STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

032-T-07 Supply and Delivery of Vehicles

Date: 

May 17, 2007

Prepared by:

Laurie Canning, Manager, Fleet and Supplies

Amit Sobti, Senior Buyer, Purchasing

 

RECOMMENDATION

Recommended Supplier(s)

Yonge-Steeles Ford Lincoln (Lowest Priced Supplier - Item 1)

Markville Ford   (Lowest Priced Supplier - Item 2)

Giles Chevrolet  (Lowest Priced Supplier - Item 3 & 4)

Original Budget and Account #

    $ 1,410,200.00

057 6150 7516 005 Corporate Fleet Replacement

Current Budget

    $    188,598.00

Budget allocated for these items.

Less cost of award

    $    150,287.40*

Inclusive of PST, exclusive of GST

Budget Remaining after this award

    $      38,310.60**

 

* The $150,287.40 purchase price of the various vehicles is within the $188,598.00 budget allocated for these items.

** The remaining balance will be applied to other corporate fleet replacement projects.

 

PURPOSE

To obtain approval to award the purchase of various fleet vehicles.

 

BACKGROUND

The tenders were issued in accordance with the Purchasing By-law 2004-341. Units specified in the tender are part of the 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.

 

The replaced vehicles 1040, 1271, 3320, 3339, 3354, 3355, & 8035 will be sold in accordance with Purchasing By-law 2004-341, PART V Disposal of Personal Property and proceeds will be posted to account 890 890 9305 proceeds from sale of other fixed assets.

 

BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

April 11, 2007

Number picking up bid documents

22

Number responding to bid

9

 

PRICE SUMMARY

BIDDER

 

 

ITEM 1

 

4 Door Hybrid SUV
Qty =1

ITEM 2

Compact Extended Cab Pick-Up Truck Qty =2

ITEM 3

 

Full Size Pick-Up Truck

Qty=2

ITEM 4

7 Passenger Compact Window Van

Qty =2

TOTAL

AWARD

 

 

Qty = 7

MARKVILLE FORD

$33,516.72

$36,560.16

$42,508.80

NO BID

$36,560.16

MACIVER DODGE

NO BID

$42,234.18

$40,510.80

$45,079.20

$-

UNIONVILLE MOTORS

NO BID

$44,007.84

$40,921.20

$42,577.92

$-

PLAZA PONTIAC BUICK GMC INC.

NO BID

$51,239.20

$42,448.00

$42,180.16

$-

YONGE - STEELES FORD LINCOLN

$33,414.12

NO BID

$42,288.48

NO BID

$33,414.12

COLOMBO MOTORS LP

NO BID

$45,262.80

$41,372.64

NO BID

$-

GILES CHEVROLET

NO BID

$45,023.04

$40,122.00

$40,191.12

$80,313.12

DONWAY FORD

$34,069.68

$37,746.00

$42,999.12

NO BID

$-

LARKIN CHRYSLER

NO BID

$55,054.08

$63,434.88

$44,463.60

$-

 

 

 

 

 

 

 

 

 

 032-T-07 Supply and Delivery of Vehicles                                                                                                    Page 2 of 2

_____________________________________________________________________________________________________

 

 

FINANCIAL ATTACHMENT (Price Quoted Vs Budget)

Item

Vehicle Description

 

Qty

Current Budget Allocated

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

Budget Remaining after this award

1

4 Door Hybrid SUV

1

$  40,248.00

$  33,414.12

$   6,833.88

2

Compact Extended Cab Pick-Up Truck

2

$  43,344.00

$  36,560.16

$   6,783.84

3

Full Size Pick-Up Truck

2

$  53,406.00

$  40,122.00

$ 13,284.00

4

7 Passenger Compact Window Van

2

$  51,600.00

$  40,191.12

$ 11,408.88

 

TOTAL

7

$188,598.00

$150,287.40

$ 38,310.60

 

 

ENVIRONMENTAL CONSIDERATIONS:

Item 1 in this award is a hybrid powered vehicle. This vehicle is replacing a gasoline powered van that is currently used in the operations traffic division. Hybrid technology has proven to work very well in selected fleet units and continues to show positive results in supporting the Town’s green fleet initiatives.


STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

036-T-07 Surface Treatment Program

Date: 

June 11, 2007

Prepared by:

Morgan Jones, Supervisor, Contract Administration, Operations

Amit Sobti, Senior Buyer, Purchasing

 

RECOMMENDATION

Recommended Supplier

Miller Paving Ltd. (Lowest Priced Supplier)

Original Budget and Account #

$  330,000.00

050 6150 7213 005 Gravel Road Surface Treatment

Current Budget Available 

$  149,588.56

 

Less cost of award

$  129,877.90

$    92,585.00

$    92,585.00

$  315,047.90

2007 Period, Exclusive of GST

2008 Period, Exclusive of GST**

2009 Period, Exclusive of GST**

Total Cost of Award

2007 Budget Remaining after this award

$    19,710.66

*

*   The remaining balance will be applied to other surface treatment projects.

** Pending 2008 & 2009 budget approval.

 

PURPOSE

To obtain approval to award the contract for the Surface Treatment Program.

 

BACKGROUND

Surface Treatment is an asphalt based product used to pave rural gravel roads.  The double lift surface treatment is applied to gravel surfaces in order to eliminate the high maintenance expenditures associated with gravel roads, while further providing an improved driving surface. Double lift surface treatment is done solely on gravel roads whilst single surface treatment is used on existing double lift surfaces, extending the life of the wearing surface. The double lift surface application requires two lifts of emulsion plus two applications of granular material.

During the 2007 season, a double lift surface treatment application will be done on 19th Ave., from the 9th Line East to York Region Rd. 30.  Single surface treatment application is scheduled for 19th Ave. from Woodbine Avenue to Warden Avenue in 2008, and the 11th Concession, from Steeles Avenue to 14th Avenue will receive an application in 2009, pending budget approval.

On Tender closing, bids received exceeded the budget allocated for surface treatment resulting in the application of only the double lift treatment in 2007. The Operations Department will however, work to remain within the approved funding level. 

 

BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

May 04, 2007

Number picking up bid documents

4

Number responding to bid

2

 

 

PRICE SUMMARY

VENDOR

2007

2008

2009

TOTAL 3 YR COST

MILLER PAVING LTD.

$129,877.90

$92,585.00

$92,585.00

$315,047.90

ROYEL PAVING LTD.

$133,515.00

$95,625.00

$95,625.00

$324,765.00

Note:. Asphalt pricing will be based on the AC Index. Labour and Equipment costs will be firm for three (3) years.

 


STAFF AWARD REPORT                                            Page 1 of 1

To:

Jim Sales, Commissioner , Community and Fire Services

Re: 

053-T-07 Mount Joy Creek West Bank Restoration

Date: 

May 28, 2007

Prepared by:

Jeff Flewelling, Acting Manager of Capital Right-of-Way

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Cambridge Landscaping Inc. (Lowest Priced Supplier)

Original Budget and Account #

$  180,000.00

053-6150-6674-005 Sewer Projects/System Upgrade Program

Current Budget Available 

$  130,000.00

Budget available for this item

Less cost of award

$    84,508.50

$      8,450.00

$    92,958.50

Inclusive of PST, exclusive of GST

Contingency (10%)

Total Award*

Budget Remaining after this award

    $    37,041.50

**

* The $92,958.50 restoration work (including $8,450.00 for contingency) is within the $130,000.00 budget allocated     for this line item.

**A portion of the budget remaining after this award will be used for the contract administration. Upon payment of all  invoices, the remaining balance will be returned to its original funding source.

 

PURPOSE

To obtain approval to award a construction contract for the restoration of the west bank of the Mount Joy Creek.

 

BACKGROUND

The Town owns a sanitary sewer (450 mm diameter) that is located beneath the bed of Mount Joy Creek.  The location is near 65 Joseph Street, which is east of Markham Road and North of Highway 7.

 

The west bank of the creek has been eroded, which makes the sewer and associated manhole vulnerable.  The proposed contract includes the restoration of both the creek bank and the manhole.

 

BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

May 4, 2007

Number picking up bid documents

16

Number responding to bid

7

 

PRICE SUMMARY

Supplier

Price, Inclusive of PST and Exclusive of GST

Cambridge Landscaping Inc

 $    84,508.50

Dynex Construction Ltd

$  116,980.00

560789 Ontario Limited (R & M Construction)

$  117,550.00

Forest Contractors

$  120,870.00

Griffith Property Services Ltd

$  121,023.50

Dig-Con International Limited

$  132,352.00

Lomco Limited

$  288,350.00

Note: This project was initially tendered in 2006. However, due to the prices received being 50% over budget. The Town cancelled the 2006 tender and re-tendered in 2007 in order to better meet our budgetary goals.

 

ENVIRONMENTAL CONSIDERATIONS

The Town has received the necessary permit from the Toronto and Region Conservation Authority for this project and is valid until November 3rd, 2007.  The construction period stipulated in the contract documents is July 2nd, 2007 to August 15th, 2007.


 

                                                 STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re:  

061-T-07 Re-Surfacing of Nine (9) Tennis Courts

Date: 

June 04, 2007

Prepared by:

Mark Ingwersen, Manager (West), Operations

Amit Sobti, Senior Buyer, Purchasing

 

RECOMMENDATION

Recommended Suppliers

Court Contractors Ltd.   (Lowest Priced Supplier)

Original Budget and Account #

$   51,000.00

059 6150 7470 005 Court Resurface / Reconstruction

Current Budget Available 

$   51,000.00

 

Less cost of award

 

 

$   38,000.00

$   71,400.00

$ 109,400.00

Reesor Park, Exclusive of GST

Pomona Park, Exclusive of GST

Total Cost of Award, Exclusive of GST

Sub-Total Remaining Balance

($   58,400.00)

 

Funding from Tennis Clubs

$   54,700.00

**

Budget Remaining after this award

($     3,700.00)

*

*The shortfall of $3,700 will be funded from the capital contingency account.  This will increase the Town’s total

contribution to be $54,700 (50% of the award amount).

** 50% of the total award amount will be received from the Tennis Clubs in accordance with the Town’s approved Tennis Court Development and Maintenance policy.  The Town will upfront the Clubs’ $54,700 and deposit repayments into account 059 9399 7470 009.

 

PURPOSE

To obtain approval to award the contract for re-surfacing of nine (9) tennis courts.

 

BACKGROUND

Under the Town’s approved Tennis Court Development and Maintenance Policy, where Tennis Clubs operate on Town owned courts, as is the case at both Reesor Park and Pomona Park, the club is responsible for 50% of the re-surfacing cost, and the Town pays the other 50%.  The courts are reviewed to determine eligibility for re-surfacing once every 5 years.  Once staff received the request from these clubs, they inspected the courts and concurred with the clubs that the courts did require re-surfacing.  The club’s portion of the re-surfacing costs are paid back over a 5 year period. 

 

BID INFORMATION

Advertised

 Electronic Tendering Network

Bids closed on

May 04, 2007

Number picking up bid documents

6

Number responding to bid

2

 

 

PRICE SUMMARY

VENDOR

REESOR PARK

POMONA PARK

TOTAL

COURT CONTRACTORS LTD.

$38,000.00

$71,400.00

$109,400.00

The lowest bidder upon bid closing (lower on Pomona Park by approx. 26%) was disqualified due to an inability to provide satisfactory references to demonstrate substantial experience in the area of fiberglass membrane installation. Upon further investigation, the contractor stated that he had not completed a fiberglass membrane installation in over two (2) years and that was for a residential property. The last commercial application was completed 7 years ago.


                                      STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

075-T-07 Thornhill Rubber Floor Replacement

Date: 

June 22, 2007

Prepared by:

Robert Bell, Facility Coordinator

Tony Casale, Senior Buyer

 

RECOMMENDATION

Recommended Supplier

Cooksville Interiors (Miss) Ltd. (Lowest Priced Bidder)

Original Budget and Account #

$       163,000.00

070 6150 7580 005 Thornhill – Rubber Floor

Current Budget Available 

$       163,000.00

 

Less cost of award

$       129,820.00

$         12,982.00

$       142,802.00

Exclusive of GST

Contingency Allowance @ 10 %

Total award exclusive of GST

Budget remaining after this award

$         20,198.00*

 

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

 

PURPOSE:

To obtain approval to award the contract for the replacement of the rubber floor at the Thornhill Community Centre.

 

BACKGROUND:

The tender was issued for the replacement of rubber flooring at the Thornhill Community Centre.  The existing rubber flooring was installed in 1997 and has exceeded its lifecycle.  This project involves the removal of the current flooring and the supply, delivery and installation of a new rubber flooring to cover approximately 11,000 Sq.ft.

 

BID INFORMATION:

Advertised

Electronic Tendering Network

Bids closed on

June 22, 2007

Number picking up bid documents

8

Number of companies responding to bid

4

 

 DETAILED PRICING INFORMATION:

Suppliers

Cooksville Interiors (Miss) Ltd

Sands Commercial Floor Coverings

F.A.S. Flooring Ltd.

MN Dynamic Construction Ltd.

Base Price

$ 129,820.00

$ 149,000.00

$ 157,164.00

$ 180,000.00

Note:  Prices are exclusive of GST

 

Purchasing staff contacted the companies who did not submit bids.  Two (2) companies advised that they could not bid due to extensive workloads, one (1) company could not meet the bonding requirements, and the other advised that they were not qualified.

 


 

STAFF AWARD REPORT                                            Page 1 of 1

To:

Allan Seabrooke, Director, Strategic Services

Re:  

087-Q-07 Town of Markham / Seneca College Sports Field Construction

Date: 

July 11, 2007

Prepared by:

Mark Ingwersen,  District Manager West

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Griffith Property Services Ltd  (Lowest Priced Supplier)

Original Budget and Account #

$  125,000.00

059-5350-7797- 005 Seneca – Soccer Field

Current Budget Available 

$  121,078.00

 

Less cost of award

$    93,200.00

Inclusive of PST, exclusive of GST

Budget Remaining after this award

$    27,878.00

*

*The remaining balance of funds shall be used for contingency in case site repairs and restoration of Seneca property are

required at the completion of the project. Upon completion of project and payment of all invoices the remaining balance of funds shall be returned to the original funding source.

 

PURPOSE

To obtain approval to award the construction of a sports field at Seneca College Campus in Markham.

 

BACKGROUND

The intent of this contract is to construct a sports field suitable for soccer and rugby play at the Seneca College Campus in Markham as part of the commitment by the Town of Markham for Seneca College relocation to the Town.  The construction and ongoing maintenance of the field will be the responsibility of the Town in exchange for the field being available to be permitted out by the Town to user groups evenings and weekends.

 

The construction of this project is scheduled to commence on July 16 and completed by August 7 with the field being in a playable condition by September 15, 2007.

 

 

BID INFORMATION

Advertised

By Invitation

Bids closed on

July 11, 2007

Number picking up bid documents

3

Number responding to bid

3

 

PRICE SUMMARY

Supplier

Price, Inclusive of PST and Exclusive of GST *

Griffith Property Services

$   93,200.00

Rutherford Contracting Ltd

$  198,719.00

Mopal Construction Ltd

$  284,000.00

 


 

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

 

 

PROJECT #

DESCRIPTION

SUPPLIER

ORIGINAL AWARD TERM

EXTENDED TERM

EXTENDED AMOUNT

% PRICE INCREASE

 

139-Q-05

Parking Control Officers, Uniform Mending and Cleaning

County Club Cleaners

Oct 1/05 to Sept 30/07

Oct 1/07 to Sept 30/08

$3,500.00

0%

 

112-Q-04

Supply/delivery of Automotive Parts

Neudoerffer Truck Supply

Aug 1/06 to July 31/07

Aug 1/07 to July 31/08

$9,700

0%

 

110-Q-05

Supply & Delivery of Catch-Basins, Manhole

McCoy Construction Castings

June 1/05 to May 31/07

June 1/07 to May 31/08

$97,782.00

0%

 

024-R-04

Janitorial Services

Arsenal Cleaning Services

Aug 1/04 to July 31/07

Aug 1/07 to July 31/08

      $288,544.53

0%