Report to: General Committee                                                     Report Date: March 11, 2009

 

SUBJECT:                          Award of Tender 014-T-09 Concrete Maintenance  

 

PREPARED BY:               Morgan Jones, Ext. 2285

                                            Patti Malone, Ext 2239

 

RECOMMENDATION:

1)                  THAT the report entitled “Award of Tender 014-T-09 Concrete Maintenance” be received;

 

2)                  And That the contract for Tender 014-T-09 Concrete Maintenance be awarded to the lowest price bidder, VGN Construction Limited, in the estimated amount of $769,600.00, exclusive of GST;

 

3)                  And That if the low bidder, VGN Construction Limited, does not accept the purchase order for Contract 014-T-09, Staff be authorized to pull the Bid Bond in the amount of $76,960.00 (10%) as per the terms and conditions set out in the Town’s tender document;

 

4)                  And That Staff be authorized to award Contract 014-T-09 to the 2nd lowest priced bidder, Peltar Paving Co Ltd. , if the low bidder does not accept the purchase order as outlined in Recommendation # 3;

 

5)                  And That the Director of Operations and Manager of Purchasing be authorized to exercise the option to renew Contract 014-T-09 for an additional 2 years (2010-2011) at the 2009 itemized prices, subject to performance and budget approval;

 

6)                  And That the awards be funded from the Operations and Waterworks Department 2009 Operating and Capital budget accounts as detailed in the financial template and next years budgets upon approval;

 

7)                  And That Staff be authorized to amend the award amounts in years 2009-2011 to reflect changes to the Operations and Waterworks Department Operating and Capital budget accounts (listed in the financial template) approved by Council during the annual budgeting process;

 

And that Staff be authorized and directed to do all things necessary to give effect to this resolution.

 

PURPOSE:

The purpose of this report is to obtain Council approval to award Contract 014-T-09.

 

BACKGROUND:

Tender 014-T-09 Contract Maintenance was released for the annual concrete maintenance that includes removal and replacement of concrete infrastructure throughout the Town of Markham (including repair work in advance of micro-surfacing). 

 

 

 

TENDER INFORMATION: 

Advertised, place and date

ETN

Tender closing date

February 20, 2009

Number of contractors picking up tender documents

21

Number of contractors responding to tender

7

 

DETAILED PRICING INFORMATION EXCLUSIVE OF GST: 

Company

Total

VGN Construction Limited*

$769,600.00

Peltar Paving Co. Ltd. **

$1,088,830.00

VTA Construction Limited

$1,123,790.00

VBN Paving Limited

$1,209,840.00

Serve Construction

$1,286,400.00

Aloia Concrete Contractors Ltd.

$1,407,975.00

Trisan Construction

$1,814,290.30

* The quantities within the tender document are estimates and as such, the recommended award amount is within the specified 2009 budget amount identified within the financial section.

 ** In order to stay within the 2009 annual budget amount, Staff will reduce the quantity of concrete maintenance work by 30% if the low bidder (VGN) does not accept the purchase order as identified within the recommendation section of this award.

 

Note: VGN Construction Limited unit costs are a decrease of 17% from the 2006-2008 contractual pricing.  The unit costs from Peltar Paving Co Ltd is an increase of 16% over 2006-2008 contractual pricing.

 

OPTIONS/ DISCUSSION:

After tender closing and after the public announcement of prices, the low bidder, VGN Construction Limited (“VGN”), requested that the Town disqualify its tender without imposing any penalties. 

 

VGN’s Position

VGN’s position is that VGN made a genuine pricing error in its tender submission and, as a result of this error, the Town cannot enforce the tender.  In a letter to the Town, VGN advised the following:  “Our unit price for concrete, and interlock items is clearly low and also mathematics’ error in item # 9 unit price items. Our price barely covers the cost of Mobilizations and demobilization and supply material. This could be easily verified by you, comparing by other bidders. This is a case of clearly demonstrable mistake’. The City, knowing this fact, should not take advantage of the situation and the City cannot legally enforce the conditions of the erroneous form of tender. Our tender should be considered imbalanced and therefore informal.  Our preferred option is that the City disqualifies our tender without imposing penalties.”

 

 

 

 

Town’s Position

With respect to VGN’s request to withdraw its tender submission, the Town’s position is that it cannot accept VGN’s request for withdrawal, as requests for withdrawal after the tender closing date are not permitted by the Town’s General Terms and Conditions (Section 32).

With respect to VGN’s position that the Town cannot legally enforce the conditions of an erroneous form of tender, the Town’s position is that the tender submission is irrevocable and valid for acceptance notwithstanding any error.  This position is supported by the Town’s tender document (page 4, “Submission Requirements”) which states the following:

Ř      “The undersigned agrees that this bid must be irrevocable and valid for acceptance and that the prices shall remain firm and unchanged, notwithstanding any error in calculation of such bid, at the amount stated for a period of NINETY (90) days from the date of closing of this bid and the Town may at any time within the said period accept this bid whether any other bid has been previously accepted or not.”

In addition, the pricing error made by VGN did not negatively impact VGN.  VGN incorrectly stated the unit price for Item No. 9 in the “Price Summary” of VGN’s tender  submission as $4.00 (instead of $40.00).  However, the “Total Price” for Item No. 9 was correctly stated as $200,000.00 (5000 x $40.00), and the “Total Price” for Item No. 9 was consistent with the overall price for “Total Items 1-10”.   Section 21 of the Town’s General Terms and Conditions states the following regarding pricing discrepancies: 

 

Ř      “In the event of any discrepancy between the unit price and the extension, the unit price shall govern.  Where applicable, the bid prices shall be extended and totalled.”

 

In this case, VGN’s tender submission was assessed by the Town based on the correctly stated “Total Price” for Item No. 9 and overall price for “Total Items 1-10.”  It would be grossly unfair to take the position that the unit price should govern, since it is clear that the unit price was in error. 

 

In the event that the Town elects to award Contract 014-T-09 to VGN and VGN refuses to accept a purchase order for the work, the Town has the right to enforce the Bid Bond submitted with VGN’s tender.  This position is supported by the Town’s tender document (page 15 (“Bonds”)) which states the following: “If a Bid is accepted and the Bidder fails to accept a Purchase Order for the Work, or provide the other necessary bonds as required after the award of the Contract, the Bid bond will be exercised and forfeited”.

 

In summary, the Town will not permit VGN to withdraw its tender as doing so would be contrary to the Town’s General Terms and Conditions and could compromise the integrity of the tender process.  If VGN refuses to accept a purchase order for the work, the Town will have the right to enforce the Bid Bond.

 

 

 

FINANCIAL CONSIDERATIONS AND TEMPLATE: (external link)

The following table is a summary of the financial considerations for this report:

Original Budget and Account #

 

$3,718,300

 

Various

Current Budget Available (unspent)

 

$3,718,300

 

 

Less Cost

 

($815,400)

 

Awarded to VGN Construction Limited, Subject to maximizing the 2009 operating budget

Less Contingency

 

 

 

 

Budget Remaining

 

$2,902,900

 

 

 

 

Budgets provided in this award are also used in separate contracts for road maintenance, interlocking repairs, sidewalk/curb repairs parking lots repairs and Waterworks department operating requirements.  Therefore, the Operations Department will administer this contract and prioritize work in order to manage spending to the approved budgeted amounts.  Should the prioritized work require additional funds beyond the approved budget amounts, staff will follow the expenditure control policy to secure such funding.

 

HUMAN RESOURCES CONSIDERATIONS

Not Applicable

 

ALIGNMENT WITH STRATEGIC PRIORITIES:

Not Applicable

 

BUSINESS UNITS CONSULTED AND AFFECTED:

Legal department has been consulted with respect to the low bidder requesting withdrawal of its tender submission.

 

 

 

 

RECOMMENDED

                            BY:    ________________________          ________________________

                                      Peter Loukes,                                     Brenda Librecz

                                      Director, Operations                           Commissioner, Community & Fire Services