STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

186-S-06 Interactive Voice Response System

Date: 

February 20th, 2007

Prepared by:

Jeannette Morrison, Building Inspector

Tony Boyko, Manager of Building Inspections

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Selectron Technologies, Inc. (preferred supplier)

CSDC Systems Inc. (preferred supplier)

Original Budget and Account #

$  150,000.00

49 6150 7314 005 Integrated Voice Response

Current Budget Available 

$  150,000.00

 

Less cost of award

$    85,320.00

$    37,550.00

$  122,870.00

Selectron Technologies, Inc.

CSDC Systems Inc

Total cost of award, Exclusive of GST

Budget Remaining after this award

$    27,130.00

The r  

*The remaining balance of $27,130.00 will be applied to AMANDA integration, Testing Environment & Class API for this project.

 

Staff further recommends:

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) which states “When any of the following conditions apply, the Treasurer and the Manager of Purchasing may, in consultation with the appropriate Director, negotiate a contract for the supply of goods and services without a competitive process, which shall be submitted to the Chief Administrative Officer for approval…(h)  where it is necessary or in the best interests of the Town to acquire non-standard items or Consulting and Professional Services from a preferred supplier or from a supplier who has a proven track record with the Town in terms of pricing, quality and service.

 

PURPOSE

To obtain approval to award the purchase of an Interactive Voice Response System (IVR) specifically tailored to meet the requirements set out by the Building Inspections Section in regard to automated inspection scheduling.

 

BACKGROUND

The Town’s inspection requests are now received by telephone and fax requiring manual transcription into AMANDA to schedule and assign the inspections.  IVR will enable clients to make inspection requests, query inspection status and inspection results using a touchtone telephone.  Inspection requests made using IVR will insert the necessary data into AMANDA and initiate the required scheduling and assignment procedures according to defined business rules.  Such a system will dramatically reduce the burden on inspection support staff.

 

DISCUSSION

After researching multiple companies that offer IVR, Selectron Technologies was the only company that specifically tailors their product to meet the daily requirements set out by a municipal building department. The Town has received confirmation from CSDC (creator of AMANDA) that Selectron is the only pre-approved IVR vendor for this system. 

 

The reasons for recommending the award to Selectron and CSDC are as follows:

 

1.        Selectron Technologies has been providing solutions for government agencies across North America for the last 40 years and has a proven track record in the market place.

2.        Selectron is the only pre-approved vendor for the CSDC system and in order to implement another system, the Town would have to develop its own software and hardware which would not be cost efficient.

3.        Selectron offers customized IVR modules specifically tailored to handle the type of requirements set out by a municipal Building Inspections Section.  A presentation given by a representative from Selectron held at the Town on June 2nd, 2006, both successfully encompassed and demonstrated the system’s extensive capabilities. The presentation was then followed by a meeting with Town staff from London, held in London on June 28, 2006.  Questions and concerns regarding internal and external feedback, suggested recommendations, and overall satisfaction were addressed.  The City of London first implemented the system in 2001 and was pleased to report their continued success and ever-increasing satisfaction with the system. 

                                                                                                                                                …/2

 

Project # 186-S-06 Interactive Voice Response System                                                                                              Page 2 of 2 __________________________________________________________________________________________________

 

4.        In addition this highly versatile IVR system not only satisfies the requirements clearly established by the Town’s Building Inspections’ continuously demanding section, but offers a vast array of other modules capable of extended solutions for a growing municipality. 

5.        Selectron’s IVR System is compatible with Hansen, currently being used by Markham’s Waterworks Department and may allow for integration with the Class system being used by Parks and Recreation. 

 

CSDC will participate in the implementation of the IVR system as a contractor responsible for the IVR gateway software. CSDC will provide the implementation services required for the AMANDA system to ensure that the business rules are correct for the IVR system.

 

The implementation services from CSDC include the development, testing, training and installation of the required stored procedures for the AMANDA folders.

 

With a history of proven satisfaction and a product adaptable to the growing and unique demands required by the Town of Markham, Selectron Technologies and CSDC are the recommended vendors for automated inspection scheduling.


STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

017-S-07 Supply and Delivery of Equipment (Multi-Point Magnetic Meter and Data Logger) for Waterworks Pilot DMA Project Site P1

Date: 

February 19, 2007

Prepared by:

Karen Denison, Manager, System Engineering

Amit Sobti, Senior Buyer, Purchasing

RECOMMENDATION

Recommended Supplier

ACG Technologies (Preferred Supplier)

Original Budget and Account #

$ 100,000.00

053 6150 6781 005 EREP DMA Pilot Project

Current Budget Available 

$   84,240.00

 

Less cost of award

  $   19,585.00*

Exclusive of GST

Budget Remaining after this award

$   64,655.00

 

* The purchase price of $19,585.00 is within the $42,400 budget allocated for this line item.

Remaining balance of $22,815.00 will be used to pay for other services related to this project.

 

Staff further recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) which states “When any of the following conditions apply, the Treasurer and the Manager of Purchasing may, in consultation with the appropriate Director, negotiate a contract for the supply of goods and services without a competitive process, which shall be submitted to the Chief Administrative Officer for approval…(b) where there is only one source of supply for the goods to be purchased;”

 

PURPOSE

To obtain approval to award the contract for supply and delivery of ONE (1)Multi-Point Magnetic Flow Meter and ONE (1) Data Logger for Waterworks Pilot Management Area Project (Site P1).

 

BACKGROUND

Waterworks is in the process of implementing a pilot project which includes partitioning the Town’s water distribution system into sectors and districts (management areas) which when instrumented, data will be remotely gathered for each management area, analyzed and used to enhance management of the water distribution system.


The entire pilot project involves Three (3) sites that will be instrumented, monitored and evaluated. From the evaluation and recommendations of this pilot project, standards will be set and recommendations made for equipment that will be implemented across the Town. This will improve efficiencies in terms of quicker response to water leakage emergencies and optimization of waterworks operations.

The equipment that has been chosen has been researched and verified as the optimal choice by the town’s approved consultant for this project, Veritec Inc.

 

DISCUSSION

Reasons for equipment selection:

1.    The meter selected for the first pilot site (P1) is a multi-point insertion magnetic flow meter, which allows measuring of water flow without shutting down the water main. This reduces installation costs and the need to create a temporary by-pass to provide water during the installation phase.  It is important that the Town of Markham evaluates the multi-point insertion magnetic flow meter and determines if this is a feasible alternate to the full bore magnetic flow meter.

 

2.    The Town of Markham has presently no experience with this type of meter and as this is a pilot project, new technologies will be tested and evaluated. The multi-point measuring principal of this meter is superior to the single point insertion flow meter as this meter has multiple measuring points along the length of the rod inserted into the pipe and the flow of each measuring point is averaged with a special algorithm into the final flow value. This multi-point meter is selected as opposed to a single point insertion magnetic flow meter as the single point meter has a poor reading accuracy and is normally used as flow direction indicator.


Despite the single point meter being considerably lower priced, it is in the best interest of the Town to test the multi-point meter since water flow accuracy and reading reliability are key factors in the operation of this pilot project.


…/2

 

 

Project # 017-S-07 Supply and Delivery of Equipment                                                                                Page 2 of 2

(Multi-Point Magnetic Meter and Data Logger) for Waterworks Pilot DMA Project Site P1

________________________________________________________________________________________________

 

3.    The multi-point meter is manufactured solely by Marsh-McBirney who owns the patent for the design of the meter. ACG Technologies is their sole authorized distributor in Ontario.

4.    The City of Toronto is undertaking two large pilot projects and the Town of Markham is carrying out pilot projects at three sites. The combined experience obtained will be shared between Toronto and Markham to enable efficient, broader informed decision making at a reduced cost. With this information, Markham will establish specific standards minimising pitfalls in the Town wide implementation of these management techniques. Markham and Toronto are sharing specialised consultant services and pilot testing results including selection of instrumentation. Markham intends to test specific instrumentation in our pilot project.


FUTURE IMPACT

Waterworks intends to select the most appropriate flow meter and data logger for use throughout the Town of Markham utilizing the results and recommendations of the pilot testing project to provide high quality and cost effective flow measurement and water management best practices. Upon completion of the pilot project, the merits of this initiative will be consolidated and communicated to Senior Management.


                                               STAFF AWARD REPORT                      Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re:

003-S-07 Contract Administration Services for Construction of Clegg Road and Courtyard Lane

Date:

March 21, 2007

Prepared by:

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Masongsong Associates Engineering Limited (Preferred Supplier)

Total Funding and Account #

$ 1,887,139.93

$ 1,749,069.10

$    460,342.40

$ 4,096,551.40

083 9200 6740 004 Clegg Rd Extension

Letters of Credit from Liberty Developments

Markham District Energy funding

Current Funding Available 

$    107,800.00

Funding available for this item

Less cost of award

$    107,800.00

Inclusive of $9,800 in disbursements, Exclusive of GST

Funding Remaining after this award

$               0.00

 

 

Staff further recommends:

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) which states “When any of the following conditions apply, the Treasurer and the Manager of Purchasing may, in consultation with the appropriate Director, negotiate a contract for the supply of goods and services without a competitive process, which shall be submitted to the Chief Administrative Officer for approval…….(d) where a project is privately funded but is administered by the Town”.

 

PURPOSE

The purpose of this report is to obtain approval to award “Construction Administration Services for the Construction of Clegg Road and Courtyard Lane.”

 

BACKGROUND

Liberty Developments has requested the Town retain Masongsong Associates Engineering Limited to perform construction administration on this project. The Engineering Department has no objection to the award of this work to Masongsong based on their track record. The majority of this work is front ended by the developer.


        STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

103-T-06 Supply and Delivery of Janitorial Products

Date: 

March 26th, 2007

Prepared by:

Glen Taylor, Manager, Community Centre Operations

Tony Casale, Senior Buyer

 

RECOMMENDATION

Recommended Supplier

Swish Maintenance Limited (Lowest Priced Supplier)

Original Budget and Account #

 

Various Town Operating Accounts

Current Budget Available 

 

The cost for Janitorial Supplies is applied to the Department / Facilities respective operating budgets which are approved annually.

Less cost of award

$ 278,730.50

April 1st, 2007 to March 31st, 2009 *

* The 2008 and 2009 cost to be provided for within the respective year’s budget submission and subject to Council   approval.

 

PURPOSE

To obtain approval to award the purchase of janitorial supplies for a term of two (2) years.

 

BACKGROUND

This Tender is issued for various janitorial supplies based on historical usage reports provided by the current supplier. This is a method of supply where various Town facilities have direct access to purchase supplies “as and when required” based on pre-established prices.

 

BID INFORMATION

Advertised

 Electronic Tendering Network

Bids closed on

 October 27, 2006

Number picking up bid documents

12

Number responding to bid

2

 

PRICE SUMMARY

Supplier

Price, Exclusive of PST and GST

Swish Maintenance

$ 139,365.25

 

OPTIONS AND DISCUSSIONS:

Staff contacted the bidders that picked up the bid document but did not submit bids.  Three (3) companies indicated that they did not bid as they could not supply green chemical products as outlined in the tender document.  One company picked up the bid document in error as they were strictly a janitorial services company and two (2) companies did not have the resources.

 

One supplier was disqualified as they did not meet the mandatory requirement of accepting American Express for transactions.  It should also be noted they did not quote on twenty two (22) percent of the items and could only hold prices firm for one (1) year and would pass on any manufacturers increase thereafter.

 

Swish Maintenance Limited has provided pricing which is approximately thirteen (13) percent lower than the current contract and will maintain firm fixed pricing for a period of two (2) years. 

 

ENVIRONMENTAL CONSIDERATIONS:

All products are environmentally friendly and where applicable, are certified green by either “Green Seal” or “Environmental Choice Program” with the appropriate seal of approval.


STAFF AWARD REPORT                                            Page 1 of 2

To:

Jim Baird, Commissioner, Development Services

Re: 

026-Q-07 Architectural Services for Park Pavilion and Maintenance Building at Berczy Community Park

Date: 

March 26, 2007

Prepared by:

Linda Irvine, Manager , Parks & Open Space Development

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Ventin Group Ltd (Highest Ranked and Lowest Priced Supplier)

Original Budget and Account #

    $   858,000.00

081-5350-6644-005 Berczy CP Pav & Main Bld

Current Budget Available 

$     82,797.00

$       9,009.00

$     91,806.00

Budget allocated for External Consulting *

Internal Management Fee **

Total Budget

Less cost of award

                               

$     57,090.00

$     20,000.00

$     77,090.00

$       9,009.00

$     86,099.00

Inclusive of Disbursements, PST and exclusive of GST

Sub-consultant Allowance (Unanticipated)

Total cost of award

Internal management fee

Total project cost inclusive of PST, exclusive of GST

Budget remaining after this award

$       5,707.00

 

*The $77,090.00 price (Including $20,000 sub-consultant) for Architectural Services for Park Pavilion and Maintenance Building at Berczy Community Park is within the $82,797.00 budget allocated for this purchase item. The remaining balance of $5,707.00 shall be used for the construction cost of the Park Pavillion and Maintenance Building.

** $9,009 represents 30% of total budgeted internal management fee of $30,030, the rest will be charged at time of construction award.

*** Sub-consultant allowance is to be used at the Town’s discretion only to fund any unanticipated sub-consulting and/or surveying work that may arise due to unknown site conditions, and/or programming requirements that emerge through the design process.

 

PURPOSE:

The purpose of this report is to obtain approval to award the contract for Architectural Services for Park Pavilion and Maintenance Building at Berczy Community Park.

 

BACKGROUND:

Berczy Community Park was designed to accommodate a future park pavilion building and a parks operations maintenance building.

1.         1,450 sq. ft.  Park Maintenance Building, and

2.         1,200 sq. ft.  Park Pavilion Building with 1500 sq. ft. outdoor picnic shelter 

The architectural firm will provide full and comprehensive architectural services, as detailed, for the development, design and construction of these two separate buildings:

 

BID INFORMATION:

Advertised

By Invitation

Bids closed on

March 9th, 2007

Number picking up bid documents

4

Number of companies responding to bid

4

 

PROPOSAL EVALUATION

The Evaluation Team for this RFP was comprised of staff from Asset Management, Urban Design and Purchasing staff acting as the facilitator.

 

The proposals were evaluated based on pre-established evaluation criteria as listed in the RFP: 10% Past experience of Firm, 25% Qualifications of Architect and Project Team, 15% Design Approach and Project Delivery and 50% price totaling 100%.

 

…/2

 

 

 

Project # 026-Q-07 Architectural Services for Park Pavilion and                                                                          Page 2 of 2

Maintenance Building at Berczy Community Park

__________________________________________________________________________________________

 

 

Bidders

 

Rank

 

Scoring

Ventin Group Ltd

1

97

Totten Sims Hubicki Associates

2

74

Julian Jacobs Architects

3

64

Petroff Partnership Architects

4

60

 

The highest ranked proponent, Ventin Group Ltd provided a detailed submission with a strong team and provided relevant examples of similar projects in the submission. Staff is confident they will meet and/or exceed our expectations.

 


STAFF AWARD REPORT                      Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

019-R-07 Consultants for Engineering Services related to the preparation of a

Stormwater Management Facility Assessment and Maintenance Master Plan

Date: 

March 22, 2007

Prepared by:

Soran Sito, Environmental Engineer

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

Recommended Consultant

Clarifica  (Highest ranked – Lowest Price)

Original Budget and Account #

$ 1,000,000.00

83-5350-7074-005 Downstream Improvements Works Program 2006

Current Budget Available 

$    160,000.00

Budget available for this project.

Less cost of Award

$    $96,072.00

$        9,607.20

$    105,679.20

$      12,681.50

$    118,360.70

Exclusive of GST

Contingency allowance at 10 %

Total cost of Award

Engineering Department Project Management Fee at 12%.

Total Project Cost

Budget Remaining after this award

$      41,639.30

The balance will be applied to other downstream improvements.

PURPOSE

The purpose of this report is to obtain approval to award “Consultant for Engineering Services related to the preparation of Stormwater Management Facility Assessment and Management Master Plan”.

BACKGROUND

The Town of Markham needs a comprehensive database and maintenance manual for the management of its growing number of SWM ponds.  Currently the Town owns 70 SWM ponds with minimum information regarding each.  In September 2006, the Town requested qualified consultants to bid on the Stormwater Management Facility Assessment and Maintenance Master Plan.  Seven consultants provided RFQ’s, from which Engineering and Purchasing staff selected 3 to provide RFP’s.  Proposals from McCormick Rankin Inc., Clarifica and Aquafor Beech Ltd. were evaluated according to Town established criteria.  Since Clarifica was both the lowest bidder and the highest scored consultant, it was selected for this project.   

BID INFORMATION

Advertised, place and date

Three companies prequalified on 173-P-06

Bids closed on

March 2, 2007

Number picking up bid documents

3

Number responding to bid

3

 

PROPOSAL EVALUATION

Consultants

Score of 100

Ranking

Clarifica Consulting Inc.

97.5

1

Aquafor Beech Limited

95.0

2

McCormick Rankin Corporation

68.0

3

 


STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

016-T-07 Landscape Construction for Eckardt-McKay House

Date: 

March 23, 2007

Prepared by:

John Ryerson, Director, Varley Art Gallery

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Griffith Property Services (Lowest Priced Supplier)

Original Budget and Account #

$  192,000.00

075-5350-7342-005 McKay Landscape and Construction

Current Budget Available 

$  135,000.00

Budget available for this item

Less cost of award

$  128,079.00

Inclusive of PST and exclusive of GST

Budget Remaining after this award

      $      6,921.00*

 

*The remaining balance of funds shall be used for the contract admin and structural inspection for this project.

 

PURPOSE

To obtain approval to award hard landscape construction of the Eckardt-McKay House.

 

BACKGROUND

This project is to restore and rebuild the gardens at the Eckardt-McKay House to compliment two key stories of the site – that of the 19th century heritage building and its role in the founding stories of Markham and the Varley years in the 1950s and 60s.  The front garden will address the 19th century style and the backyard that Varley painted will address the 1950s style.

 

The landscape component of the project was anticipated to be implemented once the house restoration work was complete. This restoration has since been completed and the hard landscape component is ready to be undertaken.

 

The Varley-McKay Art Foundation is committed to the completion of the garden project for the work beyond the hard landscaping as approved by Council. The soft landscaping will be implemented at a pace related to available funds raised through the Eckardt-McKay Landscape Design & Garden Campaign.

 

BID INFORMATION

Advertised

 Electronic Tendering Network

Bids closed on

March 9th,2007

Number picking up bid documents

11

Number responding to bid

3

 

PRICE SUMMARY

Supplier

Price, Inclusive of PST and Exclusive of GST *

Griffith Property Services

$128,079.00

Mopal Construction

$143,191.00

Salivan Landscape Ltd

$182,173.38

*Pricing includes alternative items 2.15 (concrete retaining wall in place of stone veneered concrete retaining wall) and 3.3 (sod and fine grading in place of seed and fine grading) to meet budgetary goals.

STAFF AWARD REPORT                                            Page 1 of 1

To:

Jim Sales, Commissioner, Community and Fire Services

Re: 

006-Q-07 Supply, Delivery and Pick Up of Turf Grass Sod for Various Locations

Date: 

April 11, 2007

Prepared by:

Mark Ingwersen, District Manager (West)

Amit Sobti, Senior Buyer, Purchasing

 

RECOMMENDATION

Recommended Supplier

nu.Fairgreen Sod Farms (Lowest Priced Supplier)

Original Budget and Account #

$    112,000.00

$      20,000.00

$    156,050.00

$  288,050.00

  059 6150 7450 005 Sports field Maintenance & Reconstruction

050 6150 7212 005 Annual Sodding Program

730 732 5415 Sportsfield Maintenance***

Total

Current Budget Available 

$      16,204.00

$        8,195.56

$    152,766.21

$    177,165.77

059 6150 7450 005 Sports field Maintenance & Reconstruction

050 6150 7212 005 Annual Sodding Program

730 732 5415 Sportsfield Maintenance

Total

Less cost of award

$      28,870.00

$     28,870.00 *

$     29,880.00 *

$      87,620.00

2007 Cost, Inclusive of PST and exclusive of GST

2008 Cost, Inclusive of PST and exclusive of GST

2009 Cost, Inclusive of PST and exclusive of GST

Total

2007 Budget Remaining after this award

       $    148,295.77 **

 

* Funds for the 2008 ($28,870.00) and 2009 ($29,880.00) contract periods exclusive of GST to be included in the 2008 and

   2009 budget submissions and subject to council approval.

** The remaining balance of $148,295.77 will be applied to other Sportsfield Maintenance projects.

*** Excludes $88,423 for Enhanced Cultural Practices.

 

PURPOSE

To obtain approval to award the contract for the supply, delivery and pick up of Turf Grass Sod for a three (3) year period.

 

BACKGROUND

Turf Grass Sod is used as a part of the Sports field Maintenance & Reconstruction annual program.

 

BID INFORMATION

Advertised

By Invitation

Bids closed on

March 30, 2007

Number invited to bid

4

Number responding to bid

4

 

PRICE SUMMARY ( May 01, 2007  December 31, 2009 )

Supplier

Section A

Supply & Delivery

Section B                             Pick Up*

Total

nu.Fairgreen Sod Farms

$45,800.00

$41,820.00

$87,620.00

Brayford Sod Farms Inc.

$46,600.00

-

$46,600.00

Richmond Sod Ltd

$47,500.00

-

$47,500.00

Brouwer Sod Farms Ltd

$49,800.00

-

$49,800.00

*Only one (1) supplier met the mandatory requirement for bidding on Section B which states that the pick-up location must be within a 10 KM radius of the Markham Civic Centre.

 

Note:  Low Bidder will hold price firm for a two (2) year period with a 3.5% increase in the final year.

 


STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

143-R-06 Employee Assistance Program

Date: 

April 23, 2007

Prepared by:

Edmund Yuen, Senior Compensation & Benefits Specialist

Nadine Daley, Manager of Human Resources, Policy and Program

Tony Casale, Senior Buyer

 

RECOMMENDATION

Recommended Supplier

Family Services  (Highest Ranked and Highest Priced Supplier)

Original 2006 Budget and Account #

$    54,291

Various Townwide Accounts *

Less estimated cost of award

 

$    39,425

 

 

$   44,175

 

 

$    48,925

 

 

$    48,925

 

 

$    48,925

 

 

 

$  230,375

Year 1, January 1, 2007 to December 31, 2007

(based on estimated annual usage rate of 400 hours of EAP services and 10 hours of Critical Incident Services)

Year 2, January 1, 2008 to December 31, 2008

(based on estimated annual usage rate of 450 hours of EAP services and 10 hours of Critical Incident Services)

Year 3, January 1, 2009 to December 31, 2009

(based on estimated annual usage rate of 500 hours of EAP services and 10 hours of Critical Incident Services)

Year 4, January 1, 2010 to December 31, 2010

(based on estimated annual usage rate of 500 hours of EAP services and 10 hours of Critical Incident Services)

Year 5, January 1, 2011 to December 31, 2011

(based on estimated annual usage rate of 500 hours of EAP services and 10 hours of Critical Incident Services)

 

Total exclusive of GST and inclusive of 5% payment discount.

*Budget figures are from the approved 2006 Operating budget and will be adjusted with final 2007 benefit numbers once negotiated wages settlements are completed and the 2007 union and non-union salary adjustments are approved by Council.

 

PURPOSE

To obtain approval to award this contract for Employee Assistance Program for a term of 5 years commencing January 1, 2007.

 

The Program provides employee assistance in personal and work related problems which include but are not limited to the following areas:

a.                    Stress Reduction

b.                   Family and/or Marital

c.                    Childcare and eldercare concerns

d.                   Physical health

e.                    Mental health issues

f.                     Emotional issues

g.                   Legal/financial

h.                   Career Planning

i.                     Retirement Planning

j.                     Substance Abuse

k.                    Critical Incident Counseling (trauma response)

l.                     Crisis intervention

 

BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

September 22, 2006

Number picking up bid documents

8

Number of companies responding to bid

5

 Out of the five submissions, one company was disqualified for failing to comply with the mandatory bidding requirements.

 

                                                                                                                                                                                …/2

 

143-R-06                                                                                                                                                               Page 2 of 2

Employee Assistance Program

________________________________________________________________________________________________

 

PROPOSAL EVALUATION

The Evaluation Team for this RFP was comprised of 3 staff members from Human Resources Department with Purchasing staff acting as the facilitator.

 

The proposals were evaluated based on pre-established evaluation criteria as listed in the RFP:  25% past experience of consulting firm; 20% qualifications of the lead consultant and project team; 25% project delivery and 30% price totaling 100%. 

 

TABLE A                                     

Consultants

Total Score

(100%)

Rank

Baylis & Associates

65.00

4

Warren Shepell

69.14

2

FGI World

67.21

3

Family Services

81.20

1

 

Through the evaluative process the following features of superiority were identified; accessibility to services, innovative programming and educational level of counseling, staff as an aggregate resulted in a higher ranking of Family Services.

 

Family Services was awarded the same contract from 2002 to 2006 and has demonstrated satisfactory service.  Staff is confident that Family Services will continue to provide quality service to the Town.

 

FINANCIAL CONSIDERATION

All services will be billed at an hourly rate of $100 for EAP and $150 for CIS, exclusive of GST and 5% payment discount.  The Town will be invoiced monthly on an estimated usage of services per year as outlined in the Recommendation Table based on an estimated employee population of 920.  The actual annual cost of the plan will be adjusted at year end based on actual usage. 

 

The hourly rate has remained consistent since 2002.  The following is a summary of the historical usage:

 

Annual Cost

Hours of usage for both EAP and CIS

Hourly Rate 

EAP

CIS

2002 Actual

$ 50,960

520.00

$ 95.00

$ 142.50

2003 Actual

$ 26,120

273.70

$ 95.00

$ 142.50

2004 Actual

$ 35,970

374.70

$ 95.00

$ 142.50

2005 Actual

$ 42,750

450.00

$ 95.00

$ 142.50

Note:  Prices include a 5% payment discount and are exclusive of GST. 

 

As a result of the trend of higher usage, and the increase of employee population, the estimated hours of usage have been adjusted accordingly for the next five years.  Hence, the annual cost of this contract is higher compared to the previous contract with Family Services.


 

Table “B” – Contract Extensions as Authorized per Original Award

 

 

PROJECT #

DESCRIPTION

SUPPLIER

ORIGINAL AWARD TERM

EXTENDED TERM

EXTENDED AMOUNT

% PRICE INCREASE

 

 

181-T-06

 

Load, Haul & Dispose stockpile excess fill material

Defina Haulage

Nov 1/06 to Feb 28/07

Mar 1/07 to Feb 28/09

$189,090.00

0%

 

069-Q-04

 

Supply and delivery of Grass Seed Mixture

Pickseed Canada

May 1/05 to Apr 30/07

May 1/07 to Apr 30/08

$48,600.00

0%

 

042-Q-06

 

Tree Planting Services

Lomco Landscape Contractors

Apr/06 to Apr 30/07

May 1/07 to Apr 30/08

$124,432

0%