STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

020-S-07 Diversity Strategy

Date: 

May 9, 2007

Prepared by:

Nadine Daley, Acting Manager, HR – Policy and Programs

 

RECOMMENDATION

Recommended Supplier

Diversity Trainers Plus (Preferred Supplier)

Original Budget and Account #

$   35,000.00

$   63,083.46

$   46,666.67

$ 144,750.13

41-5399-7285-005 Diversity Strategy (2006 Capital)

Diversity Strategy 2008 Capital *

Diversity Strategy 2009 Capital *

 

Current Budget Available 

$   30,249.87

$ 109,750.13

$  140,000.00

41-5399-7285-005 Diversity Strategy (2006 Capital)

Pending 2008 & 2009 Budget Approval *

Less cost of award

$  140,000.00

Exclusive of Disbursement, exclusive of GST

Budget Remaining after this award

$             0.00

 

* Subject to Council Approval of 2008 and 2009 Capital Budget for Diversity Strategy.

 

Staff further recommends:

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7. Non-Competitive Procurement, Item (1), Part (h) “where it 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 contract for 020-S-07 Diversity Strategy. The project will be completed in two 18-month phases.

 

BACKGROUND

The Town of Markham identified the need for a diversity strategy to respond to the demographics of Markham residents.   In order to devise a strategy three consultants with expertise in the area of Diversity provided presentations to CCC.  Specifically the consultants were: Peter P. Fernandez and Associates; Graybridge Malkam; and Diversity Trainers Plus.  Each consultant was required to present according to the following topics established by Human Resources: experience in the field and track record with respect to public and private sector organizations; organizational philosophy; diversity philosophy; change strategy; ability to create linkages with on-going activities such as NQI; and cost.

CCC reviewed the respective presentations and selected Diversity Trainers Plus.  Diversity Trainers Plus demonstrated the greatest alignment to the criteria, specifically the deepest understanding of the activities to effect change management and finally possessed a proven track record of networks in the area of Diversity.  As an added value Diversity Trainers Plus provided the most customized approach to the strategy.


 

STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

025-S-07 14th Avenue Hydro poles and underground plant

Date: 

May 17, 2007

Prepared by:

Renee Chong, Capital Works Engineer

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Power Stream (Preferred Supplier)

Original Budget and Account #

$   7,200,000.00

83-5350-6745-005 14th Ave Watermain: McCowan to Boxwood

Current Budget Available 

$   1,526,502.67

As of February 20,2007 and includes commitments

Less cost of award

$        95,361.00

$        29,370.00

$      133,100.00

$      257,831.00

Pole supports (Based on 25)

Circuit Isolations (Based on 4)

Primary 28Kv cct. Removal & Installation (Based on 70m)

Total estimated award (Exclusive of GST)

Budget Remaining after this award

$   1,268,671.67

*

* Upon payment of all the invoices, any remaining funds will be returned to the original funding source.

 

Staff recommends: THAT the tendering process be waived in accordance with Purchasing By-Law 143-2000, Section 14 (2) which states “Tenders or quotations shall not be required for goods and services to be provided by any of the following:  (b) Public utilities;

 

PURPOSE

To obtain approval to award the contract for pole supports, circuit isolations and temporary removal and installation of the primary 28Kv cct to Power Stream for the 14th Avenue Watermain construction project.

 

BACKGROUND

Contract 001-T-06 for the new watermain on 14th Avenue between McCowan Road and Boxwood Crescent had a utility support and relocation cash allowance for the support of, or removal and reinstatement of utility poles in the estimated amount of $101,200.00. This cost was incorporated in the tender and was payable by the successful contractor (Pachino) directly to Powerstream.

 

During construction and after contract award, a section of underground cable was unexpectedly found adjacent to the watermain. The design of the alignment of the new watermain was revised based on the availability of space, cost, Region’s requirement, existing utilities and relocation of hydro cable.

 

Staff have issued a change order to Pachino to remove the cash allowance of $101,200.00 from the contract as

Powerstream have requested payment directly from the Town for all potential costs related to this project.


  STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

152-S-06 Citizen Satisfaction Survey

Date: 

April 13, 2007

Prepared by:

Rick Dominico, Manager Corporate Quality

Tony Casale, Senior Buyer, Purchasing

 

RECOMMENDATION

Recommended Supplier

Environics Research Group (Preferred Supplier)

Original Budget and Account #

$   150,000

43 6900 7720 005 Citizen Satisfaction Survey

Current Budget Available 

   $   150,000 *

 

Less cost of award

$   125,000

Inclusive of Disbursement, Exclusive of GST

Budget Remaining after this award

     $     25,000 **

 

*   This project is in the 2007 capital budget of which $30,000.00 has been pre approved.  The award of this contract is subject to budget approval.

**The remaining balance to be applied to Capital account 43 6900 7737 005 Customer Survey Program for specific surveys.

 

Staff further recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (h) which states “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 contract for a Citizen Satisfaction Survey. 

 

BACKGROUND

The Town’s Corporate Mission reads: “Working with the community to provide high quality municipal services that meets, if not exceeds, the expectations of Town residents and businesses”. One of the Town’s Corporate Goals is Organizational Excellence, and the measurement of customer satisfaction together with the identification and management of improvement areas are key components of our NQI excellence journey.

 

As part of the customer service strategy, a Town-wide citizen survey to measure satisfaction of key services is planned every first year of a new Council term (now every 4 years).

 

This process was initiated in 2001 with a strategic planning project that included a comprehensive resident’s survey to ascertain future needs, present levels of satisfaction and identification of values that influence decisions and behaviors of Town residents. For 2004, a general satisfaction survey was conducted with focus on satisfaction for key services provided by the Town.

 

In addition, single service surveys are utilized by a growing number of Town departments in an effort to identify key requirements of the users of specific services and the present levels of customer satisfaction. This measurement process is managed internally through the Strategic Initiatives Department of the CAO’s Office and allows for more detailed information on services offered.

 

At the recent Council Workshop, a number of service areas were identified for further review and improvement, based on calls and feedback received from our residents.

 

The results of the Citizen’s Survey provides staff with a means of identifying priority areas for further review, including the more in-depth single service survey application.

 

 

 

 

 

 

 

152-S-06

Citizen Satisfaction Survey                                                                                                                                       Page 2 of 2

____________________________________________________________________________________________

 

 

OPTIONS / DISCUSSION

To support this goal, staff proposes a citizen survey that would gather satisfaction data on key services delivered to external customers.  The survey will include specific questions for those service areas identified at the Council Workshop.  Staff is recommending that this be administered by Environics Research Group, a firm with experience in the area of surveys for municipal sector services.  Environics is the only provider of the Social Values research component that was administered in Markham in 2001. Their experience in the municipal sector and their fit with our customer satisfaction measurement program are the key reasons to consider their service.

By repeating many of the questions from the 2001 survey, it will be possible to track changes in citizen awareness and satisfaction with service levels, to measure impacts of new programs and policies, as well as identify emerging trends in opinions and expectations about the future direction of Markham.

Residents will complete the satisfaction survey which would cover the following key services; water, roads, waste

pickup, parks, arenas, pools, libraries, cultural venues, etc).


                                                  STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

028-T-07 Traffic Signal LED Retrofit and Replacement at 22 Intersections

Date: 

May 03, 2007

Prepared by:

Dereje Tafesse, Technical Coordinator, Operations

Amit Sobti, Senior Buyer, Purchasing

RECOMMENDATION

Recommended Supplier

Stacey Electric Co. Ltd. (Lowest Priced Supplier)

Original Budget and Account #

$   95,000.00

056 6150 7464 005 LED Traffic Signal Display Retrofit & Replacement Program*

Current Budget Available 

$   95,000.00

 

Less cost of award

$   74,537.80

$   53,354.60

$ 127,892.40

2007 Period, Exclusive of GST

2008 Period, Exclusive of GST**
Total Cost of Award

2007 Budget Remaining after this award

$   20,462.20

***

* On February 13, 2007, Council pre-approved $95,000 for the Operations Department Traffic Signal Display
    Retrofit & Replacement Program
.

** Pending 2008 Budget Approval.

*** Remaining balance will be used for other signal maintenance projects.

 

PURPOSE

To obtain approval to award the contract for the traffic signal LED retrofit replacement at 22 intersections.

 

BACKGROUND

Traditionally, incandescent lamps have been used for traffic control signal displays. However, the rising demand and cost of energy has led to the introduction of Light Emitting Diode (LED) technology. Incandescent lamps require annual re-lamping, cleaning and emergency replacement.  In addition to the maintenance cost, incandescent lamps consume 90% more energy than LED lights. Several municipal and regional jurisdictions, including the Region of York, are now converting their traffic signals to LED displays. Currently, the Town of Markham is in the third year of the 10 year replacement program.

 

Power Stream has an incentive program for municipalities who wish to convert their traffic signals from incandescent lamps to LED technology. The Operations Department approached Power Stream to take advantage of this program and is currently working with the Markham Energy Conservation Office (MECO) to further explore opportunities in this regard.

 

BID INFORMATION

Advertised

 Electronic Tendering Network

Bids closed on

April 25, 2007

Number picking up bid documents

5

Number responding to bid

2

 

PRICE SUMMARY

Supplier

2007 Price
(12 intersections),

Exclusive of GST

2008 Price,
(10 intersections)

Exclusive of GST

Total Price,

Exclusive of GST

Stacey Electric Co. Ltd

$74,537.80

$53,354.60

$127,892.40

Beacon Utility Contractors Ltd.

$76,915.86

$54,180.74

$131,096.60

 

ENVIRONMENTAL CONSIDERATIONS

The LED lights have a direct positive impact on the global environment.  It contributes to a reduction in global warming, acid rain and reduces demand at electrical power plants.


STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

031-T-07 Supply and Delivery of Mowers, Utility Vehicles and Tractors

Date: 

May 11, 2007

Prepared by:

Laurie Canning, Manager, Fleet and Supplies

Amit Sobti, Senior Buyer, Purchasing

 RECOMMENDATION

Recommended Supplier(s)

B.E Larkin Equipment        (Lowest Priced Acceptable Supplier - Item 1 & 3)

G.C Duke Equipment Ltd   (Lowest Priced Acceptable Supplier - Item 2)

Hutchinson Farm Supply    (Lowest Priced Acceptable Supplier - Item 4)

Original Budget and Account #

$ 1,410,200.00

057 6150 7516 005 Corporate Fleet Replacement Annual Program

Current Budget

$    229,104.00

Budget allocated for these items

Less cost of award

     $    189,840.24*

Inclusive of PST, exclusive of GST with Trade-ins (where applicable)

Budget Remaining after this award

       $      39,263.76**

 

* The $189,840.24 purchase price of the various equipment is within the $229,104.00 budget allocated for these items.

** The remaining balance will be applied to other Fleet Projects.

 

PURPOSE

To obtain approval to award the purchase of 8 Mowers, (3) Three Diesel Powered Utility Vehicles and (3) Three Two Wheel Drive Agricultural Tractors.

 

BACKGROUND

The tenders were issued in accordance with the purchasing by-law 2004-341. Units specified in the tender are part of the pre approved 2007 Corporate Fleet Replacement Program. Staff has reviewed the bid documents and is satisfied that all terms and conditions comply with the Town’s requirements.

 

As part of this Tender, the Town included equipment vehicles  # 4491, 4518, 4264, 4266, 4128, 4333,4467,4517, 4560, 4213 & 4217 to be sold upon delivery (as trade-ins) of the new equipment vehicles in accordance with Purchasing By-Law 2004-341, Part V. The proceeds of $9,300 will be transferred to account 890-890-9305 (Proceeds from Sale of other Fixed Assets). Since the trade-in amounts for item 4 were low, it is in the best interests of the town to dispose the old tractors (Equipment Id 3443, 3461 & 3464) by public auction.

 

BID INFORMATION

Advertised

ETN

Bids closed on

April 04, 2007

Number picking up bid documents

6

Number responding to bid

5

 

PRICE SUMMARY

Vendor / Price Quoted Less Trade-in

                (if applicable)

 

ITEM 1

 

60” Zero Turn Rotary Mower. Qty =2

ITEM 2

48” 15 HP. Hydrostatic Walk-Behind Mowers. Qty =6

ITEM 3

 

4X4 Drive Diesel Powered Utility Vehicle. Qty=3

ITEM 4

 

2 Wheel Drive Agricultural Tractor. Qty =3

TOTAL

G.C DUKE EQUIPMENT LTD.

NO BID

$25,740.00

NO BID

NO BID

$25,740.00

MARKHAM MOWER

$25,864.00

$31,296.00

NO BID

NO BID

$0

CHAS RICHARDS AND SONS*

N/A

NO BID

N/A

N/A

$0

B.E LARKIN EQUIPMENT

$23,460.00

NO BID

$37,944.00

NO BID

$61,404.00

HUTCHINSON FARM SUPPLY

$27,444.80

$28,599.60

$39,007.80

$93,396.24

$93,396.24

* Chas Richards did not meet specifications for Items 1, 3 & 4.

 

 

 

 

 

 

Project # 031-T-07 Supply and Delivery of Mowers, Utility Vehicles and Tractors                                              Page 2 of 2

________________________________________________________________________________________________

 

 

FINANCIAL ATTACHMENT

Item

Equipment ID and Description

 

Qty

Current Budget Allocated

Less Cost of this Award, Inclusive of PST and Exclusive of GST

Price less Trade-in value

Budget Remaining after this award

Trade-In Amounts

1

60” Zero Turn Rotary Mower

2

$30,960.00

$26,460.00

$23,460.00

$4,500.00

$3,000.00

2

48” 15 HP. Hydrostatic Walk-Behind Mowers

6

$40,248.00

$27,540.00

$25,740.00

$12,708.00

$1,800.00

3

4X4 Drive Diesel Powered Utility Vehicle

3

$46,440.00

$42,444.00

$37,944.00

$3,996.00

$4,500.00

4

2 Wheel Drive Agricultural Tractor

3

$111,456.00

$93,396.24

$93,396.24

$18,059.76

OPTION NOT EXERCISED

 

TOTAL

 

$229,104.00

$189,840.24

$180,540.24

$39,263.76

$9,300.00

Please note that staff has recommended the above awards based on the best value to the Town taking into consideration trade-in values.

 

ENVIRONMENTAL CONSIDERATIONS:

Units in this award are diesel powered and are compatible with the use of bio diesel blends currently used in all diesel

powered fleet units.


  

                                                                                STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

035-Q-07 Townwide, Roofing Maintenance Program

Date: 

April 30, 2007

Prepared by:

Gil Verbeek, Maintenance Coordinator, Asset management

Amit Sobti, Senior Buyer, Purchasing


RECOMMENDATION

Recommended Supplier

Atlas-Apex Roofing Inc. (Lowest Priced Supplier)

Original Budget and Account #

$   97,600.00

056 6150 7493 005 (2007)

Roofing Maintenance and Structural Adequacy – Annual

Current Budget Available 

$   67,600.00   

Budget allocated for this line item

Less cost of award

$   45,600.00

$   45,600.00

$   45,600.00

$ 136,800.00

May 01, 2007April 30, 2008  Excl of GST*

May 01, 2008April 30, 2009  Excl of GST**

May 01, 2009April 30, 2010  Excl of GST**

Total Cost of Award

2007 Budget Remaining after this award

$   22,000.00

***

*    The $45,600 cost of annual roofing maintenance is within the $67,600.00 budget allocation for this line item.

** Subject to council approval of the 2008, 2009 & 2010 capital budget for this project.

***The remaining balance will be applied to other roofing maintenance projects as required.

 

PURPOSE

To obtain approval to award the contract for Townwide, Roofing Maintenance.

 

BACKGROUND

The roofing maintenance contract was initiated to comply with new roof warranty criteria and to address annual roof leak problems across the Town.  The maintenance contract also acts as a preventive measure to increase the life of the roofing systems.

 

BID INFORMATION

Advertised

BY INVITATION

Bids closed on

April 10, 2007

Number picking up bid documents

11

Number responding to bid

5


PRICE SUMMARY

Supplier

3 Yr Price, Exclusive of GST

Atlas Apex Roofing

$ 136,800

Dean Chandler Roofing

$ 173,028

Aseal Roofing

$ 219,600

Ontario Roofing

$ 243,000

Flynn Canada

$ 458,421

* Compared to the previous contract (2004-2007), this contract represents an approximate 7% increase. This however, takes into consideration the addition of 3 new buildings – Fire Station 98, Angus Glen Community Centre and the Pingle House.


                                             STAFF AWARD REPORT                                            Page 1 of 1

To:

Jim Baird, Commissioner, Development Services

Re: 

043-Q-07 Landscape Architectural Services for East Cathedral Community Park

Date: 

May 2,2007

Prepared by:

Linda Irvine, Manager Parks and Open Space Development

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Baker Turner Inc. (Sole Bidder)

Original Budget and Account #

$   773,500.00

081-5350-7634-005 East Cathedral Community Park

Current Budget Available 

$     77,400.00

Budget allocated for External Consulting*

Less cost of award

$     54,000.00

$     10,500.00

$     64,500.00

$     12,900.00

$     77,400.00

Inclusive of Disbursements and PST , exclusive of GST

Surveying and Sub-consultant Allowance

Total cost of award**

Internal management fee ***

Total project cost inclusive of PST, exclusive of GST

Budget Remaining after this award

$              0.00

 

*On February 13, 2007, Council pre-approved $77,400.00 for the Urban Design’s Department Capital project for East Cathedral Community Park with the remaining balance of $696,100.00 subject to Council approval of the 2007 Capital Budget.

**The $64,500.00. price (Including $10,500.00 surveying and sub-consultant) for Architectural Services at East Cathedral Community Park is within the $77,400.00 budget allocated for this purchase item. The remaining balance of $12,900.00 shall be used for the capital administrative cost of the East Cathedral Community Park.

***$12,900 represents a portion (22%) of the total budgeted internal management fee of $58,500, the rest will be charged at time of construction award.

 

PURPOSE

To obtain approval to award Landscape Architectural Services for East Cathedral Community Park.

 

BACKGROUND

This project is for the landscape architectural design services, contract administration and warranty services for East Cathedral Community Park. This park is to be programmed with appropriate sport field uses, seating areas, children’s playground, water play facility, landscaping, and walkway connections to the community.

 

BID INFORMATION

Advertised

By Invitation

Bids closed on

April 4th, 2007

Number picking up bid documents

4*

Number responding to bid

1

*One consultant would not adhere to the sub-consultant allowance and therefore declined the invitation one day prior to bid closing. Another consultant had originally confirmed the intent of submitting a bid. However, due to work constraints that were unforeseen, they declined the invitation.

 

PRICE SUMMARY

Supplier

Inclusive of Disbursement and  PST and Exclusive of GST *

Baker Turner Inc.

$64,500.00*

*Purchasing negotiated a reduction of $2,537.50 from Baker Turner’s original bid ($67,037.50) on the closing date, as they were the sole bidder.


 

STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

058-T-07 Supply and Install Indoor Soccer Turf (Mt. Joy Community Centre)

Date: 

May 7, 2007

Prepared by:

Richard Bullis, Facility Coordinator, Mt. Joy/Markham Village

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Triexe Management Group Inc (d/b/a Sportexe)  (Lowest Priced Supplier)

Original Budget and Account #

$  125,000.00

070 6150 7566 005 Mt. Joy Indoor Soccer Field

Current Budget Available 

      $  125,000.00 *

 

Less cost of award                              

$  118,015.00

Exclusive of GST

Budget remaining after this award

     $      6,985.00 **

 

*On February 13, 2007, Council pre-approved $125,000.00 for the Recreation Service Department Capital   project for the Mt. Joy Indoor soccer field replacement.

 **The remaining balance of $6,985.00 will be used for other soccer field improvements at the Mount Joy Community Centre.

 

 

PURPOSE:

To obtain approval to award the contract for the supply and installation of soccer turf.

 

 

 BACKGROUND:

The current soccer turf was installed in 1995 and has surpassed the ten (10) year life cycle.  The current system is         second generation astro turf with seams coming apart and missing material that is creating a hazard for field users.  The new soccer turf will add additional cushioning and an improved playing surface for the users.  Staff has worked closely with the Markham Soccer Club to obtain a product that meets, if not exceeds our expectations.

 

 

BID INFORMATION:

Advertised

Electronic Tendering Network

Bids closed on

May 2, 2007

Number picking up bid documents

8

Number of companies responding to bid

5 *

 * One bidder was disqualified as the product specified in their submission did not meet the Town of Markham’s requirements.

 

DETAILED PRICE SUMMARY:

Supplier

Price, Exclusive of GST *

Triexe Management Group Inc (d/b/a Sportexe)

$118,015.00

Sportsurface Inc.

$135,355.50

Barber Sport Surfaces Ltd.

$153,747.00

Sands Commercial Floor Coverings

$164,888.15 **

* Price includes provisional item for total glue down of under pad to soccer turf to better stabilize the field.

** Bid Submission does not include provisional item for total glue down.


 

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

 

 

PROJECT #

DESCRIPTION

SUPPLIER

ORIGINAL AWARD TERM

EXTENDED TERM

EXTENDED AMOUNT

% PRICE INCREASE

 

055-T-04

Irrigation System Start-up, Winterization & Repair

Metro Lawn Sprinklers

June 1/05 to May 31/07

June 1/07 to May 31/08

$65,000.00

0%

 

002-T-02

Building Mechanical Maintenance for Town Facilities

SIG Mechanical Services

May 1/05 to Apr 30/07

May 1/07 to Apr 30/08

$141,543.42

0%

 

035-T-06

Townwide, Concrete Maintenance

VTA Construction

May 1/06 to Dec 31/06

May 1/07 to Dec 31/08

$513,000 (2007 estimate); 2008 subject to budget approval

0%

 

006-R-06

Banking Services

TD Canada Trust

May 1/05 to Apr 30/07

May 1/07 to Apr 30, 2010

 

0%