Loading...
HomeMy WebLinkAboutTR-17-89 7 (g) TOWN OF NEWCASTLE , r -' � REPORT File #�o • �� Res. # - - �• By- Law # MEETING: GENERAL PURPOSE & ADMINISTRATION MEETING DATE: February 6, 1989 REPORT #: TR-17-89 FILE #: SUBJECT: TENDER T88-29, 1989 TRAFFIC AND STREET SIGN REQUIREMENTS RECOMMENDATIONS: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following: 1. That report TR-17-89 be received; and 2. That Provincial Traffic Signs, Port Perry, Ontario, with a total bid in the amount of $21,151.94, being the lowest responsible bidder meeting all terms, conditions and specifications of Tender T88-29 be awarded the contract to supply and deliver the 1989 Traffic and Street Sign Requirements to the Town of Newcastle; and 3. That the funds expended be drawn from the 1989 budget allocation for Traffic and Street Signs. BACKGROUND & COMMENTS: Tenders were publicly advertised and called for the supply and delivery of various Traffic and Street Signs as required by the Town of Newcastle. Subsequently, tenders were received and tabulated as follows: Bidder Total Bid Amount Clemmer Industries Limited 837.85 *Incomplete bid Waterloo, Ontario Owl-Lite Signs Inc. 19,691.43 *corrected tender due to Rexdale, Ontario extension error -does not include guide rails estimated value $300.00 ii TR-17-89 Page 2 Bidder Total Amount Bid Provincial Traffic Signs 21,151.94 Port Perry, Ontario Due to the limited number of Traffic and Street Sign manufacturers located in this area, two or three bids is the usual response. The contract resulting from this tender will cover the supply and delivery to the Town of Newcastle on an "as required" basis, the various signs listed on Schedule "A" attached, during the period ending December 31, 1989. The low bid received from Clemmer Industries Limited, Waterloo, Ontario is incomplete in that they are able to supply the hardware only as they do not manufacture street signs. The second low bid submitted by Owl-Lite Signs Inc. at $19,691.43 which does not include guide rails (estimated value $300.00) is approximately six percent lower than Provincial Traffic Signs bid of $21,151.94. The Tender submitted by Owl-Lite Signs does not meet the Ministry of Transportation specifications for twelve foot U-flange posts and in staff's opinion although they may be acceptable for city use, would not stand up to the rigors required at rural locations. Owl-Lite Signs Inc. was the successful bidder for the Traffic Sign Tender for 1985 and 1986. During this time period the service and quality received from Owl-Lite Signs Inc. was substandard. In addition to contacting the references provided by Owl-Lite Signs Inc., staff did visit their existing manufacturing facilities in an effort to determine if there have been any major changes since 1986. A report from D. Patterson, Manager of Operations for the Public Works Department is attached marked Schedule "B" . After further review of the bids by both Public Works and Purchasing, it was mutually agreed that Provincial Traffic Signs, Port Perry, Ontario, be recommended for the contract award to supply and deliver Traffic and Street Signs as required by the Town of Newcastle. The bid from Provincial Traffic Signs represents an approximate eleven percent increase over the total bid price for the 1988 contract. The required funds will be drawn from the 1989 budget allocation for Traffic and Street Signs. TR-17-89 Page 3 The Acting Treasurer has reviewed the funding requirements and concurs with the recommendation. Queries with respect to department needs specifications, etc. should be referred to the Director of Public Works. The subject firm has performed satisfactorily for the Town of Newcastle in the previous two years. Respectfully submitted, Recommended for presentation to the Committee Mttfe Marano, H.B.Sc. rence B.\ Kotseff Acting Treasurer tief I trative Officer G/v Walter Evans, P. Eng. Director of Public Works MAM/LAB/ges Attachment SCHEDULE "A" THE CORPORATION OF THE TOWN OF NEWCASTLE PAGE 6 OF 14 PURCHASING OFFICE TENDER T88-29 SCHEDULE (C) - REGULATORY SIGNS ITEM EXTENDED ## QUANTITY DESCRIPTION CODES UNIT PRICE PRICE -------------------------------------------------------------------------- 1 200 each Ra-1 60 X 60 CM S R $ $ 2 20 each Ra-101 75 X 75 CM S R $ $ 3 1 each Ra-1101 120 X 120 CM S R $ $ 4 8 each Ra-lt 15 X 30 CM S R $ $ 5 1 each Ra-2 75 X S R $ $ 6 1 each Ra-2t 22 X 45 CM S R $ $ 7 20 each Rb-1 60 X 75 CM S R $ $ 8 20 each Rb-lA 60 X 90 CM S R $ $ 9 10 each Rb-5 60 X 75 CM S R $ $ 10 1 each Rb-19 60 X 60 CM S R $ $ 11 1 each Rb-19t 30 X 60 CM S R $ $ 12 1 each Rb-21A 30 X 90 CM S R $ $ 13 1 each Rb-24 60 X 75 CM S R $ $ 14 1 each Rb-25 60 X 75 CM S R $ $ 15 50 each Rb-51 30 X 30 CM SER $ $ 16 10 each Rb-151 60 X 60 CM S R $ $ 17 10. each Rb-52 30 X 45 CM S R $ $ 18 4 each Rb-53 30 X 45 CM S R $ $ 19 10 each Rb-55 30 X 30 CM S R $ $ 20 1 each Rb-56 30 X 45 CM S R $ $ 21 4 each Rb-62 60 X 60 CM S R $ $ 22 4 each Rb-63 60 X 75 CM S R $ $ 23 10 each Rb-76 60 X 75 CM A R $ $ 24 10 each Rb-76 60 X 75 CM S R $ $ 25 2 each Rc-5 30 X 45 CM S R $ $ CODES: S=STEEL R=REFLECTIVE E=ENAMEL W=WOOD A=ALUMINUM THE CORPORATION OF THE TOWN OF NEWCASTLE PAGE 7 OF 14 PURCHASING OFFICE TENDER T88-29 SCHEDULE (C) - WARNING SIGNS ITEM EXTENDED ## QUANTITY DESCRIPTION CODES UNIT PRICE PRICE -------------------------------------------------------------------------- 26 30 each Wa-1 to 6 60 X 60 CM S R $ $ 27 6 each Wa-7 45 X 45 CM S R $ $ 28 20 each Wa-8 Mod. 90 X 90 CM S R $ $ 29 20 each Wa-11A to 14 60 X 60 CM S R $ $ 30 6 each Wa-18 60 X 60 CM S R $ $ 31 1 each Wa-21 75 X 75 CM S R $ $ 32 1 each Wa-22 60 X 60 CM S R $ $ 33 1 each Wa-22A 60 X 60 CM S R $ $ 34 2 each Wa-24 75 X 75 CM S R $ $ 35 2 each Wa-24t 45 X 60 CM S R $ $ 36 2 each Wa-24a 90 X 90 CM S R $ $ 37 2 each Wa-26 60 X 60 CM S R $ $ 38 2 each Wa-27 60 X 90 CM S R $ $ 39 20 each Wa-31 45 X 45 CM S R $ $ 40 10 each Wa-33 30 X 90 CM S R $ $ 41 10 each Wb-1 75 X 75 CM S R $ $ 42 1 each Wb-3 60 X 60 CM S R $ $ 43 10 each We-1 60 X 60 CM S R $ $ 44 6 each We-lt 45 X 60 CM S R $ $ 45 6 each We-2 60 X 90 CM S R $ $ 46 2 each We-3 60 X 60 CM S R $ $ 47 2 each We-7 75 X 75 CM S R $ $ 48 4 each We-4 75 X 75 CM S R $ $ 49 2 each We-9 60 X 60 CM S R $ $ 50 20 each CHEVRON 30 X 45 CM S R $ $ CODES: S=STEEL R=REFLECTIVE E=ENAMEL W=WOOD A=ALUMINUM THE CORPORATION OF THE TOWN OF NEWCASTLE PAGE 8 OF 14 PURCHASING OFFICE TENDER T88-29 SCHEDULE (C) - POSTS AND HARDWARE ITEM EXTENDED ## QUANTITY DESCRIPTION UNIT PRICE PRICE -------------------------------------------------------------------------------- 51 200 each 12' U Flange Post $ $ 52 10 each 11' 2 1/2" Round Std. Galvanized $ $ 53 100 each Filler Blocks $ $ 54 1 each Band-It 5/8" X 100' Coil Type 301 S.S. $ $ 55 1 bx/50 Band-It Brackets c/w Bolt, Washers S.S. Type 301 Straight Leg $ $ 56 1 bx/100 Band-It 5/8" Buckles Type 301 $ $ 57 1 bx/50 Band-It Brackets c/w Bolt, Washers S.S. Type 201 Flared Leg $ $ THE CORPORATION OF THE TOWN OF NEWCASTLE PAGE 9 OF 14 PURCHASING OFFICE TENDER T88-29 SCHEDULE (C) - GUIDE RAIL ITEM EXTENDED ## QUANTITY DESCRIPTION UNIT PRICE PRICE -------------------------------------------------------------------------------- 58 20 each H18 3M Delineator 3" X 3' Piece White $ $ 59 1 each H19 3M Delineator 3" X 3' Piece Yellow $ $ 60 1 each Guiderail Beam 12' 6" $ $ 61 1 each Standard Terminal Section 28 1/2" End $ $ 62 1 bx/25 Button Head Bolts with Nuts 5/8" X 1 1/4" Galvanized $ $ 63 50 each 1/2" Guidewire Cable Cost/Ft $ $ SCHEDULE (C) - MISCELLANEOUS 64 50 each Pressure Sensitive Black Arrow Heads for RB-51 $ $ 65 1 each Pressure Sensitive Black 3' X 3" $ $ THE CORPORATION OF THE TOWN OF NEWCASTLE PAGE 10 OF 14 PURCHASING OFFICE TENDER T88-29 SCHEDULE (C) - INFORMATION ITEM EXTENDED ## QUANTITY DESCRIPTION CODE UNIT PRICE PRICE ------------------------------------------------------------------------------- 66 2 each G-8 60 X 150, 180 X 2 CM W R $ $ 67 2 each M-22 45 X 45 S $ $ SCHEDULE (C) - TEMPORARY CONDITIONS ITEM EXTENDED ## QUANTITY DESCRIPTION CODE UNIT PRICE PRICE ------------------------------------------------------------------------------- 68 1 each TC-1 90 X 90 CM S R $ $ 69 1 each TC-5 90 X 90 CM S R $ $ 70 2 each TC-21 60 X 60 CM S R $ $ 71 2 each Metal "A" Frames for TC-21 with Flags S $ $ 72 2 each TC-22 45 X 45 with Poles S R $ $ 73 1 each TC-7 "ROAD CLOSED" 120 X 120 X 2 W $ $ 74 20 each TC-52 Markers 20 X 90 S R $ $ 75 6 each TC-18 Chevron 45 X 60 S R $ $ 76 1 each TC-8t 25 X 120 X 2 CM W $ $ 77 10 each 18" Cones $ $ CODES: S=STEEL R=REFLECTIVE E=ENAMEL W=WOOD A=ALUMINUM THE CORPORATION OF THE TOWN OF NEWCASTLE PAGE 11 OF 14 PURCHASING OFFICE TENDER T88-29 SCHEDULE (C) - STREET SIGNS & HARDWARE ITEM EXTENDED ## QUANTITY DESCRIPTION CODE UNIT PRICE PRICE ------------------------------------------------------------------------------- 78 200 each Street Name Signs A $ $ (Based on 10 Letter Average) 79 100 each Double Pass Brackets $ $ 80 100 each Single Pass 4" x 4" Post Cap $ $ 81 30 each Single Pass Round Post Cap Std. O.D. $ $ 82 1 each End Mount Bracket 8" $ $ 83 20 each End Mount Bracket 6" $ $ 84 20 each "T" Flange Post Adapter (SU-70, L-14) $. $ SCHEDULE "B" TOWN OF NEWCASTLE FF1 . MEM ORANDUM ER TO: Lou Ann Birkett, Purchasing and Supply Agent TO; FR�C�IiIA Don Patterson, Manager of Operations FROM; January 20, 1989 7 1989 DATE;SUBJECT; TENDER: T88-29 j:W TEE TRAFFIC SIGNS I -F We recommend acceptance of the tender submitted by Provincial Traffic Signs who were not the low tenderer on Tender No. T88-29. The lowest tender was submitted by Owl Lite Signs at $19,691.43 which does not include guide rails (estimated value $300) is approximately 6% lower than Provincial Traffic Signs bid of $21,151.94. The tenders submitted by Owl Lite Signs does not meet the Ministry of Transportation of Ontario specifications for 12 foot U-flange posts. The posts as tendered by Owl Lite, in our opinion may be acceptable for city use but, would not stand up to the rigors required at rural locations, for example higher wind resistance required and damage incurred during snow plowing operations. The Town of Newcastle has in the past received substandard performance from the Owl Lite Sign company and following a tour of their facilities by Mr. Ron Baker and yourself, it is my impression that their personnel are cooperative and indicate that they have improved, however, I feel that it is too early to tell at this point whether or not that is in fact the case. In checking with several who have done business with Owl Lite in the last few months (the City of Stratford, the City of Brampton, the Town of Richmond Hill and the Town of Pickering) the consensus indicates average service, accept on small orders which seem to take longer. A buyer for the Ministry of Transportation of Ontario reports slow service, inconsistent and although management say they are trying to do better, it is too soon to tell, in Addition, M.T.O. does not use any of their posts. Of a particular benefit to the Town of Newcastle in using Provincial Traffic Signs is their willingness to accommodate small orders and special signs, sometimes with no advance notice. . . .2 Page 2 In the event that it becomes necessary to accept Owl Lites lowest tender, then it will be necessary to retender for the sign post only and delete same from Owl Lites submission. Sincerely Don Patterson, C.E.T. Manager of Operations DP:lly cc: W.A. Evans, P. Eng. R. Baker K. Rand