STAFF
AWARD REPORT Page
1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
# 203-T-07 Washroom & Change Room
Renovations for Fire station # 95 and Unionville Library including a
Universal Washroom. |
Date: |
|
Prepared
by: |
Eardley Adams, Project Manager, Malcolm Hann, Senior Construction Buyer,
|
Recommended
Supplier |
Samson
Management and Solutions Ltd (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 686,000.00 |
Various |
Current Budget
Available |
$ 277,611.49 |
|
Less cost of award |
$ 166,500.00 $ 15,000.00 $ 33,300.00 $ 214,800.00
|
Fire Station 95 + Unionville Library - Exclusive
of GST Contract Administration (5%)* Construction Contingency (20%) ** Total |
Budget Remaining after this award |
$ 62,811.49 |
*** |
* For
contractual and liability reasons the tender document stated the successful
proponent will be responsible for coordination and Health & Safety of those
workers on the site hired directly by the Town of Markham. For the added responsibility the General
Contractor will be compensated at a rate of 5% of the bidders bid amount
(Estimated @ $300,000). Trades hired
directly by the Town include Carpet layers, Painters and Electricians.
**This being
renovation work the construction contingency has been estimated at 20%. As with most renovation to existing buildings
there is an increase in the possibility of unpredictable situations.
*** Upon payment all of invoices and completion of
project, the remaining balance in account 056-6150-7604-005 in the amount of $51,599.96
is to be applied to further Library facility improvements as budgeted for in
this account and the remaining balance in account 056-6150-7016-005 in the amount of $11,211.53 will
be returned to the original funding source.
PURPOSE
To obtain approval to award this contract for
renovating the Markham Fire Station #95- Male and Female washroom and change
room and the renovation of the Unionville Library male and female washroom plus
the installation of a universal washroom.
The work involved in the two projects is as follows
and was designated to be part of the 2007 Life Cycle renovation. However, due to the conversion of Fire
Station 95 to accommodate female fire fighters and the provision of a universal
washroom at the Unionville Library both projects were delayed until funding was
approved in the recent budget.
Markham Fire Station 95: Includes modifications to the men’s change
room / locker room and utility room to incorporate a new female washroom,
shower stall and re-finishing of all affected areas. Replacement of the existing carpet floor with
ceramic tile in the office area, replacement of washroom fixtures in the
District Chief area, minor changes to the layout of the office partitions and
repairs to the quarry tile floor and stairs.
Unionville Public Library: Includes refurbishment of the male and
female washrooms, modification to the plumbing and drainage systems to
accommodate a new universal washroom within the existing Coat Storage room and
the painting and finishing of the affected areas.
The
Library will be closed during the renovations and construction activities. The work described is required to be
completed during the 8 week closure period between
203-T-07 Washroom & Change Room Renovations
for Fire station # 95 and Unionville Page 2 of 2
Library including a Universal Washroom.
______________________________________________________________________________________________
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
27 |
Number responding to bid |
9 |
PRICE SUMMARY
Supplier |
Price
Exclusive of GST * |
Samson
Management and Solutions Ltd |
$166,500.00 |
Orion Construction & Management Co.
Ltd |
$186,000.00 |
Hansam Design – build General Contractor
Ltd. |
$196,208.10 |
HN Construction Ltd |
$229,000.00 |
Joe Pace & Sons Contracting Inc. |
$246,000.00 |
* Contract administration (5%) cost not
included.
STAFF
AWARD REPORT
Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
194-Q-07 Supply and Delivery of Grass Seed Mixture |
Date: |
|
Prepared
by: |
Mark Ingwersen, District Manager West,
Operations Wilma De Souza, Contract
Administrator |
Recommended Supplier |
Pickseed
Canada Inc. (Lowest Priced Supplier) |
|
Budget Allocated &
Account Numbers |
$
57,722.00 $
2,940.00 $
60,662.00 |
059-6150-8351-005
2008 Sportsfield Maintenance/Reconstruction 730-732-5415 Sportsfield
Maintenance |
Less Estimated Cost of Award |
$ 56,272.59 $ 100,426.77 $ 104,043.42 $ 260,742.78 |
2008 award,
Inclusive of PST and exclusive of GST * 2009 award,
Inclusive of PST and exclusive of GST ** 2010 award,
Inclusive of PST and exclusive of GST ** Total – 3 Year
Award |
Budget remaining after this award |
$
4,389.41 $ 0 $
4,389.41* |
059-6150-8351-005
2008 Sportsfield Maintenance/Reconstruction 730-732-5415 Sportsfield
Maintenance |
* The remaining
balance will be allocated to other sports fields’ maintenance projects as
required, and budgeted for in account 059-6150-8351-005.
** The 2009 and
2010 estimates of $100,426.77 and $104,043.42, respectively, will be charged to
the capital and operating accounts pertaining to Sportsfield Maintenance/ Reconstruction,
subject to Council approval of the budget. The increase in amount of seed
required in 2009 and 2010 is a result of the enhanced cultural practices
program, as approved in principle by Council.
PURPOSE
To obtain approval to award
the contract for the supply and delivery of turf grass seed for a period of
three (3) years (
BACKGROUND
The tender was released for
the supply and delivery of grass seed mixture for sportsfields and park areas
as required. Pickseed has been low bid in previous tenders, and have provided
satisfactory seed. The composition of seed mixtures “A” & “B” has changed
from previous years to meet the needs of current environmental requirements.
Therefore, a comparison of cost from previous years is not applicable.
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number of bidders notified |
8 |
Number picking up bid documents |
3 |
Number responding to bid |
2 |
PRICE SUMMARY
Supplier |
3-year
Contract Price (inclusive of PST and
exclusive of GST) |
Pickseed Canada
Inc. |
$260,742.78 |
Quality Seeds Ltd. |
$275,791.77 |
STAFF AWARD REPORT Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
022-T-08 |
Date: |
|
Prepared
by: |
Christopher Burr, Client Advisor |
Recommended
Supplier |
|
|
Original
Budget and Account # |
$ 286,100.00 |
Various Accounts |
Current
Budget Available |
$ 242,185.23 |
|
Less cost of
award |
$ 133,688.10 |
Inclusive of
PST, Exclusive of GST |
Budget Remaining after this award |
$ 108,497.13 |
* |
*The remaining balance of $108,497.13 will be
used for software licenses as budgeted for in account 049-5350-8662-005 (Mobile Work Management System).
PURPOSE:
To obtain approval to award the contract
for the supply and delivery of Mobile Work Management System (MWMS) hardware.
BACKGROUND:
In 2004, Waterworks initiated a project
with Information Technology, Operations and Maintenance staff to acquire a
Mobile Work Management System (MWMS) that reduces paper work, improves data
processing, facilitates efficient response to customer needs, and provides
online or near real time access to work information. The software requires mobile hardware in
order to allow the application to be used in a variety of outdoor and
underground locations across the Town. In
2005, Waterworks staff evaluated various hardware units such as the IBM
Thinkpad tablet and laptop, Fujitsu Stylistic tablet, Psion Teklogix, Itronix
Duo Touch and Compaq iPAQ to determine which one best met their requirements.
Formal field survey was conducted to
evaluate hardware usability and features such as size, weight, ruggedness,
water resistance and screen readability. The units were temporarily provided to
Waterworks operators to obtain feedback. The hardware selected was the Itronix
Duo-Touch II because of its excellent features ie. size, manageable weight,
outdoor screen and Bluetooth support. ITS
supports this selection as similar hardware (Itronix Duo-Touch) is currently
used by other departments such as Fire and By-Laws. The bid information is for
the Itronix Duo-Touch II tablet.
BID INFORMATION:
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid
documents |
7 |
Number of companies
responding to bid |
2 * |
*
Of the bidders that did not provide a submission, one advised they could not
quote competitively, another could not meet the delivery requirement, another
could not supply the commodity and one bidder was disqualified due to a late
submission (Did not open bid) and as per the
PRICE SUMMARY:
Supplier |
Price, Inclusive
of PST, Exclusive of GST |
|
$133,688.10 |
Click-Into Inc. |
$145,463.45 |
Note:
Price includes three (3) year Emerald warranty per unit.
STAFF AWARD REPORT Page 1 of 1
To: |
Jim
Baird, Commissioner, Development Services |
Re: |
210-Q-07 Parking Management Business
Plan |
Date: |
|
Prepared
by: |
Lorenzo Mele, Transportation Demand
Management (TDM) Coordinator |
Recommended Supplier |
BA
Consulting Group Ltd. (Highest Ranked
and 2nd Lowest Priced Consultant) |
|
Original Budget and Account # |
$ 59,500.00 |
83-5399-8449-005 Parking Strategy, Phase II |
Current Budget
Available |
$ 59,500.00 |
|
Less cost of award |
$ 61,138.00 |
Inclusive of Disbursements & Exclusive of GST |
Budget Remaining after this award |
($ 1,638.00) |
* |
*The
shortfall of $1,638.00 to be funded by account
045-6900-6817-005 (Paid Parking Programme) which has a remaining balance of $76,184.85.
To obtain approval to award the contract to
hire a Consultant to develop and document a Parking Business and Operating
Plan.
This contract is for the development and
documentation of a Municipal Parking Management Business and Operating
Plan. The plan will focus on policy and
program development to support on and off street parking which will
include; expansion, revenue optimization
and public awareness.
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
8 |
Number of companies responding to bid |
3 |
PROPOSAL EVALUATION
The Evaluation Team (Team) for this Quotation
was comprised of staff from the following departments: Engineering, Strategic
Initiatives and
The proposals were evaluated based on
pre-established evaluation criteria as listed in the RFP: 20% past experience of consulting firm; 20%
qualifications of the lead consultant and project team; 30% project delivery
and 30% price totaling 100%. The rank results
are listed in the following table:
Consultant |
Score (out of 100) |
Rank Results |
BA Consulting Group Ltd. |
88.50 |
1 |
R.J. Burnside & Associates Limited |
69.00 |
2 |
DSorbara Parking & Systems Consulting |
61.36 |
3 |
The highest ranked proponent, BA Consulting Group Ltd,
was 5.2% higher as compared to the lowest priced proponent R.J. Burnside &
Associates Limited. They provided a better
understanding of the project and identified a good approach and methodology to
address the project issues which complemented their extensive experience in Municipal
Parking Management Business Studies.
This proposal has been endorsed by the Parking Advisory Committee.
STAFF AWARD REPORT Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
046-R-07 Employee Wellness Program |
Date: |
|
Prepared
by: |
Doreen Drimmel, Human Resources
Consultant Edmund Yuen, Sr. Compensation &
Benefits Specialist Betty Leung, |
Recommended Supplier |
Buffett &
Company Worksite Wellness Ltd. (Highest
Ranked and 3rd Lowest Priced Supplier) |
|
Original Budget and Account # |
$
59,232.56 |
030 220 0035 Personal Insurance Premium |
Current Budget
Available |
$
59,232.56 |
|
Less cost of award |
$
59,232.56 $ 236,930.24*
$ 296,162.80** |
2009 - 2012 (4 years @ $59,232.56 per annum) 5-years Total, Inclusive of disbursements,
exclusive of GST |
Budget Remaining after this award |
$ 0.00 |
|
* Subject to council approval of the 2009-2012
budget.
** Prices are firm, fixed and not subject to any
escalation clauses for the five (5) year period (2008-2012).
To obtain approval to award a five (5) year contract
to hire the consultant for the Town of
The Wellness program was initiated at the
Town in 2000 and is an integral component of the NQI Quality and Healthy
Workplace Certification. Since the previous Wellness contract was awarded, the
program has expanded to include approximately 1000 part-time and contract
employees. A portion of the increase in
cost associated with this contract reflects the added costs associated with
providing the additional services and resources to this group.
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid
documents |
16 |
Number of companies
responding to bid |
7 |
PROPOSAL EVALUATION
The Evaluation Team (Team) for this RFP was
comprised of staff from the following departments: Human Resources, Strategic
Initiatives and
The proposals were evaluated based on
pre-established evaluation criteria as listed in the RFP: 20% past experience of consulting firm; 20%
qualifications of the lead consultant and project team; 30% project delivery
and 30% price totaling 100%. The
proposed prices are listed in the following table:
Consultants |
Final Score (100%) |
Ranking |
Buffett & Company
Worksite Wellness Ltd. * |
63.41 |
1 |
Shepell-FGI |
56.05 |
2 |
Lifemark Occupational Services |
52.63 |
3 |
Elite Spa, Fitness & Therapy** |
52.00 |
4 |
UHN Rehabilitation Solutions |
41.76 |
5 |
Pathways Health Promotion |
37.20 |
6 |
A. Supreme Nursing |
36.71 |
7 |
Note:
The Lowest priced bidder
($80,000.00 for the 5 year period) had limited experience and resources which
construed the price & score analysis by proposing a bid price considerably
out of range from the other bidders – approximately 215% ($171,750.00) less
than 2nd lowest price. Prices quoted in this RFP ranged
from $80,000.00 to $675,000.00 for the five (5) year term.
046-R-07 Page
2
Employee Wellness Program
___________________________________________________________________________________________________
Buffett & Company Worksite Wellness
Ltd. the recommended proponent was the highest ranked and 3rd lowest priced
bidder with a price variance of $8,882.56 per year higher than the 2nd
lowest bidder.
The
recommended consultant is a pioneer in the corporate wellness field and
provides a comprehensive wellness program. The program includes a wide variety
of quality educational programming, clinical assessments by medical professionals,
a sound implementation plan, individual program reporting, and a detailed
annual report that addresses all corporate wellness related activities,
benefits, and programs with analysis and recommendations. Employees are highly
qualified. The consultant won various industrial achievement awards including
STAFF AWARD REPORT Page 1 of 1
To: |
John Livey, Chief Administrative Officer |
Re: |
048-S-08 Contract Extension,
Smart Commute 404-7 Program |
Date: |
|
Prepared by: |
Lorenzo Mele, Traffic Demand
Management Coordinator |
Recommended Supplier |
Smart Commute 404-7 (Preferred Supplier) |
|
Original Budget and Account # |
$ 280,000.00 |
083-5399-8405-005 Travel Demand
Management |
Current Budget Available |
$ 280,000.00 |
|
Less cost of award |
$ 75,000.00 |
Inclusive of PST , exclusive of
GST* |
Budget Remaining after this award |
$ 205,000.00 |
** |
*The $75,000 cost for the smart commute
program is within the $75,000 budget allocated for this project.
** The remaining balance of
$205,000 will be used for other travel demand management projects as budgeted
for in account 083-5399-8405-005.
Staff recommends:
THAT the
tendering process be waived in accordance with
(c) “When the extension of an existing
contract would prove more cost-effective or beneficial”;
PURPOSE
The purpose of this
report is to award the 2008 contract to Smart Commute 404-7 which is managed by
BACKGROUND
This contract has
been with the
To ensure value
for the contract, the
STAFF AWARD REPORT Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
198-T-07 Summer |
Date: |
|
Prepared
by: |
Lori Wells, Program Manager |
Recommended
Supplier |
Laidlaw Transit Ltd. - First Student |
|
Original
Budget and Account # |
$
13,165.00 $
1,350.00 $
13,504.00 $
1,722.00 $
6,000.00 $
8,900.00 $
150.00 $
6,000.00 $
14,930.00 $
46,095.00 $
3,432.00 $
3,744.00 $
1,728.00 $120,720.00 |
501 122 5505 501 123 5505 Thornhill Bus Rental 502 122 5505 Milliken Mills Bus Rental 502 123 5505 Milliken Mills Bus Rental 502 222 5505 Unionville Bus Rental 502 223 5505 Unionville Bus Rental 502 932 5505 Unionville Bus Rental 504 122 5505 Angus Glen Bus Rental 503 122 5505 503 932 5505 503 223 5505 502 422 5505 Armadale Bus Rental 502 323 5505 Rouge Bus Rental 2008 Budget allocated for Bussing Services |
Current
Budget Available |
$120,720.00 |
|
Less cost of
award |
$113,262.90 |
Exclusive of
GST |
Budget Remaining after this award |
$ 7,457.10 |
* |
* The remaining balance will be applied to additional
bussing services as required and as budgeted for in the various accounts noted
above.
PURPOSE:
To obtain
approval to award the contract for Summer Bussing Services for 2008.
BID
INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number notified of bid opportunity |
4 |
Number picking up bid documents |
1 |
Number responding to bid |
1* |
*
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
Laidlaw Transit Ltd. - First Student |
$ 113,262.90 |
* Compared to the previous contract, this contract
represents approximately a 2% decrease.
Laidlaw was awarded the 2006 and 2007
Summer Bussing Service and has provided good service. Staff is confident that they will continue to
meet and/or exceed our expectations.
Table “B” – Contract Extensions as Authorized per Original Award
PROJECT # |
DESCRIPTION |
SUPPLIER |
ORIGINAL AWARD TERM |
EXTENDED TERM |
EXTENDED AMOUNT |
% PRICE INCREASE |
024-T-07 |
Road Rehabilitation Program - Asphalt resurfacing,
asphalt recycling & Pavement preservation |
Brennan Paving & Construction |
Apr 1/07 to Dec 31/07 |
Jan 1/08 to Dec 31/08 |
$4,937,425.00 |
0% * |
*Unit prices are the same as 2007 itemized
pricing. However, Tender 024-T-07
incorporates a price adjustment formula based on changes to the
Ministry of Transportation’s performance graded asphalt
cement price index. The Town adjusts
payment to the Contractor for products containing
asphalt cement, based on changes to the asphalt price index and is subject to an escalation clause.