Loading...
HomeMy WebLinkAboutCST 36-11 Cal, o0 Report To Executive Committee PI `KERING Report Number: CST 36-11 1 1 6 Date: September 12, 2011 From: Gillis A. Paterson Director, Corporate Services & Treasurer Subject: Tender / Contract Approval - Councils' Summer Recess Recommendation: 1. That Report CST 36-11 of the Director, Corporate Services & Treasurer regarding tender and contract approvals during Councils' Summer Recess be received; and, 2. That Council pass a resolution ratifying the approval of the Tenders and Contracts by the Chief Administrative Officer during Councils' summer recess being: Request for Proposal No. RFP-2-2011 - Design, Supply and Installation of two Ultra Violet Treatment Systems at two City Pools; and, Request for Proposal No. RFP-3-2011 - Redesign of Website. Executive Summary: Council is required to approve contracts awarded by the Chief Administrative Officer during recesses of Council. The tender and contract approvals contained in this report were approved by the Chief Administrative Officer during the summer recess of Council, which met City Policy and were within the approved Budget. Financial Implications: The capital projects listed and described in this report are being funded from various sources as approved by Council in Capital Budgets. The total projected costs are below budget in the net amount of $4,868.24 and the surplus funds will be returned to the various funding sources for use in future budgets. The projects were awarded to the only proponent of one RFP and the highest scoring proponent for the other RFP and were within budget as required by Resolution #80/02 and therefore within staff's authority to approve during Council's recess. There are no additional financial implications associated with these projects or this report. Sustainability Implications: The addition of the UV systems will reduce the use of harsh chemicals in water, resulting in the reduction of maintenance costs as well as improving the safety and quality of water. Report CST 36-11 Date: September 12, 2011 Subject: Tender / Contract Approval Page 2 - Councils' Summer. Recess 117 Background: On May 21, 2002 Council passed Resolution #80/02 Item 4 authorizing the Chief Administrative Officer act in Council's approving capacity on behalf of Council during any recess, break or absence of City Council, which states in part: "2. That, subject to the Council approved Purchasing Policy & Procedures, the Chief Administrative Officer be authorized to act in Council's approval capacity on behalf of Council during any recess, break or absence of City Council on the condition that. (a) such actions are in compliance with the Purchasing Policy & Procedure as approved under Resolution 136102; and (b) the costs thereof are within the budget previously approved by Council; and (c) a report respecting those approvals is subsequently submitted to Council." Circumstances were such that two proposals required approval by the Chief Administrative Officer during Council's summer 2011 recess. It is recommended that Council receive this Report for information and ratify the approval of Request for Proposal No. RFP-2-2011, Design, Supply and Installation of two Ultra Violet Treatment Systems at two City Pools and Request for Proposal No. RFP-3-2011, Redesign of Website (cityofpickering.com). Therefore, under authority of the foregoing, the following was approved by the Chief Administrative Officer during the "summer recess" of Council: Request for Proposal No. RFP-2-2011, Design, Supply and Installation of two Ultra Violet Treatment Systems at two City Pools The only proposal, No. RFP-2-2011 submitted by Water & Ice North America Inc., in the amount of $75,753.00 plus HST be approved. Financial Implications: 1. RFP Amount RFP-2-2011 $75,753.00 HST (13%) 9,847.89 Subtotal 85,600.89 HST (11.24%) (8,514.64) Total $77,086.25 Report CST 36-11 Date: September 12, 2011 Subject: Tender /Contract Approval Page 3 Councils' Summer Recess 2. Approved Source of Funds Community Services Department Capital Rec. Complex -Pool Capital Budget Location Project Code Source of Budget Required Funds Disinfection System 5733.1101 Recreation $80,000 $77,086 Recreation Complex Pool Complex Pool Surcharge Total Funds $77,086 3. Estimated Project Costing Summa RFP-2-2011 $75,753 Miscellaneous Costs 0 Total Project Costs $75,753 HST (13%) 9,847 Total Gross Project Cost 85,600 HST Rebate (11.24%) (8,514) Total Net Project Cost $77,086 Project Cost under (over) approved funds by $2,914 Request for Proposal No. RFP-3-2011 Redesign of Website (cityofpickering.com) The highest ranking proposal submitted by eSolutions in the amount of $96,350 plus HST be approved. Financial Implications: 1. RFP Amount RFP-3-2011 $ 96,350.00 HST (13%) 12,525.50 Subtotal $108,875.50 HST (11.24%) based on $96,350.00 (10,829.74) 85,520.26 10,829.74 Total Net Cost $ 98,045.76 Report CST 36-11 Date: September 12, 2011 Subject: Tender / Contract Approval Page 4 - Councils' Summer Recess 2. Approved Source of Funds 2011 Current Budget Summary Corporate Priorities Source of Funds Budget Required Current Budget $130,000 $128,045.76 Total Funds $128,045.76 3. Estimated Project Costing Summa RFP-3-2011 $ 96,350.00 HST (13%) 12,525.50 Sub Total $108,875.50 HST Rebate (11.24%) (10,829.74) Total Net Cost $ 98,045.76 *Miscellaneous Costs (writing and photography) 30,000.00 Total Project Costs $128,045.76 Project Cost under (over) approved funds by [$130,000 -$128,045.76] $1,954.24 Attachments: 1. Community Services Memorandum, July 19, 2011 2. Office of Sustainability Memorandum, August 12, 2011 3. Resolution #80/02, Item #4 4. Resolution #85/00, Item #1 Prepared By: Approved / Endorsed By: Vera A. Felgemacher Gillis A. Paterson, C.M.A. C.P.P., CPPO, CPPB, C.P.M., CMM III Director, Corporate Services & Treasurer Manager, Supply & Services GAP:vaf Report CST 36-11 Date: September 12, 2011 Subject: Tender / Contract Approval Page 5 120 - Councils' Summer Recess Copy: Chief Administrative Officer Recommended for the consideration of Pickering City Council . 2-4 2-011 Tony Prevedel, P.Eng. Chief Administrative Officer ATTACHMENT # TO REPORT # C->' 36 ~1 I 1 21 Office of the CAO PICKERING Received 1 Memo fait BICENTENNIAL 2011 File rolluvw up To: Tony Prevedel Mayor Corn Serv July 19,-2011 Chief Administrative Officer council c&R Directors Eng Services From: Everett Buntsma sMT oiler & Fac Director, Community Services Clerk Corp Services Fire office Sustain Copy: Director, Corporate Services & T e SQ:1111i pan Res Plan & Dev Division Head,- Culture & Recrea o Legal & Ls Manager, Supply & Services (Acting) Manager, Culture & Recreation Supervisor, Facilities Operations Subject: Request for Proposal No. RFP-2-2011 Design, Supply and Installation of two Ultra Violet Treatment Systems at Two (2) City Pools - File: A-1440-001-11 Requests for Proposals were invited from six companies. A.rnandatory site visit.was held on Monday, June 6, 2011 and three (3) bidders attended of which one (1) responded by the official closing date and time. The lowest acceptable proposal was submitted by Water & Ice North America Inc. Recommendation: 1. That proposal No. RFP-2-2011 submitted by Water & Ice North America Inc. at a cost of $85,600.89 (HST included) be accepted; 2. That the total gross project cost of $85,600.89 (HST included) and 'a net project cost of $77,086 (net of HST rebate) be approved; 3. That the Director, Corporate Services & Treasurer be authorized to fund the project in the . sum of $77,086 from the Recreation Complex Pool Surcharge Reserve as provided for in the approved 2011 Capital Budget - Recreation Complex Pool; 4. That the appropriate City of Pickering officials be authorized to take necessary action to give effect thereto. Executive Summary: 122 The addition of UV disinfection systems for the main and tot pools at the Pickering Recreation Complex were approved by Council in the 2011 Capital Budget at an estimated cost of $80,000. The installation of these two systems will improve disinfection, lower chlorine usage and reduce chloramines in City pools. Requests for Proposals were invited from six companies and the only proposal received was submitted by Water & Ice North America Inc. This company's references have been checked and are deemed acceptable by the Director, Community Services. The total net project cost to supply and install the UV disinfection system is $77,086 (net of HST rebate). The Community Services Department recommends that the bid of Water & Ice North America Inc. be accepted. Financial Implications: 1. RFP Amount RFP-2-2011 $75,753.00 HST (13%) 9,847.89 Subtotal' 851600.89 HST (11.24%) 8 514.64 Total $77,086.25 2. Approved Source of Funds Community Services Department Capital Rec. Complex -Pool Capital Budget Location Project Code Source of Budget Required Funds Disinfection System 5733.1101 Recreation $80,000 $77,086 - Recreation Complex Pool Complex Pool Surcharge Total Funds $77,086 July 19, 2011 Page 2 RFP-2-2011 Design, Supply and Installation of two Ultra Violet. Treatment Systems at Two (2) City Pools 3. Estimated Project Costing Summa 123 RFP-2-2011 $75,753 Miscellaneous Costs 0 Total Project Costs $75,753 HST (13%) 9.847 Total Gross Project Cost 85,600 HST Rebate (11.24%) (8,514) Total Net Project Cost $77,086 Project Cost under (over) approved funds by $2,914 The 2011 Budget for the design, supply and installation of two UV disinfection systems was approved to be funded from the Recreation Complex .Pool Surcharge Reserve. Sustainability Implications: The addition of the UV systems will reduce the use of harsh chemicals in water, resulting in the reduction of maintenance costs as well as improving the safety and quality of water. Background: The addition of proven UV technology used in the treatment of drinking water in pools has enabled municipalities to provide increased protection to the participants and users of the swimming pools in the City. The City pools are used seven days per week, seventeen hours per day and the high bather loads associated with public pools can. easily overwhelm traditional methods of disinfection such as chlorine treatment. Ultraviolet disinfection is proven to improve safety and protect our patrons against microorganisms, including chlorine. resistant organisms such as Cryptosporidium. The use of UV to treat swimming pool water is similar to using UV light to disinfect drinking water. The UV lamps used for germicidal disinfection produces a portion of its light in the 254-nm wavelength in medium pressure technology. At the 254-nm wavelength, UV light destroys bacteria, protozoa, viruses, molds, algae and other microbes. This includes fecal coliform and July 19, 2011 Page 3 RFP-2-2011 Design, Supply and Installation of two Ultra Violet Treatment Systems at Two (2) City Pools such waterborne diseases such as E-coli, hepatitis, cholera, dysentery, typhoid fever as well as many others. 124 The use of UV for swimming puol disinfection does not mean the complete elimination of chlorine. A residual is still required, but using UV for disinfection will lower chemical costs and usage, provide instantaneous disinfection (chemicals require a residence time), lower disinfection by- products (chloramines) that have been associated with cancers and.provide less intensive maintenance. Benefits of UV disinfection systems • Virtually eliminates chloramines in the pool (musty chlorine smell) • Significant increase in water quality • Reduces the cause of red eye and skin irritation • No more unpleasant odours • Provides protection against micro-organisms including Cryptosporidium • Reduces degradation of building components • Reduces use of chlorine and associated chemicals Requests for Proposals were invited from six companies. A mandatory site visit was held on Monday, June 6, 2011 and three (3) bidders attended of which one (1) responded by the official closing date and time. The only proposal received was submitted by Water & Ice North America Inc. This company's references have been checked and are deemed acceptable by the Director, Community Services. The Health and Safety Policy, Clearance Certificate issued by Workplace Safety and Insurance Board (WSIB), the WSIB Cost and Frequency Record and Certificate of Insurance as submitted. by Water & Ice North America Inc have been reviewed by the Coordinator, Health & Safety and are deemed acceptable. An evaluation committee comprised of Supply Services staff and Facilities staff was established to review the proposal against the evaluation criteria set out in the terms of reference. Water & Ice's proposal was determined to meet all requirements of the proposal call. Upon careful review and relevant documents received, the Community Services Department recommends the acceptance of the proposal No..RFP-2-2011 submitted by Water & Ice North America Inc. in the amount of $85,600.89 (HST.included) and that the total net project cost of $77,086 be approved. In accordance with Purchasing Policy Item 04.09 (RFP) where the total purchase price is greater than $54,000 Council shall approve the award. In accordance with Resolution #80/02 Item #4, the CAO has the authority to act in Council's approval capacity during any recess, break or absence of City Council. July 19, 2011 Page 4 RFP-2-2011 Design, Supply and Installation of two Ultra Violet Treatment Systems at Two (2) City Pools This report has been prepared in conjunction with the Manager, Supply & Services who concur with the foregoing. 125 Attachments: 1. Supply & Services Memorandum dated June 17, 2011 2. Proposal Review Committee. Assessment ed-L do sed By: Prepared By: Approv ike winnell Everett B ma S rvisor, Facilities Operations Director, Operations & Emergency Services Maris C rpino Gillis Paterson, CMA (Acting anager, Director, Corporate Services & Treasurer Culture & Recreation Caryn Kong, CGA "Step n fle olds Senior Financial Analyst-Capital & Divisi n Head, Culture & Recreation Debt Management Vera A. F Igemacher CSMSP, CPPO, CPPB, CPM, CMM III Manager,"Supply & Services EB: mld Copy: Chief Administrative Officer Approval 22, 2_0d Tony-Prevedel, P.Eng. Chief Administrative Officer July 19, 2011 Page 5 RFP-2-2011 Design, Supply and Installation of two Ultra Violet Treatment Systems at Two (2) City Pools PICKERING~._ ~i I-NJ Memo 181 1 BICENTENNIAL 2011 Mike Dwinnell June 17, 2011 To: Supervisor, Facilities Operations From: Vera A. Felgemacher Manager, Supply & Services Copy: Co-ordinator, Health & Safety Subject: Request for Proposal No. RFP-2-2011 Design, Supply and Installation of Ultra Violet Treatment Systems at Two (2) City Pools Closing: Thursday, June 16, 2011, 2:00pm (local time) - 'File: F-5300-001 Request for proposals were invited from six (6) companies. A mandatory site visit was held on Monday, June 6, 2011 and three (3) bidders attended of which one (1)•responded by the official closing date and time. A preliminary review to ensure the "Essential Submission Requirements" appear in the submission has been undertaken. This compliance checklist is to be used in evaluating the "overall completeness and quality of submission". Each item is to be reviewed more closely by committee members and scored to reflect each item's relevance and value. Please refer to Terms of Reference - Evaluation of Submissions, Page 8 for instructions on how the proposal is to be evaluated by committee members. The Health & Safety documentation received with the submission has been provided to the Co- ordinator, Health & Safety to review and will be provided a score out. of 3 points for the submission. This will be combined with the remaining scores during the committee review.to assist in determining the total average score for the submission. -Attachments are as follows: 1. Preliminary Compliance Checklist 2. Evaluation form (to be used by Evaluation Committee Members) 3. Copy of Terms of Reference 4. Copy of the proposal received Please co-ordinate an appropriate date and time to arrange a meeting for the evaluation committee. Each member should review the submission carefully according to the criteria before the meeting time. Please do not disclose any information to enquiring bidders during this time - they will be advised of the outcome in due course. Please direct enquires to Supply & Services. If yoVre uire further information, please feel free to contact me or a member of Supply & Services. VAFAttachments in. m j c 127 90 o ~ c~ Z D -I 3 m e 3 3 G 0 CD 0 7• z . - 3 D 3 S m 'c 3 ` CD c0 Z77 - m ; ((D Y d 0 N ? O 3 C tD O n (n. CD 3 _ - (D W - 7 i N - O N .N 3 O O M O j 7 3 v N 7 X n 7-8 m m to < o x m m• 3 n 'tn N ivy m m m O a m-0 m N C ..A O• N c N 7 d tD W cn N 3 lD 7 m N_• 7C A 7. 0) J OW /D N O O 7 AG O N n. O. 7 Co O 3•to 3 4 n 11 O S a - COD to (D O v 03 42 ID aY . c . O tG tD - c n N X 3 .p ? m S M. CD = CD CO 0 O. p O N . d. Ol ~ O CL d m 3 2-0 y » d am v r30 3 -0 . d N= 7- 7 N M W v C^ O O O O C . to r. d ~2 CD < c O . CD fD to = N . N y C. .Q~ go n W D CD CL o.. 0O+ CD (A a o `L ,,ate o -0 0 o O . it O 3 3 CD ATTACHMENT #-2:-TO REPORT # CST 36.1 I Memo PicKERNG- sail BICENTENNIAL 2011 To: Tony Prevedel August 12, 2011 Chief Administrative Officer From: Tom Melymuk Director, Office of Sustainability Copy: Directors Division Heads Manager, Supply & Services eServices Team Subject: Request for Proposal No. RFP-3-11 Redesign of Website (cityofpickering.com) - File: A-3200 Requests for Proposals were received from 11 companies, and were evaluated on August 9, 2011. The Evaluation Team was comprised of a cross section of staff: Tom Melymuk, Director, Office of Sustainability Jon Storms, Manager, Information Technology Nancy Johnstone, Website Coordinator Fiaz Jadoon, Economic Development Officer Vera.Felgemacher, Manager, Supply & Services Jill Hone, Buyer The combined average of two proposals. passed the minimum scoring threshold. The highest ranking proponent is eSolutions. The lump sum price is $96,350 (excluding HST), and is within the 2011 Budget Allocation. Recommendation: 1. That proposal No. RFP-3-2011 submitted by eSolutions at a cost $108,875.50 (HST included) be accepted; 2. That the total project cost (including writing and photography) of $128,045.76 (HST included) and a net cost of $98,045.76 (net of HST rebate) be approved; 3. That the Director, Corporate Services & Treasurer be authorized to fund the project in the sum of $128,045.76 as allocated in the 2011 Current Budget; and 4. That the appropriate City of Pickering officials be authorized to take necessary action to give effect thereto. 3. Estimated Project Costing Summa RFP-3-2011 $ 96,350.00 129 HST (1 s~Io) 12.525.50 Sub Total $108,875.50 HST Rebate (11.24%) 10 829.74 Total Net Cost $ 98,045.76 *Miscellaneous Costs (writing and photography) 30,000.00 Total Project Costs $128,045.76 *In order to move forward with the review and preparation of content to meet our timelines, it was determined to remove the writing and photography component from RFP requirements and proceed with retaining a temporary staff person to review and develop content with key staff. This was approved by the Chief Administrative Officer and the Director, Corporate Services & Treasurer. As a result, the budget allocation in the 2192-1100 (salary account) will be over expended, which will be offset by the under expenditure m the website development account 2192- 6100. In total the project is under budget as shown below: Project Cost under (over) approved funds by [$130,000 -$128,045.76] $1,954.24 The.2011 Budget for the website re-design was approved to be funded from the 219276100 -account. Corporate Priorities: Our corporate priorities are Community Engagement, Corporate Best Practices; Human Resource Development, Financial Management and Sustainable Placemaking. Redevelopment of the corporate website directly aligns with two of our corporate priorities, Community Engagement and Corporate Best Practices. Background: As part of our Corporate Priorities initiatives, an eServices Team was established comprised of a cross-representation of staff. A key objective of the team was to review best practices, and current technologies to re-develop the City's website. As part of that review, a focus group was held in November 2010 to review municipal best practices and current technologies, and to initiate internal discussion on our needs and priorities. The following Website Objectives were confirmed: A user-centric, self-serve approach to our service delivery through the use of our website to align with our corporate priorities, including a key focus on community engagement; promoting inclusion, transparency and efficiency through the best practices available. We will achieve this by focusing on the following objectives: L Functional objective: to utilize current technologies (and future technologies as they become available) as appropriate to facilitate meeting overall website objectives, i.e. social media, Google analytics, RSS feeds. August 12, 2011 Page 3 RFP-3-2011 Website Redesign (cityofpickering.com) Attachments: 13 1. Supply & Services memo dated August 11, 2011 - 2. Proposal Review Committee Assessment Prepared By: Approved / Endorsed By: I VA4~2.. ` od so Tom Melymuk Manager, Customer & Administrative Director, Office of Sustainability Services ( -Chair eServices Team) Lynn Winterstein Gillis Paterson, CMA Manager, Marketing & Business Director, Corporate Services & Treasurer Development (Co-Chair eServices Team) i Nancy Johnst n , . Vera A. Felgemacher Website Coordinator CSMSP, CPPO, CPPB, CPM, CMM III Manager, Supply & Services jh/TM Approval 20// 6 P_4~~z f. I-If 4:4 -1 L4 Tony Prevedel, P.Eng. Chief Administrative Officer August 12, 2011 Page 5 RFP-3-2011 Website Redesign (cityofpickering.com) X, 131 1 ICKERING Memo P 1811 BICENTENNIAL 2011 To: Tom Melymuk August 11, 2011 Director, Office of Sustainability From: Vera A. Felgemacher Manager, Supply & Services Copy: Manager, Marketing and Business Development Subject: Request for Proposal. No, RFP-3-2011, Redesign of cityofpickering.com Submission Date: Monday, July 25, 2011, 12:00 Noon (local time) File: F-5300-001 Further to memo dated July 27, 2011 eleven (11) proposals' proceeded to Stage II of the evaluation process. Each member of the Evaluation Committee has completed evaluating the eleven (11). proposals, completing Stage II of the evaluation process. An Evaluation Committee meeting was held today at 10:00am and a combined average score for each proposal was determined. The combined average score of two (2) proposals passed the minimum scoring threshold, proceeding to Stage III of the evaluation process. Stage III consists of a scoring of the pricing submitted. At the conclusion of Stage III, all scores from Stage II and Stage III of proposals which passed the minimum threshold have been added. The highest ranking proponent is eSolutions and.their lump sum price is $96,350. In accordance with Purchasing Policy and Procedure PUR 010-001, Item 11.02-20, Council approval is required to award a proposal over $53,000. Resolution No #80/02 provides authority to the CAO to act in Council's approval capacity on behalf of Council during any recess, break or absence of City Council. However, debt financing must be approved by Council Please prepare a report to include the following items: (a) any past work experience with eSolutions Group; (b) without past work experience, if reference information is acceptable; (c) the appropriate account number(s) to which this work is to be charged; (d) the budget amount(s) assigned thereto; (e) Treasurer's confirmation of funding; (f) related departmental approvals; and (g) related comments specific to the ,project. PI ase do not disclose any information to enquiring proponents during this time - they will be advised of th ` outcome in due course. Please direct inquiries to Supply & Services. I If y require further information, please feel free to contact me or a member of Supply & Services. if VAF/jh Attachments i~ PICKERIN.G Memo 181 1 BICENTENNIAL 2011 To: Tom Melymuk July 27, 2011 Director, Office. of Sustainability From: Vera A. Felgemacher Manager, Supply & Services Copy: Manager, Marketing and Business Development Subject: Request for Proposal No. RFP-3-2011, Redesign of cityofpickering.com Submission Date: Monday, July 25, 2011, 12:00 Noon (local time) - File: F-5300-001 Request for proposals were invited from ten (10) companies and an advertisement was posted on the internet. Eleven (11) companies responded by the official submission date and time. Evaluation of proposals is performed in three (3) stages. Reference: Part 3, Evaluation of Proposals, Item 3.2 Stages of Proposal Evaluation: 3.2.1 Stage Stage I will consist of a review to determine which proposals comply with all of the mandatory requirements. Proposals failing to satisfy the mandatory requirements as of the Submission Date will be provided an opportunity to rectify any deficiencies. Proposals failing to satisfy the mandatory requirements as of the Rectification Date will be excluded from further consideration. 3.2.2 Stage II Stage II will consist of a scoring by the City.of each qualified proposal on the basis of the rated criteria. 3.2.3 Stage III Stage III will consist of a scoring of the pricing submitted. The evaluation of price will be undertaken after the evaluation of mandatory requirements and any rated requirements has been completed. 3.2.4 Cumulative Score At the conclusion of Stage III, all scores from Stage 11 and Stage III will be added and the highest ranking proponent will be selected for contract negotiations in accordance with Part 4. During Stage I, two (2) proposals were afforded the opportunity to rectify deficiencies and have complied. All eleven (11) proposals will proceed to Stage 11. M" .0 v CD S- G7 CD p co D D D ~ 3`~ (D = - ► o co 1;2 -S 0 . . . D c c (Cl ` a ` v m ~ < CD fD m ~ m 3 3 CD (D cD CD - N a CD n • • • . . wwww o s o ::E wwww v v o - CD : o n v O U) ° to w iv cn cn cn 0 co EY m CD -0 70 0 :3 0 0 CL c r ~~xmx~mv~ O° O cn Q ~G C~ v " -O =r cr O CL _0 v to cn m m~ ~3 N m a (n CZ :3 n CD CD co (D n M m -n o' o a5. to O O CL O 7 3 [D 3 r CD < o Q- 0 3 o v o' O 14, t AN t t < < 3 ° 3 _ m t t t D CU CD-D rn D p~CD CD - c CAD Q0 N 3 3 a' CD dM CD CD x M g rn All t t t t t t t t 3 (n 3 R 'o a -cr~ =3 CD W ~ N co (D N c3 CD ~ ? t t t. t t t t t t Qa0 w n a) 7 c En N 0. O t t ` t t t t < < c 0 < N 3 C ~ ~ ~D Iii (D O = Q CD 00 3 O N N :3.O N O' ~ t ~ t t ~ t t t ~ ~0 Qo 0 N -0.-Oft 0 CD G 3 n _ CD 0 a) m :3 X v ' . O O .=r -D Q O O .0 t t t t t t t All All t ~ 3 o v cnn O O O CD cn 71 11 O 0 CD CD _a (a (p c CD All t t t t t t t t o :3 O 3 Q --o N Q fn (D v cn =r CD a) t t t t t All 4.1 t t p:0 - O O p Co N 0, cn O y90 Z 3uD 3 Q. 5 CCD o CA CL CL (a CD ji. 0 a) (n o CD a) =r CL o- o :3 (n 3 mxz o 3 v. °n~ : mom c m mm D CL S. CD M CD =r m-, 0CL <D O m 0 cn (D CD 42 N) CD 0 3 0) 3 CD CD 2) (n CD (3D a r. n co 0 -4 to a 7' O' O c N 134 0 3 (n 17 CD p co D D. D CD CD 1, E CD CD U) CD U) D a3 o o z 0 LD. :3 (n CD CL O p (D C7 G) < (n O CL cn j O O Q. 7 ~D 77, CD 3 0 CD CD CD cn SU c% IIr; O tI1 : O O Z . A CD m 3 x 1 ID M o c) a cD IM N cn -n -0 C X M m O R D) W (D W tNriO a'~ ~ O O m 0 C (D lu a to cD ca m O N cc no. 3 < x v N m c c' ~ 3 CD CA m ~ ~ . cD N I .O► N O ~ -a (D ~O =CD . CD N p ° CD N n C O O ~ N Cl) --I t to 0--i Ct~ m> n o - 3 3 N ATTACHMENT # 3 TO REPORT #'S ADMINISTRATION DEPARTMENT . 1 3 5 CLERK'S DIVISION R E E;_ gyn.:. CITY OF FI MEMORANDUM MAYL 2002 CORPORAi E:'. S i vtt-;p." . :.May 27, 2002 TO: Tom Quinn, Chief Administrative Officer Gil Paterson, Director, Corporate Services & Treasurer FROM: Bruce Taylor, Clerk SUBJECT: Referrals from Council Meeting of May 21, 2002 Please be advised that the Council of the City of Pickering passed Resolution #80/02, Item #4, at the Council Meeting of May 21, 2002, as follows: 1. That Report to Council CAD 04-02 seeking authorization by the Chief Administrative Officer to act in Council's approval capacity on behalf of Council during any recess, break or absence of City Council be received; and 2. That subject to the Council approved Purchasing Policy & Procedure, the Chief Administrative Officer be authorized to act in Council's approval capacity on behalf of Council during any recess, break or absence of City Council on the condition that: a) such actions are in compliance with the Purchasing Policy & Procedure as approved under Resolution 136/01; and b) the costs thereof are within the budget previously approved by Council; and c) a report respecting those approvals is subsequently submitted to Council. 3. That appropriate officials of the City of Pickering be authorized to give effect thereto. Bruce Taylor BT:dk Copy: T.J. Quinn, Chief Administrative Officer ATTACHMENT #.,TO REPORT # C_5 3(0- 11 136 INTER-DEPARTMENTAL MEMORANDUM CLERK'S DIVISION RECEIVED DATE:. June 6 2000 CITY OF.,PICKERING JUN 'Q 6 2000 TO: G. Paterson CORPORATE SERVICES • birector, Corporate Services & Treasurer FROM: Bruce Taylor City. Clerk Please be advised that the Council of the City of Pickering `passed Resolution 85/00, Item #1 at the Council Meeting of June 5, 2000, as follows: That Report to Council CS 12-00 regarding authority for the Director, Corporate Services Treasurer,` to recommend project financing: approval during `recesses of Council be received, and 1. The Director, Corporate Services & Treasurer, be authorized to recommend and approve. project financing to the Mayor, and Chief Admmistrmtive Officer for projects contained in the annual capital budget or current budget, during recesses of City Council; and 2. That. appropriate officials 'of the.City of Pickering be authorized to give effect thereto. This resolution is sent to you for your information. Bruce Taylor, City Clerk cc. T.J. Quinn, Chief Administrative Officer