Public Works and Infrastructure Committee. Executive Director, Engineering & Construction Services Director, Purchasing and Materials Management

Similar documents
Lease Amending Agreement at 2489 Bayview Avenue

Proposed Transaction between City of Toronto and Lanterra 234 Simcoe Realty Ltd St. Patrick Street (Municipal Carpark 221)

Acquisition of 925 Albion Road for Multi-Service Centre and Parkland Purposes

School District Bidding Requirements Under North Dakota Law NDSBA Fall School Law Seminar Nicholas C. Grant Ebeltoft. Sickler. Lawyers.

DELEGATED APPROVAL FORM DIRECTOR, REAL ESTATE SERVICES MANAGER, REAL ESTATE SERVICES

Intent: To establish a policy and guidelines for all procurement activities in the city. SECTION I: Purpose of Purchasing Policies...

What is the Omni-Circular Final Guidance on the Uniform Administrative Requirements, Cost Principals and Audit Requirements for Federal Awards

DELEGATED APPROVAL FORM DIRECTOR, REAL ESTATE SERVICES MANAGER, REAL ESTATE SERVICES

STAFF REPORT ACTION REQUIRED

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

MARCH GUIDE TO BUILDING CONDITION ASSESSMENTS and RESERVE FUND STUDIES

Purchasing Guide. MTAS MORe. Published on MTAS ( November 06, 2018

Policy for Accepting Potentially Contaminated Lands to be Conveyed to the City under the Planning Act

City of Keller Glossary of Procurement Terms. Addendum: A written change to a Bid, Quote, RFQ, or RFP during the solicitation process.

3660 Kingston Road New Lease for Toronto Employment & Social Services Office. Government Management Committee

Lease Amending and Extension Agreement - The Beaton Group Inc.: 21 Connell Court

Don Valley Brick Works Ground Lease Amendments and New Parking Lot Lease Part of 550 Bayview Avenue

A. The purpose of this policy is to establish purchasing guidelines. This policy is applicable to all purchasing for the City of Moscow Mills.

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

City of Mississauga Additional Agenda

EASTERN WEST VIRGINIA COMMUNITY & TECHNICAL COLLEGE REGULATION No. AR- 7.10

PURCHASE AUTHORIZATION LEASE OF RETAIL SPACE AT VARIOUS SUBWAY STATIONS

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

TITLE 5 MUNICIPAL FINANCE AND TAXATION 1 CHAPTER 1 MISCELLANEOUS

Community Space Tenancy Lease with Lakeshore Area Multi-Service Project Inc. (LAMP) at 185 Fifth Street

Pedestrian Bridge connecting Hudson's Bay Company and Toronto Eaton Centre 220 Yonge Street

NEW HAMPSHIRE CODE OF ADMINISTRATIVE RULES TABLE OF CONTENTS

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

Lease Agreement with Earlscourt-Crèche Child Development Institute at Wellesley Community Centre Sherbourne Street

FRANKLIN COUNTY CIVIC DEVELOPMENT CORPORATION DISPOSITION OF PROPERTY POLICY. I. Introduction

REQUEST FOR PROPOSAL FOR. Appraisal Services. Office of the Special Deputy Receiver

SUFFOLK COUNTY INDUSTRIAL DEVELOPMENT AGENCY DISPOSITION OF PROPERTY GUIDELINES ADOPTED PURSUANT TO SECTION 2896 OF THE PUBLIC AUTHORITIES LAW

THE HONG KONG HOUSING AUTHORITY. Memorandum for the Home Ownership Committee

NON-STANDARD (VENDOR ORIGINATED) CONTRACT PROCESSING PROCEDURE

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

REPORT 2014/050 INTERNAL AUDIT DIVISION. Audit of United Nations Human Settlements Programme operations in Sri Lanka

Public Works and Infrastructure Committee. Executive Director, Engineering & Construction Services. P:\2016\Cluster B\TEC\ PW16045 (AFS# 23950)

Results of the Request for Proposals to Develop and Operate Affordable Rental Housing at 200 Madison Avenue

CENTER FOR COMMUNITY SERVICES. Title: Management of WAP/CSBG Property Directive #: CW Effective: September 4, 2014

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

TRIBAL CODE CHAPTER 13 PROCUREMENT AND PROPERTY MANAGEMENT

Permission to Repair, Restore and Maintain Existing Underground Areaways at 176 Yonge Street and 401 Bay Street, Hudson's Bay Company

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

A Program for 32 New Affordable Ownership Homes at 2 Bicknell Avenue

114 Vaughan Road - Condominium - Final Extension Report

1.3. The Policy is based on the City of London governing principles:

LWDB PROCUREMENT / PROPERTY MANAGEMENT POLICY

Financial Responsibilities. Financial Responsibilities. Financial Responsibilities MUNICIPAL ELECTED OFFICIALS /18/2018

Alexandra Park Housing Co-operative Lease Amendment 25 Eden Place

REQUEST FOR PROPOSALS APPRAISAL SERVICES

Grant of Easements to Toronto Hydro for site-specific services at nominal consideration, including Downsview Park and Finch West Stations

Green For Life Commercial Vehicle Operator Registration Safety Rating Downgrade

DELEGATED APPROVAL FORM DIRECTOR, REAL ESTATE SERVICES MANAGER, REAL ESTATE SERVICES

CHAPTER 10 PURCHASING

STATE OF MINNESOTA OFFICE OF THE STATE AUDITOR

PROCUREMENT CODE. Part A Project Delivery and Selection Methods

CITY OF CLARKSVILLE, TENNESSEE

The terms for completing the transaction are considered to be fair, reasonable and reflective of market value.

Expropriation of 30 Newbridge Road and 36 North Queen Street

Development Charges for Subsidized Housing

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

FINAL REPORT OF THE PROCUREMENT SYSTEM REVIEW METROPOLITAN COUNCIL ST. PAUL, MINNEAPOLIS

Guidelines and Procedures for the Disposal of Personal Property

DIVISION 2. PURCHASES, CONTRACTS AND SALE OF PROPERTY* Sec Purchasing agent. Sec Purchase and contractual requirements generally.

CHAPTER 304 TOWN OF SCARBOROUGH PURCHASING POLICY

114 Vaughan Road Condominium Final Report

Strategy to Support the Ongoing Operation of the Island Yacht Club

Memorandum of Understanding

NEW YORK CITY ECONOMIC DEVELOPMENT CORPORATION POLICY REGARDING THE ACQUISITION AND DISPOSITION OF REAL PROPERTY

STEUBEN TOBACCO ASSET SECURITIZATION CORPORATION DISPOSITION OF PROPERTY GUIDELINES ADOPTED PURSUANT TO SECTION 2896 OF THE PUBLIC AUTHORITIES LAW

TENDER DOCUMENT FOR EMPANELMENT OF ADVERTISING AGENCY

ARTICLE I 1. STATEMENT OF PURPOSE AND APPLICABILITY

P.O. Box 825 Phone: (405) Anadarko, OK Fax: (405) Residential Rental Assistance Program Guidelines

Standards of Practice for Surveying in the State of Alabama

LISTING AND SALE OF NEIGHBORHOOD STABILIZATION PROGRAM HOMES TOTAL OF 10 + HOMES TO BE LISTED ONCE REHABILITATED

DELEGATED APPROVAL FORM CHIEF CORPORATE OFFICER DIRECTOR OF REAL ESTATE SERVICES

A SIX-STEP GUIDE TO LETTINGS ALL YOU NEED TO KNOW ABOUT BECOMING A LANDLORD

Lettings & Full Management

REQUEST FOR PROPOSALS HYDRAULIC ELEVATOR MODERNIZATION

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

To establish the structure and content of contracts.

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

Purchase of Parking Garage Sublease at 51 Dockside Drive, Toronto. Government Management Committee. President, Toronto Parking Authority

Government Management Committee. P:\2011\Internal Services\Fac\Gm11008Fac- (AFS 10838)

Common Audit Findings Related to Purchasing and How to Avoid Them

Due Diligence. Ryan Nestor, CPA, CGMA

2. periodically inventory such property to determine which property may be disposed of;

REPORT FOR ACTION Licence Agreement with Royal Agricultural Winter Fair

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

GUIDELINES FOR EXISTING DONATIONS

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

DELEGATED APPROVAL FORM CITY MANAGER DEPUTY CITY MANAGER, INTERNAL CORPORATE SERVICES

288A, 290 and 294 Adelaide Street West Zoning Amendment Application Final Report

REQUEST FOR PROPOSAL. SEEKING A MANAGEMENT AGENT for the CASA DE LOS ARCOS HOUSING PROJECT. RFP No

H. UNIVERSITY PROCUREMENT CODE

Central Kentucky Educational Cooperative

DELEGATED APPROVAL FORM DEPUTY CITY MANAGER, INTERNAL CORPORATE SERVICES DIRECTOR OF REAL ESTATE SERVICES

During the initial term of 15-years these two additional wind turbines, TREC/THESI will pay gross rents of $76,000.

EARLY LEARNING COALITION OF OSCEOLA COUNTY

Transcription:

STAFF REPORT ACTION REQUIRED PW16.2 Non-competitive Contracts with Cansel Survey Equipment Inc., Leica Geosystems Ltd., and Topcon Positioning Systems for Proprietary Maintenance, Repairs and Parts of Surveying Instruments Date: September 28, 2016 To: From: Wards: Reference Number: Public Works and Infrastructure Committee Executive Director, Engineering & Construction Services Director, Purchasing and Materials Management All P:\2016\Cluster B\TEC\PW16035 (AFS # 23550) SUMMARY The purpose of this report is to request authority for the Executive Director, Engineering & Construction Services to negotiate and enter into non-competitive contracts with Cansel Survey Equipment Inc., Leica Geosystems Ltd. and Topcon Positioning Systems. These contracts are for the continued supply of proprietary maintenance, repairs and replacement parts for sophisticated surveying instruments used for the purpose of delivering the Capital Works Program and identifying City owned lands and dealing with City Legal Survey land claims from January 1, 2017 to December 31, 2017, with the option to renew for additional five (5) separate one (1) year periods, at the sole discretion of the City and subject to budget approval(s), for the total amount of $317,826 net of HST and $323,420 net of HST recoveries. City Council approval is required in accordance with Municipal Code Chapter 195-1 Purchasing, where the current request exceeds the Chief Purchasing Official's authority of the cumulative five year commitment limit under Section 1 of the Purchasing By-Law and allowed under staff authority as per the Toronto Municipal Code, Chapter 71- Financial Control, Section 71-11A. Non-Competitive Contracts for Proprietary Services and Parts for Surveying Instruments 1

RECOMMENDATIONS The Executive Director, Engineering & Construction Services, and the Director, Purchasing and Materials Management, recommend that: 1. City Council authorize the Executive Director, Engineering & Construction Services to negotiate and enter into a non-competitive agreement with Cansel Survey Equipment Inc. on terms and conditions satisfactory to the Executive Director, Engineering & Construction Services and in a form satisfactory to the City Solicitor. This contract is for the continued supply of proprietary maintenance, repairs and replacement parts for Trimble instruments from January 1, 2017 to December 31, 2017, with the option to renew for additional five (5) separate one (1) year periods at the sole discretion of the City and subject to budget approval(s). The contract will also be on the condition that the vendor continues to be the manufacturer and exclusive distributor for the goods. The estimated amount of this noncompetitive contract including all option years is $156,371 net of HST ($159,123 net of HST recoveries). 2. City Council authorize the Executive Director, Engineering & Construction Services to negotiate and enter into a non-competitive agreement with Leica Geosystems Ltd on terms and conditions satisfactory to the Executive Director, Engineering & Construction Services and in a form satisfactory to the City Solicitor. This contract is for the continued supply of proprietary maintenance, repairs and replacement parts for Leica instruments from January 1, 2017 to December 31, 2017, with the option to renew for additional five (5) separate one (1) year periods at the sole discretion of the City and subject to budget approval(s). The contract will also be on the condition that the vendor continues to be the manufacturer and exclusive distributor for the goods. The estimated amount of this non-competitive contract including all option years is $96,619 net of HST ($98,320 net of HST recoveries). 3. City Council authorize the Executive Director, Engineering & Construction Services to negotiate and enter into a non-competitive agreement with Topcon Positioning Systems on terms and conditions satisfactory to the Executive Director, Engineering & Construction Services and in a form satisfactory to the City Solicitor. This contract is for the continued supply of proprietary maintenance, repairs and replacement parts for Sokkia instruments from January 1, 2017 to December 31, 2017, with the option to renew for additional five (5) separate one (1) year periods at the sole discretion of the City and subject to budget approval(s). The contract will also be on the condition that the vendor continues to be the manufacturer and exclusive distributor for the goods. The estimated amount of this noncompetitive contract including all option years is $64,837 net of HST ($65,978 net of HST recoveries). Non-Competitive Contracts for Proprietary Services and Parts for Surveying Instruments 2

FINANCIAL IMPACT The total estimated value of all three contracts including all option years, identified in this report is $317,826 net of HST ($323,420 net of HST recoveries). Funding in the amount of $50,000 net of HST recoveries will be included in the 2017 Operating Budget submission for Engineering & Construction Services, as detailed in the table below. Should the City choose to exercise its option to renew for an additional five (5) separate one year periods, then appropriate additional funding, if needed, will be included in the 2018-2022 annual operating budgets for Engineering & Construction Services. Funding details (net of HST recoveries) are provided below: Cost Centre Cost Element Years 2017 2018 2019 2020 2021 2022 ECS640 4699 $41,000 $42,230 $43,497 $44,802 $46,146 $47,530 ECS611 4699 $9,000 $9,270 $9,548 $9,834 $10,130 $10,433 Yearly Totals $50,000 $51,500 $53,045 $54,636 $56,275 $57,963 Grand Total 2017-2022 $323,420 The Deputy City Manager & Chief Financial Officer has reviewed this report and agrees with the financial impact information. ISSUE BACKGROUND Engineering Surveys and Land and Property Surveys provide land survey services for the City of Toronto's Capital Works Program. These services require the use of specialized, high precision, survey equipment for pre-engineering, construction layout, as-built, audit, property surveys and for the maintenance of the geodetic control network which includes horizontal and vertical control monuments in support of the Capital Works Program. This equipment is technically specialized and necessary to ensure that the accuracies required for each type of survey are achieved. Engineering & Construction Services (ECS) requires non-competitive contracts for the annual calibration, repair and maintenance for proprietary survey instruments used by Engineering Surveys and Land & Property Surveys. This equipment is used on daily basis by field crews in all weather conditions and undergoes significant wear and tear. The proper maintenance of this equipment ensures that capital works and other internal client projects are delivered at the highest operational precision and accuracy in compliance with the City of Toronto's standards and legislative requirements. ECS has been procuring remote control total station survey equipment, Global Positioning System (GPS) receivers and other survey instruments using a competitive Request for Quotation Non-Competitive Contracts for Proprietary Services and Parts for Surveying Instruments 3

process. Over the years, due to the competitive bid process, the City has acquired various brands of instruments, namely, Leica, Sokkia and Trimble. The current inventory, listed by brand, is shown in Table 1: Table 1: ECS Survey Equipment Inventory Brand Model year # Total Station # GPS Receiver Leica 2000-2011 11 6 Sokkia (sold by Topcon) 2008-2013 12 10 Trimble (sold by Cansel) 2003-2012 12 0 Totals 35 16 The services and parts for the equipment listed in Table 1 cannot be procured through a competitive process because it was determined that Cansel Survey Equipment Inc., Leica Geosystems Ltd. and Topcon Positioning Systems are the only manufacturers or authorized dealers who can sell these proprietary services and parts to the City of Toronto. COMMENTS Cansel Survey Equipment Inc., Leica Geosystems Ltd., and Topcon Positioning Systems are the only manufacturers or authorized dealers who can provide the knowledge and specialized service and parts for the proprietary surveying instruments used by Engineering & Construction Services. These high-grade survey instruments have an estimated life span of eight (8) to twelve (12) years. The three non-competitive contracts will ensure that equipment is maintained to ensure top performance, high accuracy, reliable spatial data and for its estimated life span. The historical repair and maintenance costs paid to each vendor (January 1, 2011 to December 31, 2015) are shown in Table 2. Table 2: Historical Repair and Maintenance Expenditures for ECS Surveying Equipment (Net of HST Recoveries) Vendor Repair and Maintenance Expenditures January 2011 to December 2015 Annual Average (Approximate) Cansel $ 135,800 $ 27,000 Leica $ 39,200 $ 8,000 Topcon $ 38,200 $ 7,600 Total $213, 200 $ 42,600 Non-Competitive Contracts for Proprietary Services and Parts for Surveying Instruments 4

It is recommended that the City enter into non-competitive contracts with Cansel Survey Equipment Inc., Leica Geosystems Ltd and Topcon Positioning Systems for the period from January 1, 2017 to December 31, 2017, and that staff be authorized to execute the five (5) renewal option years for the expenditures as identified in Appendix A. Each vendor has provided written confirmation that the City is receiving the lowest possible prices when compared to other municipalities for their goods and services. In the event that other suitably qualified vendors (approved by the manufacturers/distributors) are identified, staff will follow all appropriate Purchasing By-Laws and procedures to ensure that a competitive process is conducted. The Fair Wage Office has reported that the recommended firms have indicated that they have reviewed and understand the Fair Wage Policy and Labour Trades requirements and have agreed to comply fully. CONTACT Mika Raisanen, P.Eng. Jacquie Breen Director Manager, Corporate Purchasing Policy & Engineering Support Services Quality Assurance Engineering & Construction Services Purchasing and Materials Management Division Telephone: (416) 397-4401 Telephone: (416) 392-0387 Email: mraisan@toronto.ca Email: jbreen@toronto.ca SIGNATURE Michael D'Andrea, M.E.Sc., P.Eng. Executive Director Engineering & Construction Services Michael Pacholok Director Purchasing and Materials Management Division ATTACHMENTS Appendix A- List of Non-Competitive Contracts Non-Competitive Contracts for Proprietary Services and Parts for Surveying Instruments 5

PW16.2 Appendix A APPENDIX A List of Non-Competitive Contracts Net of HST Recoveries Vendor Cansel Survey Equipment Inc. Leica Geosystems Ltd. Topcon Positioning Systems Goods/Service Provided Parts, service and maintenance for Trimble Surveying Instruments Parts and maintenance for Leica Geosystems Ltd Surveying Instruments Parts and maintenance for Sokkia Surveying Instruments Contract Issue Date 2017 Dec. 31, 2017 Year 1 2018-Dec. 31, 2018 Year 2 2019-Dec. 31, 2019 Years Year 3 2020-Dec. 31, 2020 Year 4 2021-Dec. 31, 2021 Year 5 2022- Dec. 31, 2022 Total (including all Years) $24,600 $25,338 $26,098 $26,881 $27,688 $28,518 $159,123 $15,200 $15,656 $16,126 $16,609 $17,108 $17,621 $98,320 $10,200 $10,506 $10,821 $11,146 $11,480 $11,825 $65,978 Reason for Noncompetitive Sole authorized distributor for Trimble parts service & repairs. Manufacturer and sole distributor of Leica Geosystems Ltd Surveying Instruments Manufacturer and sole distributor of Sokkia Surveying Instrument Total Value: $50,000 $51,500 $53,045 $54,636 $56,275 $57,964 $323,420 Annual values are estimated based on historical needs and expected maintenance and include an inflationary increase of 3% each option year. Non-Competitive Contracts for Proprietary Services and Parts for Surveying Instruments 6