A17
                                                 ADMINISTRATIVE REPORT


                                           Date: November 13, 1996
                                           File No.  CREP064.  wpd

   TO:       Vancouver City Council

   FROM:     General   Manager  of  Engineering  Services  and  Manager  of
             Purchasing Services

   SUBJECT:  AWARD OF TENDER NO.  57-96-05 - SUPPLY AND DELIVERY OF
             PVC SEWER PIPE AND FITTINGS


   RECOMMENDATION:  

        That  Council accept the following bids for the supply and delivery
        of PVC  sewer pipe and fittings,  as, if, and when  required, for a
        12-month period  from the date of  the purchase order,   subject to
        contracts satisfactory to the Director of Legal Services:

                                                         ESTIMATED
        FIRM       DETAIL                                AMOUNT

        Westburne
        Supply     Item No.'s A1, A3, B1, B3, B5, B7     $501,261 
                   & B48 - low bid

                   Item No.'s A2, A4, B2, B4, B6 & B8
                   - low bid meeting specifications

                   Item No. s A20, A21, B12, B15, B24,
                   B27, B34 & B37 - best value  
                                                              
        International
        Plastics   Item No. s A8-10, A12, A13, A15-A19   $251,388 
                   A22, B10, B11, B13, B14, B16-B21,
                   B26, B29, B31, B36, B38, B39,
                   B41-B43, B47, B49 & B51 - low bid

                   Item No. s A5-A7, A11, A14, B9,
                   B22, B23, B25, B28, B30, B32, B33,
                   B35, B40, B44-46, B50 & B52-56 
                   - best value

        Plus  the  7% Goods  and Services  Tax  (less any  municipal rebate
        received) and the Provincial Sales Tax.
                                     - 2 -


   COUNCIL POLICY

   The  policy  of  Council  is to  award  contracts  for  the  purchase of
   equipment,  supplies and services that will give the highest value based
   on quality, service and price.

   Contracts with a value over $300,000 are referred to Council.


   DISCUSSION

   Tenders for the  above were opened  by the City  Clerk on September  16,
   1996 and  referred to the   General Manager of Engineering  Services and
   the Manager of Purchasing Services for report.

   The 7% Goods and  Services Tax (less any municipal  rebate received) and
   the  Provincial Sales Tax  are in addition  to all prices  shown in this
   report.

   Funds for all purchases in the estimated amount of $752,649 are provided
   for in the Sewers Connection Fee and Sewers Capital Budget.

   The tender calls for  the supply and delivery of 22  items of SDR-28 PVC
   sewer pipe  and fittings in Section A  and 56 items of  SDR-35 PVC sewer
   pipe  and fittings in Section  B as, if  and when required  for a twelve
   month period  from the date of purchase  order.  The quantities tendered
   are estimated only.  The tender indicates a preference to award entirely
   to a single contractor or  to a maximum of three contractors in order to
   reduce administrative expenses  and to ensure compatibility  of pipe and
   fittings.  

   Eight firms submitted tenders.  Six firms bid  on pipe and fittings  and
   two firms bid on pipe only.

   PIPE:

   CPI Equipment  submitted the  low bid  for six sizes  of 13'  pipe (Item
   No. s A2, A4, B2, B4, B6 & B8) which is approximately $57,000 lower than
   the recommended bid.  Pipe samples were requested  from CPI as  the City
   did not have experience with their manufacturer s brand. 

   Basic  tests of  joining  pipe  and  fittings  were  conducted  by  City
   operations  personnel experienced in the  use of PVC  pipe. This testing
   identified  that the  joint  between the  pipe  and fittings  was  loose
   compared to previous experience with other manufacturers  pipe. A  loose
   joint could result in poor connections and an opening of joints in sewer
   mains.  This would lead to  blockages and basement  flooding which would
   have to be rectified by costly dig ups and repairs.

                                     - 3 -


   City  Materials staff  measured  the pipe  confirming  it did  meet  the
   required specifications  established by independent  agencies. Staff can
   only surmise that  manufacturing differances  may be the  cause of  this
   loose joint.  Independent laboratory  testing is  available at  $800 per
   pipe length but this was not justified due to the basic trial results.

   The   concerns  have  been   demonstrated  to  CPI   Equipment  and  the
   manufacturer s agent in an  evaluation session. It was suggested  to CPI
   that a factory representative  be present for the evaluation  session to
   address the City findings  and concerns but this representative  was not
   made available. Engineering  Services Operations, Design,  and Materials
   Branch staff  were present with  Purchasing Services at  this evaluation
   session for the discussion of these concerns.

   At this time, staff  do not have the  confidence in joint  compatibility
   between CPI s offered pipe and their  use with the existing inventory or
   infrastructure and the fittings to be supplied by other contractors. Any
   initial savings in the purchase price may be offset if problems occurred
   as a result of these joint compatibility concerns. Staff are prepared to
   work with CPI  and the manufacturer to address these concerns for future
   tenders.

   Westburne Supply  submitted the next  low bid for  the above  six items.
   They also submitted the low bid for the shorter pipe lengths (Item No.'s
   A1, A3, B1, B3, B5 and B7).  Westburne's bid meets specifications and is
   recommended for acceptance.

   FITTINGS:

   Low bids on individual  fitting items were received from  four firms. We
   recommend  that the award be  made to two  firms, International Plastics
   and Westburne Supply, as best value to the City. A further split  in the
   award of  the contract would  save only $1,721,  or .0023% of  the total
   contract value but add significantly to the City s administrative costs.


   International  Plastics is the  lowest overall  bidder for  fittings but
   they did not provide pricing for six minor items. These six items can be
   awarded to Westburne, as they are the recommended  supplier for the pipe
   portion,  along with three items that they were either low bid or second
   low bid. 

   In summary, it is recommended that  the fittings portion of the contract
   be awarded as follows:

        1.   International  Plastics for Items  No. s A8 to  A10, A12, A13,
             A15 to A19,  A22, B10, B11,  B13, B14, B16  to B21, B26,  B29,
             B31, B36, B38 to B39, B41 to B43, B47, B49, & B51 on a low bid
             basis.

                                     - 4 -



        2.   Westburne Supply for Item No. B48 as low bid.

        3.   International  Plastics for Item No. s A5 to A7, A11, A14, B9,
             B22, B23, B25,  B28, B30, B32 to B34,  B40, B44 to B46,  B50 &
             B52 to B56 as best value.  

        4.   Westburne  Supply for Item No. s A20, A21, B12, B15, B24, B27,
             B34 & B37 as best value.




                   *        *        *        *        *