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.


                     *   *   *   *   *