SUPPORTS ITEM NO. 2 P&E COMMITTEE AGENDA DECEMBER 12, 1996 ADMINISTRATIVE REPORT Date: November 13, 1996 File No. CREP064. wpd TO: Standing Committee on Planning & Environment FROM: General Manager of Engineering Services Manager of Purchasing Services SUBJECT: Award of Tender No. 57-96-05: Supply & 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: FIRM: Westburne Supply ESTIMATED AMOUNT: $501,261 DETAIL: Item No.'s A1, A3, B1, B3, B5, B7 & 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 FIRM: International Plastics ESTIMATED AMOUNT: $251,388 DETAIL: Item No. s A8-10, A12, A13, A15-A19 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 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. 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. 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. * * * * *