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: 

March 4, 2008

Prepared by:

Eardley Adams, Project Manager, Asset Management

Malcolm Hann, Senior Construction Buyer, Purchasing

 

RECOMMENDATION

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.

 

BACKGROUND

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 May 2, 2008 and June 30, 2008.

 

 

 

 

 

 

 

 

 

 

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

February  13, 2008

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: 

March 14, 2008

Prepared by:

Mark Ingwersen, District Manager West, Operations

Wilma De Souza, Contract Administrator

 

RECOMMENDATION

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 (May 1, 2008 to December 31, 2010).

 

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

Feb 6, 2008

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 Mobile Work Management System (MWMS) Hardware

Date: 

March 6, 2008

Prepared by:

Christopher Burr, Client Advisor

 

 RECOMMENDATION

Recommended Supplier

Bell Canada (Lowest Priced Bidder)

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

February 20, 2008

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 Purchasing by-law section 13 late bids shall not be accepted.

 

 

 PRICE SUMMARY:

Supplier

Price, Inclusive of PST, Exclusive of GST

Bell Canada

$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: 

March 7, 2008

Prepared by:

Lorenzo Mele, Transportation Demand Management (TDM) Coordinator

 

RECOMMENDATION

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.

   

PURPOSE

To obtain approval to award the contract to hire a Consultant to develop and document a Parking Business and Operating Plan.

 

BACKGROUND

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

January 18, 2008

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 Purchasing staff acting as the facilitator.

 

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: 

March 25, 2008

Prepared by:

Doreen Drimmel, Human Resources Consultant

Edmund Yuen, Sr. Compensation & Benefits Specialist

Betty Leung, Purchasing Assistant

 

RECOMMENDATION

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).

 

PURPOSE

To obtain approval to award a five (5) year contract to hire the consultant for the Town of Markham’s Employee Wellness Program.

 

BACKGROUND

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

December 19, 2007

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 Purchasing staff acted as the facilitator.

 

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 Canada’s award for excellence from NQI that ties together with the Town’s initiatives. The consultant has extensive experience working with government organizations as it relates to wellness and is familiar with the challenges in a municipal environment.

 

                                   

              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: 

March 3, 2008

Prepared by:

Lorenzo Mele, Traffic Demand Management Coordinator

 

RECOMMENDATION

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 Purchasing By-Law 2004-341, Part II, Section 7 (1)

 (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 Markham Board of Trade. 

 

BACKGROUND

This contract has been with the Markham Board of Trade since 2005 to provide commuter options, travel demand management programs and services to businesses in the Town of Markham under the Smart Commute 404-7 Transportation Management Association.

 

To ensure value for the contract, the Markham Board of Trade invoices the Town on a monthly basis with activity reports and detailed invoices which record the level of effort and corresponding results for the invoice period.  In addition there is both staff and council representation at the advisory committee meetings with updates being provided to council on the various programs.


     

               STAFF AWARD REPORT                                            Page 1 of  1

To:

John Livey, Chief Administrative Officer

Re: 

198-T-07 Summer Camp Bussing Service for 2008

Date: 

March 4, 2008

Prepared by:

Lori Wells, Program Manager

 

 RECOMMENDATION

Recommended Supplier

Laidlaw Transit Ltd. - First Student Canada (Sole Bidder)

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 Thornhill Bus Rental

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 Markham Village Bus Rental

503 932 5505 Camp Chimo Bus Rental

503 223 5505 Camp Chimo Bus Rental

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

February 22, 2008

Number notified of bid opportunity

4

Number picking up bid documents

1

Number responding to bid

1*

*Purchasing staff contacted the companies who did not submit bids.  One (1) company advised that they could not bid due to extensive workloads, one (1) company advised that they were recently acquired by Laidlaw and would bid on their behalf, and one (1) company could not be reached.

 

 PRICE SUMMARY

Supplier

Price, Inclusive of PST and Exclusive of GST

Laidlaw Transit Ltd. - First Student Canada

$ 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.