Loading...
HomeMy WebLinkAboutOPD-002-11REPORT OPERATIONS DEPARTMENT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE Date: February 28, 2011 Resolution#: ~PA- / 83--// By-lavu#: N/A Report: OPD-002 -11 File: Subject: TENDER NO. CL2010-23 DRIVEWAY TIE-INS -AMENDMENT RECOMMENDATIONS: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following: 1. THAT Report OPD-002-11 be received for information and confirmation of funding for additional work. Submitted by: Frederi J. Ho th, B.A., R.D.M.R., R. .F.A. Director of Operations FJH:kr 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)623-4169 REPORT NO.: OPD-002-11 PAGE 2 1.0 BACKGROUND AND COMMENT 1.1 At their meeting of June 21, 2010 Council passed a resolution approving the award of a contract to Melrose Paving Company, Etobicoke for the provision of driveway tie-ins with an annual value of $46,400.02. There is provision in the agreement to extend the contract for a second and third year subject to satisfactory service and acceptable pricing. A copy report COD-034-10 is attached as Schedule "A". 1.2 In December 2010 it was discovered that the value of the contract had exceeded the amount stated in the original report COD-034-10 by a significant amount. This was a result of additional funds being approved for rural roads after the 2010 budget was approved. As noted the contract amount provided in the tender was $46,400.00 net of HST rebate and actual expenditures to date are estimated at $80,062.00 net of HST rebate. 2.0 ANALYSIS 2.1 For clarification, the original report COD-034-10 referenced a contract amount that was based on the estimated work proposed for 2010. However, the bid document made provision for an adjustment in quantities based on additional work that was required after award of the contract. By the same token the contract also alerted the bidders that we do not guarantee the amount of work listed in the estimates. 2.2 The purpose of this report is to provide updated information on the value of the contract not only for 2010 but also to advise that the subsequent years may also experience increased work. Should this occur the agreement will be closely monitored to ensure that adequate funding is in place and costs are allocated to the appropriate accounts. Where it is anticipated that budgets will be exceeded/depleted as a result of the extra work the required approvals will be sought in accordance with corporate policy. REPORT NO.: OPD-002-11 PAGE 3 2.3 Steps are being taken to improve the level of scrutiny that this type of contract is subjected to ensure that budgets are monitored and contractors do not complete additional work that is not in line with the approved budget. 3.0 FINANCIAL 3.1 A review of the expenditures, although in excess of the estimates provided in the contract, revealed that the funding for the extra work was authorized by the Operations Department budget as follows: Account Expenditure Total Expenditure against this contract $80,062.84 Fundina Source Rural Road Resurfacing Account # 110-36-330-83680-7401: $19,635.31 Resurfacing Pavement Account # 100-36-381-10250-7163: $41,279.83 Bridge Maintenance 100-36-380-10200-7112 $ 9,794.30 Catchbasin Repairs 100-36-380-10245-7163 $ 6,427.80 Winter Maintenance -Other 100-36-383-10305-7112 $ 2,925.60 Total $80,062.84 The invoices have been reviewed and expenses allocated to the correct accounts, as listed above. 4.0 CONCLUSION 4.1 The purpose of this report is to clarify the scope of contract for the driveway tie-in services contract. Although a value is provided for the purpose of award, the contract includes provision for the completion of additional work based on the REPORT NO.: OPD-002-11 PAGE 4 unit prices contained in the contract. There is also provision in the contract to protect the municipality should the quantity of work fall short of the estimate. 4.2 As noted in the Financial Section, funding is provided in the annual operating budget under the Pavement Resurfacing Account. However, when the driveway tie in is a result of the Capital rural road resurfacing contract than the funding for this extra work shall be taken from the capital program. 4.3 Queries with respect to department needs, specifications, etc., should be referred to the Director of Operations. 5.0 INPUTS FROM OTHER SOURCES 5.1 This report has been reviewed for recommendation by the Director of Finance and Purchasing Manager, with the appropriate departments and circulated as follows. Concurrence: Director of Finance Purchasing Manager Attachments: Schedule "A" -COD-034-10 ATTACHMENT NO.: 1 REPORT NO.: OPD-002-11 • ~~1"Lg REPORT CORPORATE SERVICES DEPARTMENT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE Date: June 21, 2010 Resolution #: Report #: COD-034-10 File #_ By-law # N/A Subject: TENDER NO. C12010-23 -DRIVEWAY TIE-INS Recommendations: It is respectfully recommended "that the General Purpose and Administration Committee recommend to Council the following: THAT Report COD-034-10 be received; 2. THAT Melrose Paving Company, Etobicoke, Ontario, with a total bid in the amount of $46,400.02 (net of H.S.T. Rebate), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2010-23, be awarded the contract for Driveway Tie-Ins, as required by the Municipality of Clarington, Operations Department; 3. THAT pending satisfactory pricing and service the contract be extended for a second and third year; and 4. THAT the funds expended be drawn from the Operations Department Annual .Operating Budget Account 100-36-381-10250-7163 Pavement Resurfacing. Submitted by: Reviewed hy: ie Marano, H.B.Sc., C.M.O., ankiin Wu, Director of Corporate Services ~ Chief Administrative Officer MM1JD81bh CORPORATION OF THE MUNiCIPgLITY OF Ct-ARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 T 905-623-3379 REPORT NO.: COD-034.10 1.0 BACKGROUND AND CdMMENT PAGE 2 1.1 Tender CL2010-23 Driveway Tie-fns was advertised and issued with bids being received as per Schedule "A" attached. 1.2 The term of this contract is for a period of up to three years with annual renewal subject to acceptable pricing and the provision of satisfactory service. 2.0 ANALYSIS 2.1 After review and analysis of the bids by the Operations Department and Purchasing, it was mutually agreed that the low bidder Melrose Paving Company, Etobicoke, Ontario, be awarded the contract for Driveway Tie-lns. 2.2' Melrose Paving Company has provided similar services to the Municipality of Clarington for a number of years and the level of service has been satisfactory 2.3 Queries with respect to the department needs, specifications, etc, should be referred to fhe Director of Operations. 3.0 FWANCIAL 3.1 The total funds required for Tender CL2010-23 Driveway Tie-Ins are included in the Operations Department Annual Operating $udget Account 100-36-361-10250-7163 Pavement Resurtacing. 3.2 For the information of Council, the unit pricing remains the same as the 2009 rate. 3.3 The contract will be monitored to ensure fhe service level is maintained and rates applied correctly. REPORT NO.: COd-03M10 4.0 CONCLUSION PAGE 3 4.1 To award the contract to Melrose Paving Company, Etobicoke, Ontario for the Driveway Tie-ins. 5.0 INPUT FROM OTHER SOURCES 5,1 This report has been reviewed by the Purchasing Manager, with the appropriate department and circulated as follows: Concurrence: Director of Operations Attachments: Attachment 1 -Schedule "A", Bid Summary !/!mil/ ~_ _ .. CORPORATE Etobicoke, Port Perry, ON Toronto, ON REPORT SERVICES DEPARTMENT Schedule "A" Bid Summary Tender CL2010-23 Burlington, ON