THE CITY OF TORONTO. Minutes of the Bid Committee. Meeting 49

Similar documents
THE CITY OF TORONTO. Minutes of the Bid Committee. Meeting 98

THE CITY OF TORONTO. Minutes of the Bid Committee. Meeting 38

Director, Purchasing and Materials Management

Contracts awarded by the Bid Committee and amendments approved by the City Manager during the 2014 Election Period. Government Management Committee

Director, Purchasing and Materials Management

Director, Purchasing and Materials Management

Infrastructure, Transportation and Safety Sub-committee MINUTES

Future Options for City Operated Golf Courses

Board Members Vancouver Park Board General Manager Parks and Recreation. SUBJECT: Construction Contract Award Kitsilano Beach Tennis Courts Renovation

TO: FROM: SUBJECT: RECOMMENDATION REPORT SUMMARY BOARD AUTHORITY

Summary of Proposal to Upgrade Swimming Facilities for the Wanaka Ward

Jiiiioaorno Michael Pacholok, Chief Purchasing Officer Purchasing and Materials Management Division Sabrina Dipietro City Hall, 18th Floor, West Tower

Amendment to Licence Agreement with First Service Tennis Management Inc.

T E N D E R Tender # T SCOTT SCBA AIR PACKS AND ACCESSORIES SAINT JOHN FIRE DEPARTMENT

a contract for Zone A Roadside Landscape Maintenance Services and Resolution No awarding

MUNICIPAL BUILDING 2101 O'Neil Avenue Cheyenne, WY CITY COUNCIL MEETING COUNCIL CHAMBERS 6:00 P.M.

TOWN OF LAKE COWICHAN Minutes of a Regular meeting of Council Tuesday, September 25th, 2018

P.O. Box 1749 Halifax, Nova Scotia B3J 3A5 Canada Item No. Halifax Regional Council January 16, 2017

Resident Services Committee

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION SENATE BILL DRS45071-MQf-19. Short Title: Off-Track Pari-Mutuel Betting. (Public)

ORDINANCE NO AN ORDINANCE OF THE CITY OF FOLSOM AMENDING CHAPTER OF THE FOLSOM MUNICIPAL CODE CONCERNING SWIMMING POOLS, SPAS AND HOT TUBS

CITY OF VANCOUVER ADMINISTRATIVE REPORT

THE CORPORATION OF THE TOWN OF SAUGEEN SHORES REGULAR COUNCIL MINUTES April 10, 2006

Golf Professional Services - Independent Contractor

METRO VANCOUVER REGIONAL DISTRICT UTILITIES COMMITTEE

Mecklenburg County Health Ordinance Rules Governing Residential Swimming Pools

ANNEX A TECHNICAL DESCRIPTION OF GOODS AND PRICING STATEMENT Ammunition and Optional Ammunition

Bid Document/Request for Proposal. For

Other Initiatives. Highest 10 Year Value Projects Capital Budget and Financing Plan

Deputy City Manager & Chief Financial Officer. P:\2016\Internal Services\Cf\Dc16009cf (AFS #22921)

The meeting was opened with the Pledge of Allegiance. On Roll Call the following members answered to their names: Howard T. Phillips, Jr.

MOTION NO. M Contract Amendment for Systems Construction Management Consultant Services

WANAKA SWIMMING FACILITIES STATEMENT OF PROPOSAL

STAFF REPORT ACTION REQUIRED. Public Works and Infrastructure Committee. General Manager, Transportation Services

SWIM POOL MANAGEMENT City of Blue Springs, Missouri

Strategies for Maintaining & Renewing Innovative Street Projects. Elyse Parker, Director of Policy & Innovation, City of Toronto NACTO, LA, 2018

The Corporation of The Township of Stone Mills Council Agenda April 16, 2018 Municipal Offices- Stone Mills 6:30 PM

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street. Hayward, CA J395 (510)

The successful proponent must demonstrate the ability to meet the criteria outlined in the statement of work in

REGULAR MEETING OF THE COUNCIL OF THE TOWN OF LA RONGE HELD IN THE COUNCIL CHAMBERS. Town of La Ronge. Meeting Minutes

AGENDA PUBLIC WORKS COMMITTEE Councillors L. McGregor (Chair), S. Drapala and P. Britton. Public Works Committee Meeting Agenda - July 10, 2017

SPECIAL SPECIFICATION 7581 Performance Based Vegetation Management

CITY OF VAUGHAN EXTRACT FROM COUNCIL MEETING MINUTES OF OCTOBER 30, 2012

BURNHAMTHORPE ROAD EAST RECONSTRUCTION INFORMATION SESSION. November 9, 2017

NATIONAL INSTITUTE OF ANIMAL BIOTECHNOLOGY (NIAB)

Report Date: February 20, 2018 Contact: Nick Kassam Contact No.: RTS No.: VanRIMS No.: Meeting Date: March 14, 2018

Sony Centre for Performing Arts

a) receiving of legal advice subject to solicitor client privilege and labour relations regarding contract negotiations

Community Development and Recreation Committee. General Manager, Parks, Forestry and Recreation. P:\2015\Cluster A\PFR\CD AFS#22685

Regional School District #19 Transportation Policy

Gravenhurst Winter Carnival Committee - Minutes Thursday, October 26, 2017

REQUEST FOR PROPOSAL NW Barry Road Kansas City, MO Park Hill School District Grandstand Installation

May 23, 2018 Proposed No.:

CHAIR AND MEMBERS CIVIC WORKS COMMITTEE MEETING ON DECEMBER 1, 2015 EDWARD SOLDO, P. ENG. DIRECTOR, ROADS & TRANSPORTATION

TRAFFIC CALMING GUIDE FOR TORONTO CITY OF TORONTO TRANSPORTATION SERVICES DIVISION

SINGAPORE edevelopment LIMITED (Incorporated in Singapore) (Company Registration No W)

Public Comment Period/Council Comments. Public Hearing: FY 2016 Final Budget Hearing. Resolution No. 669, FY 2016 Mill Levy

AGENDA STAFF REPORT. CEO CONCUR COUNTY COUNSEL REVIEW CLERK OF THE BOARD Pending Review Approved Agreement to Form Discussion 3 Votes Board Majority

ARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of May 19, 2018

CITY OF LOS ANGELES I,"" ER-DEPARTMENTAL CORRESPONDE, 0:: Los Angeles Marathon - Assumption of Contract

Regular Meeting Agenda Tuesday, April23, :00 pm McAlester City Hall - Council Chambers 28 E. Washington

Draft Provisional Financial Plan. October 30, 2017

Florida Senate SB 1694 By Senator Haridopolos

Two-Year Extension for Stationary Food Trucks (R55 Curb Lane Vending Permits)

THE CITY OF TORONTO. City Clerk s Division. Minutes of the Toronto Pedestrian Committee. Meeting No. 5

Public Facilities & Services

REPORT Meetillig Date: June 6, 2013 Waste Management Committee

REQUIREMENT SPECIFICATIONS

MINUTES OF MEETING OF THE BOARD OF PARKS AND RECREATION HELD IN THE PARK BOARD OFFICE ON MONDAY, FEBRUARY 24, 2003

City of Kingston Report to Council Report Number

Minnesota Ballpark Authority Board Meeting Minutes October 11, 2018

2.1 STS Crane Glass Pricing - Savannah Crane # Drawing # Item # Type Of Glass Cost. Sav LV50:112-L1 1. Sav LV50:112-L1 2

October 30, Subject: Solicitation Number: ITB Printing of Florida Class E Driver License Handbook

South Portland City Council Position Paper of the City Manager

AGENDA STAFF REPORT. CEO CONCUR COUNTY COUNSEL REVIEW CLERK OF THE BOARD Pending Review Approved Agreement to Form Discussion 3 Votes Board Majority

Invitation to Bid BASEBALL FIELD OUTFIELD RENOVATION/FENCE HHS

Michael Y. Ereti, Director of Capital Projects

brampton.ca rlowgt LITV Committee of the Council of The Corporation of the City of Brampton Date: January 11,2011 COMMITTEE OF COUNCIL

Public Works and Infrastructure Committee. General Manager, Transportation Services. P:\2016\Cluster B\TRA\TIM\pw16009tim.docx

PROPOSAL. PROPOSAL OF, a corporation a

Requests for Proposal (RFP) Swimming Pool Management Services

REPORT OF THE AD HOC COMMITTEE ON THE FEASIBILITY OF A COMMUNITY TRAIL USING THE RAIL CORRIDOR RIGHT-OF-WAY APRIL 28, 2016

Central Subway UMS Utility Relocation

CITY COUNCIL CURRENT BUDGET

PROVISION OF SERVICES IN RELATION TO AN INVESTIGATION ON THE COASTAL SUBSURFACE GROUNDWATER DISCHARGE FLOW DYNAMICS

ADA TRANSITION PLAN 2013

Douglas Park Playground Replacement

OLIVE AVENUE CLASS 2 BIKE LANES HSIP, CIP PROJECT NO CONSTRUCTION CONTRACT AWARD

City of Kingston Report to Council Report Number

Canadian Championships in Men s & Women s Artistic Gymnastics

BY-LAW NO A by-law to regulate Pool Enclosures within the Town of Halton Hills.

Thursday, June 21, 2018

New England Diamond Gems. Indoor Training Facility Field Rental for

Warsaw Village Council Meeting Minutes: December 17, 2014

THE CORPORATION OF THE TOWN OF SAUGEEN SHORES COUNCIL MINUTES April 13, 2004

CITY COUNCffi #30;.91 December 9, :30 p;m.

PUBLIC SAFETY COMMITTEE AGENDA May 22, :30 pm Lake Elmo City Hall

CITY OF LOS ALAMITOS Recreation and Community Services Department

Brenda Patterson, General Manager, Parks, Forestry and Recreation. P:\2011\Cluster A\PFR\PE AFS#13791

Traffic Control Signals Review McCowan Road and Bridlegrove Drive

Transcription:

THE CITY OF TORONTO Minutes of the Bid Committee Meeting 49 The Bid Committee met on Wednesday December 19, 2007, in Meeting Room D, 2 nd Floor, City Hall, commencing at 2:07 p.m. Members Present: Also Present: Margaret Lewis, obo City Clerk Don Altman, obo Corporate Finance Laurie McQueen, obo City Manager s Office Maria Latino, Toronto Water Darren Delorey, Solid Waste Management Services Renato Buensuceso, Purchasing and Materials Management Chris Sheldon, Parks, Forestry and Recreation George Padanyi, Facilities and Real Estate Michael Dielissen, Purchasing and Materials Management David Ferguson, Purchasing and Materials Management Glenn Morgan, Shelter, Support and Housing Rudy Mumm, Shelter, Support and Housing There were no declarations of interest pursuant to the Municipal Conflict of Interest Act. Confirmation of Minutes On motion by Don Altman, the minutes of the meeting of the Bid Committee held on December 12, 2007, were confirmed. 49.1 Request For Quotation (RFQ) 3405-07-3365 Shelter Management Information System (SMIS) (Wards: All) The Bid Committee considered a report (December 13, 2007) from the Director of Purchasing and Materials Management, advising on the results of RFQ 3405-07-3365 for the supply, delivery and complete installation of a Shelter Management Information System (SMIS), in accordance with specifications issued by the Shelter, Support and Housing Administration Division, and to request authority to award a contract to the recommended bidder.

2 granted to award Request For Quotation 3405-07-3365 for the supply, delivery and complete installation of a Shelter Management Information System (SMIS), to Quatro Group Software Systems Inc., in the amount of $990,796.32 net of GST, being the lowest bidder for a period of five (5) years from the date of award to December 31, 2012. On motion by Glenn Morgan, the Bid Committee adopted the staff (December 13, 2007) from the Director of Purchasing and Materials 49.2 Contract WP-TW-TWOS-MCP-07-00004 Tender Call 231-2007 Highland Creek Treatment Plant Effluent Waterline Upgrade (Wards: 44 Scarborough East) The Bid Committee considered a report (December 6, 2007) from the Director of Purchasing and Materials Management, advising on the results of Tender Call 231-2007 issued for the Highland Creek Treatment Plant Effluent Waterline Upgrade, in accordance with specifications as required by Toronto Water, and to request the authority to award a contract to the recommended bidder. granted to award Contract WP-TW-TWOS-MCP-07-00004, Tender Call 231-2007 to Torbear Contracting Inc., in the amount of $3,235,458.00 net of GST for the Upgrade of the Effluent Waterline at Highland Creek Treatment Plant, having submitted the lowest bid in conformance with the tender requirements. On motion by Don Altman, the Bid Committee adopted the staff (December 6, 2007) from the Director of Purchasing and Materials 49.3 Request for Proposal (RFP) No. 9117-07-7299 North Toronto and Humber Treatment Plants Dechlorination Systems Design and Construction (Ward 5 - Etobicoke - Lakeshore, and Ward 29 Toronto Danforth) The Bid Committee considered a report (December 6, 2007) from the Director of Proposals (RFP) 9117-07-7299 for the provision of engineering services for the design and construction of new dechlorination systems at the North Toronto and Humber

3 Wastewater Treatment Plants, and to request authority to enter into agreements with the recommended proponent. Recommendations: granted to award a contract in the amount of $3,035,279.00, including provisional items, disbursements, contingencies, and net of GST to KMK Consultants Limited having submitted the highest scoring submission, for the provision of professional services for the North Toronto and Humber Wastewater Treatment Plants Dechlorination Systems as follows: a) for the pre-design and detailed design, an amount not to exceed $1,437,709.00 including provisional items, disbursements and net of GST. This amount includes a contingency allowance of $96,000 net of GST, for additional services and a cash allowance of $378,640.00 net of GST, if necessary and authorized by the General Manager, Toronto Water; b) for services during construction including general office administration and site supervision services, an amount not to exceed $1,504,930.00 including provisional items, disbursements and net of GST for a construction period of up to 80 weeks. This amount includes a contingency allowance of $255,000.00 net of GST that includes resident staff services during construction beyond a period of 68 weeks for each plant, at a rate not to exceed $5,750.00 net of GST per week including disbursements, if necessary and authorized by the General Manager, Toronto Water; and c) for the post-construction services, an amount not to exceed $92,640.00 including provisional items, disbursements and net of GST, and including a contingency allowance of $9,000.00 net of GST for additional services, if necessary and authorized by the General Manager, Toronto Water. On motion by Don Altman, the Bid Committee adopted the staff (December 6, 2007) from the Director of Purchasing and Materials 49.4 Tender No. 294-2007 The Building Renovations and Upgrades to the 129 Peter Street Assessment Referral Centre and a 40 Bed Homeless Shelter 129 Peter Street, Toronto (Ward 20) The Bid Committee considered a report (December 12, 2007) from the Director of Purchasing and Materials Management, advising on the results of Tender No. 294-2007 issued for the supply of all labour and material for the Building Renovations and Upgrades to the 129 Peter Street Assessment Referral Centre and 40 Bed Homeless

4 Shelter, in accordance with specifications as required by Facilities and Real Estate Division, and to request authority to award a contract to the recommended bidder. granted to award Tender Call 294-2007 to Balmain Construction Ltd. in the amount of $2,500,165.00 net of GST, for the Building Renovations and Upgrades to the 129 Peter Street Assessment Referral Centre and 40 Bed Homeless Shelter, having submitted the lowest bid. On motion by Glenn Morgan, the Bid Committee deferred consideration of the report (December 12, 2007) from the Director, Purchasing and Materials Management, to a future Bid Committee meeting 49.5 Request for Quotation (RFQ) 3931-07-5293 Removal of Partially Demolished Bridge and Construction of New Pedestrian Bridge at Highland Creek in Col. Danforth Trail/Park, North of Old Kingston Road, Toronto (Ward 44) The Bid Committee considered a report (December 12, 2007) from the Director of Purchasing and Materials Management, advising on the results of Request for Quotation 3931-07-5293 issued for the supply of all labour, equipment and materials necessary for the removal of a partially demolished bridge and construction of a new pedestrian bridge at Highland Creek, Colonel Danforth Trail/Park, North of Old Kingston Road, Toronto ON., in accordance with specifications as required by Parks, Forestry and Recreation, and to request authority to award a contract to the recommended bidder. granted to award Request for Quotation 3931-07-5293 for the removal of a partially demolished bridge and construction of a new pedestrian bridge at Highland Creek, Colonel Danforth Trail/Park, North of Old Kingston Road, to A-Plus General Contractor in the amount of $990,409.45 net of GST, having submitted the lowest bid in conformance with the Quotation requirements. On motion by Chris Sheldon, the Bid Committee adopted the staff (December 12, 2007) from the Director of Purchasing and Materials

5 49.6 Request for Quotation (RFQ) 6606-07-3368 Supply and Delivery of Liquid Chlorine (Wards: All) The Bid Committee considered a report (December 14, 2007) from the Director of Quotation (RFQ) 6606-07-3368 for the supply and delivery of Liquid Chlorine, delivered in 907.2 kg. containers to various locations of Toronto Water, as and when required, for the period January 1, 2008 to December 31, 2008, and to request the authority to award a contract to the recommended bidder. granted to award a contract for the supply and delivery of Liquid Chlorine to various locations of Toronto Water, Water Wastewater Services to Anchem Sales, being the lowest bidder, for the period January 1, 2008 to December 31, 2008 for a total potential cost of $1,522,200.00 net of GST. On motion by Laurie McQueen, the Bid Committee adopted the staff (December 14, 2007) from the Director of Purchasing and Materials 49.7 Request for Quotation (RFQ) 3919-07-0242 Supply and Delivery of Portland Cement Ready Mixed Concrete (Wards: All) The Bid Committee considered a report (December 14, 2007) from the Director of Quotation 3919-07-0242 for the Supply and Delivery of Portland Cement Ready Mixed Concrete to various locations throughout the City of Toronto in accordance with the specifications as required by the City, and to request authority to award contracts to the recommended bidder. granted to award contracts for the supply and delivery of Portland Cement Ready Mixed Concrete to various locations throughout the City of Toronto to Canadian Building Materials Company, the only bidder, for a total potential cost of $405,495.28 net of GST (including a contingency for concrete additives and options) for the period from the date of the award to December 31, 2008 and with the option to renew for additional two (2) separate one (1) year periods; and should the options to renew be exercised, the General Managers of Solid Waste Management Services, Transportation Services, Toronto Water, and Parks, Forestry and Recreation will request the Director of Purchasing and Materials Management to process the necessary contract renewals under the same terms and

6 conditions to exercise the two (2) separate one (1) year periods ending December 31, 2009 ($427,323.55net of GST) and December 31, 2010 ($449,190.78 net of GST). The total potential contract award for all three (3) years identified in this report is $1,282,009.61 net of GST. On motion by Darren Delorey, the Bid Committee adopted the staff (December 14, 2007) from the Director of Purchasing and Materials 49.8 Contract 08SC-304WS, Tender Call 299-2007 Repairs of Water and Sewer Connections, Mains and Appurtenances Toronto Scarborough District (Wards: 35, 36, 37, 38, 39, 40, 41, 42, 43, and 44) The Bid Committee considered a report (December 12, 2007) from the Director of Purchasing and Materials Management, advising on the results of Tender Call 299-2007 issued for the Repairs of Water and Sewer Connections, Mains and Appurtenances Toronto Scarborough District, in accordance with specifications as required by Toronto Water, and to request the authority to award a contract to the recommended bidder. granted to award Contract 08SC-304WS, Tender Call 299-2007 to Kenco Construction Ltd., in the amount of $1,782,050.00 net of GST, for the Repairs of Water and Sewer Connections, Mains and Appurtenances Toronto Scarborough District having submitted the lowest bid in conformance with the tender requirements. On motion by Maria Latino, the Bid Committee adopted the staff (December 12, 2007) from the Director of Purchasing and Materials 49.9 Request for Quotation (RFQ) 3717-07-5237 Construction of Wychwood Carbarns Community Park (Ward 21 St. Paul s) The Bid Committee considered a report (December 13, 2007) from the Director of Purchasing and Materials Management, advising on the results of Request for Quotation (RFQ) 3717-07-5237 and to request authority to award a contract to the recommended successful bidder for the construction of proposed parkland improvements to Wychwood Carbarns Community Park. The recommended successful bidder is Pine Valley Enterprises, being the company submitting the lowest bid meeting specifications.

7 granted to award a contract for the construction of parkland improvements to Wychwood Carbarns Community Park to Pine Valley Enterprises in the amount of $ 1,469,342.19, net of GST having submitted the lowest bid meeting all of the requirements of the Request for Quotation. On motion by Don Altman, the Bid Committee adopted the staff (December 13, 2007) from the Director of Purchasing and Materials 49.10 RFP 9117-06-7247 Contracted Professional Services for Geotechnical Investigation, Material Testing and Quality Assurance in Scarborough District Option to renew Purchase Order 6021074 (All Wards within the Scarborough District) The Bid Committee considered a report (December 11, 2007) from the Director of Purchasing and Materials Management, requesting the authority to exercise the option to renew the contract for the period from July 1, 2007 to June 30, 2009 and from July 1, 2008 to August 30, 2010 under the same terms and conditions with the current supplier, John Emery Geotechnical Engineering Limited, for the provision of geotechnical investigation, material testing and quality assurance in the Scarborough District. granted to award the second term of the contract with the current supplier, John Emery Geotechnical Engineering Limited, from July 1, 2007 to June 30, 2009 corresponding to the 2008 Capital Works Program in an amount of $403,441.50 excluding GST, with a further option to renew for a subsequent two year term July 1, 2008 to June 30, 2010 corresponding to the 2009 Capital Works Program in an amount of $403,441.50 excluding GST, at the sole discretion of the Executive Director, Technical Services and subject to the budget approvals, the Executive Director, Technical Services to instruct the Chief Purchasing Official to process the necessary contract renewal under the same terms and conditions. The total potential cost to the City including the first term of the contract for the 2007 Capital Works Program from July 1, 2006 to June 30, 2008 in the amount of $403,441.50 net of GST, that was issued by Purchasing and Materials Management is $1,210,324.50 net GST. On motion by Don Altman, the Bid Committee adopted the staff (December 11, 2007) from the Director of Purchasing and Materials

8 49.11 Tender Call 191-2007 The Construction of an Acoustic Barrier Wall, for the Transportation Works Yard at 677-701 Wellington St. West, Toronto (Ward 19) The Bid Committee considered a report (December 14, 2007) from the Director of Purchasing and Materials Management, advising on the results of Tender Call 191-2007 issued for the supply of all labour and material for the Construction of an Acoustic Barrier Wall, for the Transportation Works Yard, at 677-701 Wellington Street West, Toronto in accordance with specifications as required by Facilities and Real Estate Division, and to request authority to award a contract to the recommended bidder. granted to award Tender Call 191-2007 to R. Galati Contracting Ltd. in the amount of $511,200.00 net of GST, for the Construction of an Acoustic Barrier Wall, for the Transportation Works Yard, at 677-701 Wellington St. West, Toronto, having submitted the lowest bid. On motion by George Padanyi, the Bid Committee adopted the staff (December 14, 2007) from the Director of Purchasing and Materials 49.12 Request for Quotation 3102-07-3313 For the Supply and Delivery of Fine Paper (Wards: All) The Bid Committee considered a report (December 14, 2007) from the Director of Quotation (RFQ) 3102-07-3313 for the Supply and Delivery of Fine Paper to Various City of Toronto locations for printing and photocopying for the period January 1, 2008 to December 31, 2008 with the option to renew for an additional four (4) separate six (6) month terms and to request authority to award a contract to the recommended bidder. granted to award a contract for the supply and delivery of fine paper in the City of Toronto as follows: Part A of RFQ 3102-07-3313 be awarded to Buntin Reid, division of Domtar Inc. being the lowest bidder for a total amount not to exceed $1,743,806.97 net of GST for a period of one (1) year from January 1, 2008 to December 31, 2008 with the option to renew for an additional four (4) separate six (6) month terms, from January 1, 2009 to June 30, 2009 in the amount of $915,498.66 net of GST; from July 1, 2009 to December 31, 2009 in the amount of 961,273.59 net of GST; from January 1, 2010 to June 30, 2010 in the

9 amount of $1,009,337.27 net of GST; and from July 1, 2010 to December 31, 2010 in the amount of $1,059,804.13 net of GST. Should the options to renew the contract be exercised, then the City Clerk, City Clerk s Office will instruct the Director of Purchasing and Materials Management to process the necessary contract renewals under the same terms and conditions. The total potential estimated contract award is $5,689,720.62 net of GST. On motion by Laurie McQueen, the Bid Committee adopted the staff (December 14, 2007) from the Director of Purchasing and Materials 49.13 Request for Quotation (RFQ) 3405-07-3373 Purchase and Renewal of IBM Licenses (Wards: All) The Bid Committee considered a report (December 13, 2007) from the Director of Purchasing and Materials Management, advising on the results of Request for Quotation (RFQ) 3405-07-3373 for the purchase and renewal of Support and Maintenance for various types of IBM Licenses for various City of Toronto Divisions for the period of three (3) years from the date of award with the option to renew for one (1) additional year, and to request authority to award a contract to the recommended bidder. granted to award a contract to RU-Link Computer Corporation being the lowest bidder on Request for Quotation (RFQ) 3405-07-3373 for the purchase and renewal of Support and Maintenance for various IBM Licenses for a period of three (3) years, December 20, 2007 to December 31, 2010 for a total amount of $1,795,507.41 net of GST, with the option to renew for one (1) additional year at the sole discretion of the Chief Information Officer for an amount of $598,502.47 net of GST. Should the option to renew be exercised, then the Chief Information Officer is to instruct the Director, Purchasing and Materials Management to process the necessary contract renewal under the same terms and conditions. The total potential value of the contract award is $2,394,009.88 net of GST. On motion by Don Altman, the Bid Committee adopted the staff (December 13, 2007) from the Director of Purchasing and Materials

10 49.14 Request for Quotation (RFQ) 6810-07-3209 Supply and Delivery of Non Metallic Chain and Accessories to various Toronto Water Treatment Plants. (Wards: All) The Bid Committee considered a report (December 17, 2007) from the Director of Quotation (RFQ) 6810-07-3209 issued for the supply, and delivery of Non Metallic Chain and Accessories to various Toronto Water Treatment Plants all in accordance with the specification of the RFQ, and to request the authority to award a contract to the recommended bidder. granted to award contracts for the supply and delivery of Non Metallic Chain and Accessories as follows: (a) (b) (c) C & M Environmental Technologies Inc., being the lowest bidder meeting specification, for the supply and delivery of certain Non Metallic Chain and Accessories to various Toronto Wastewater Treatments Plants, on an as and when required basis, from the date of award for a two (2) year period ending December 31, 2009, in the amount of $1,926,354.58 net of GST, with the option to extend for an additional two (2) year period in the amount not to exceed $2,022,672.30 net of GST at the sole discretion of the City. The total potential contract award including option years identified in this report for this vendor is $3,949,026.88 net of GST. Viking Chains Inc., being the lowest bidder meeting specification, for the supply and delivery of certain Non Metallic Chain and Accessories to various Toronto Wastewater Treatments Plants, on an as and when required basis, from the date of award for a two (2) year period ending December 31, 2009, in the amount of $527,957.76 net of GST, with the option to extend for an additional two (2) year period in the amount not to exceed $607,151.40 net of GST at the sole discretion of the City. The total potential contract award including option years identified in this report for this vendor is $1,135,109.16 net of GST. Should the options to renew be exercised, then the General Manager of Toronto Water instruct the Director of Purchasing and Materials Management to process the necessary contract renewals under the same terms and conditions for a total potential cost of $2,629,823.70 net of GST for both contracts. The total potential cost including all option years is $5,084,136.04 net of GST for both contracts.

11 On motion by Don Altman, the Bid Committee adopted the staff (December 17, 2007) from the Director of Purchasing and Materials 49.15 Request for Quotation 6038-07-3336 The supply of all labour, equipment and materials necessary to provide Tri-Axle Dump Trucks for snow removal operations in the Toronto and East York District Area 1 (Wards: 27, 28, 29, 30, 31, 32) The Bid Committee considered a report (December 17, 2007) from the Director of Quotation (RFQ) 6038-07-3336, issued for the supply of all labour, equipment and materials necessary to provide Tri-Axle Dump Trucks for snow removal operations in the Toronto and East York District Area 1 on an as-needed basis commencing from December 15, 2007 to March 15, 2008, all in accordance with specifications of the Request for Quotation, and to request authority to award a contract to the recommended bidder. granted to award a contract to Gazzola Paving Ltd. being the only bid received for the supply of Tri-Axle Dump Trucks for snow removal operations for Toronto and East York District Area 1 from December 15, 2007 to December 31, 2007 for a total amount not to exceed $48,000 net of G.S.T. and from January 1, 2008 to March 31, 2008 for a total amount not to exceed $1,335,000 net of GST for a total potential contract value of $1,383,000 net of GST. On motion by Darren Delorey, the Bid Committee adopted the staff (December 17, 2007) from the Director of Purchasing and Materials 49.16 Request for Quotation 6038-07-3343 The supply of all labour, equipment and materials necessary to provide Tri-Axle Dump Trucks for snow removal operations in the Toronto and East York District Area 2 (Wards: 14, 18, 19, 20, 21, 22) The Bid Committee considered a report (December 17, 2007) from the Director of Quotation (RFQ) 6038-07-3343, issued for the supply of all labour, equipment and materials necessary to provide Tri-Axle Dump Trucks for snow removal operations in the Toronto and East York District Area 2 on an as-needed basis commencing from December 15, 2007 to March 15, 2008, all in accordance with specifications of the Request for Quotation, and to request authority to award a contract to the recommended bidder.

12 granted to award a contract to Gazzola Paving Ltd being the only bid received for the supply of Tri-Axle Dump Trucks for snow removal for Toronto and East York District Area 2 from December 15, 2007 to December 31, 2007 for a total amount not to exceed $46,000.00 net of G.S.T. and from January 1, 2008 to March 31, 2008 for a total amount not to exceed $1,341,000.00 net of GST for a total potential contract value of $1,387,000.00 net of GST. On motion by Darren Delorey, the Bid Committee adopted the staff (December 17, 2007) from the Director of Purchasing and Materials The Bid Committee adjourned its meeting at 2:17 p.m. Chair