Vest Highway Warning Device -Five (5) $489.00 360 degree high visibility `LED' flashin beacons/flare kits One (1) Phillips "Heartstart" FR2+ $4,085.00 defibrillator with hard wall pelican case/ edi ad and fast res onse kit Total $4,984.00 3.3 The budget for the tanker is $200,000.00. By removing the above NPFA 1901-2009 Options in the amount of $4,984.00 the cost is reduced from $202,494.00 to $197,510.00 which is within the budgeted amount. 4. CONCLUSION 4.1 To award the contract to Dependable Emergency Vehicles, Brampton, Ontario for one (1) Tanker, meeting all terms, conditions and specifications of Tender CL2009- 12 as required by Emergency and Fire Services and the Operations Department. 5. INPUT FROM OTHER SOURCES 5.1. This report has been reviewed for recommendation by the Purchasing Manager, with the appropriate departments and circulated as follows: Concurrence: Director of Emergency and Fire Services Director of Operations Attachments: Attachment 1 -Schedule "A", Bid Summary Q W J W 2 U N Q g y D m w Y Z Q F w Z O w 7 J W D e6 J a a 7 N r 01 O N J V p ., ODp~ o 0 0 W Q II f LcG ~ ° ~7' O O O p Z.a' W ' W m °~ ~ Z Z ~ R M }- IF-L ~ ~ ~ bN9 ~ N Q4 ' W O O p W O ~ ( O p ~ 7 Z F. W M O Z Z- ~ F ~ ~ J"C9 N ~ N ~ N ~ Q W 9 + x m 3 ~ O O O ¢ ~ W ~ ~ Z F" ~. F"' fn N O O N M N Q (~ ~ M fA K3 •-•'N ~ W O O x O O O O Q V m 7 ~ O '"~ ~ X W ~ ~ r M M Q F~ LLl V O ~ ' d Z~ Vr N fR ~ Vi N M N Ei? N HT O N U t U W N U Q ~ ~ W U C N 7 F m Z O rn LL d N ~m I L ~ C ~ ~ 9 N Z` ~ _N C Q O O Un L> F C fC Q 7~ LL Z rO ~ ~ fC ~ lt6 ~ ~~ ~ r C ~ i om i i in c ~a i ii oQ N .N N L U 0 v v m c 0 .~ L p r U1 O ~tA N ~ ~ L o U '~ o .N r a F L L N 'C O c 3 L ~ w ~p Y N O) O Y O N .N .CO-. N ~ ~ ~p TAO L O U a.N m ma ° o ~ ~ N N ~p Y ~ ~ c ~~ m F .C ..0+ f0 ~ L O N 2 .rnEw N r N O lL m ~N O O N ~ ~ D+L..L 'O NY V O O f6 O LL "O +r R ~ ~ ~ ~ ~ ~ ~~ R r O ~ ~ N ~ N 7 O ~ ~ ~ C O N ~ U l4 ~ a W w F T O O U i U F O N ,0 N ~ N y C m O ~ ~ ~ U ~ a ~ c L E~ W rn~ y0 ~ N c O .O C N C w f0 C .~ a a a m~ a U ~ U L U U mQ N~ f6 x x OLLO