STAFF AWARD REPORT
Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
047-T-08 Traffic Control Signal
Improvements |
Date: |
|
Prepared
by: |
Balendra Sinnadurai,
Engineering Technician |
Recommended Supplier |
Guild
Electric Limited (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 285,000.00 |
083 5350 6503 005 Traffic Safety Projects |
Current Budget
Available |
$ 169,223.07 |
|
Less cost of award |
$ 137,497.44 |
Exclusive of PST & GST |
Budget Remaining after this award |
$ 31,725.63 |
|
*Upon
completion of work and payment of all invoices, the remaining balance of $
31,725.63 shall be returned to its original funding source.
PURPOSE
To obtain approval to award the contract
for the installation of traffic control signals at the intersection of
This project
involves the installation of traffic control signals at the intersection of
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
5 |
Number responding to bid |
5 |
PRICE SUMMARY
Supplier |
Price,
Exclusive of PST & GST |
Guild Electric
Limited |
$
137,497.44 |
Fellmore Electrical Contractors Ltd. |
$ 144,247.65 |
Stacey Electric Company Limited |
$ 161,967.80 |
Black & McDonald Limited |
$ 165,393.57 |
Beacon Utility Contractors Limited |
$ 175,261.50 |
STAFF AWARD REPORT
Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
020-T-08 Supply and Delivery of Trailers
(Utility & Tandem Landscape) and Mowers (Zero Turn & Walk-behind) |
Date: |
|
Prepared
by: |
Laurie Canning, Manager, Fleet and
Supplies Amit Sobti, Senior Buyer, |
Recommended Supplier |
W.J Lambert & Sons Ltd. (Lowest Priced Supplier, Item 1,2 & 3 - Trailers) G. C
Duke Equipment Ltd. (Lowest Priced Supplier,
Item 4 - 48” Mowers) B.E
Larkin Equipment Ltd. (Lowest Priced Supplier,
Item 5 & 6- 60” & 72” Mowers) |
|
Budget Allocated and Account # |
$ 7,740.00 $ 127,270.00 $ 135,010.00 |
057 6150 7516 005 2007 Fleet Replacement 057 6150 8105 005 2008 Fleet Replacement |
Less cost
of award |
$ 8,958.60 $ 118,714.14 $ 127,672.74 |
057 6150 7516 005 2007 Fleet Replacement 057 6150 8105 005 2008 Fleet Replacement Total Cost of Award, Inclusive of
PST, Excl GST |
Budget Remaining after this award |
($
1,218.60) $ 8,555.86 $ 7,337.26* |
057 6150 7516 005 2007 Fleet Replacement 057 6150 8105 005 2008 Fleet Replacement |
The remaining balance of $7,337.26 will be used to
offset the negative variance of $5,110.80 for the purchase of a Zamboni as identified in the 2008 Corporate Fleet
Replacement Program (Staff award # 063-S-08). Upon
payment of all invoices for 2008 corporate fleet replacement program, the
remaining balance will be returned to the original funding source.
PURPOSE
To obtain approval to award the purchase of
Seven (7) Trailers (Utility & Tandem Landscape) and Seven (7) Mowers (Zero
Turn, Walk-behind & Rotary).
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
14 |
Number responding to bid |
9 |
TRADE-IN
INFORMATION
The currently used
Kubota and Ransomme Mowers (7 units, Models 1998 -
2000, Asset IDs 4124, 4220, 4332, 3961,
4207, 4389, 4498) will be traded-in with this purchase in accordance with the
GREEN FLEET
STRATEGY
The (4) four Kubota mowers are diesel powered units and will be using the
B20 bio diesel fuel blend that is currently used in all diesel powered fleet
units as identified in the Green Fleet Transition Plan. The other (3) three
units are powered by fuel efficient electronic 4 stroke gasoline engines.
Page 2 of 2
Project
# 020-T-08 Supply and Delivery of Trailers (Utility
& Tandem Landscape) and Mowers (Zero Turn & Walk-behind)
___________________________________________________________________________________________________
PRICE SUMMARY (Inclusive of
PST, Exclusive of GST, with trade-in where applicable)
Suppliers |
Items
1,2 & 3 7
units |
Item
4 – 3
units |
Item
5 – 3
units |
Item
6- 1
unit |
Award (including
trade-ins) |
W. J Lambert & Sons Ltd. |
$44,301.60 |
$ 16,362.00 |
$ 30,771.00 |
$ 32,036.00 |
$
44,301.60 |
G.C Duke
Equipment Ltd. |
- |
$ 12,186.00 |
$ 38,576.00 |
|
$ 12,186.00 |
B.E Larkin
Equipment Ltd. |
- |
- |
$ 30,612.00 |
$ 29,623.14 |
$ 60,235.14 |
Hutchinson Farm Supply Inc. |
- |
- |
|
$ 31,743.36 |
- |
Chas Richards & Sons Ltd. |
- |
$ 17,718.00 |
$ 31,830.00 |
|
- |
Markham Mower Ltd. |
- |
$ 14,304.00 |
$ 36,288.00 |
|
- |
J & J Trailers Ltd. |
$ 46,969.20 |
- |
|
- |
- |
RP Trailer Mfg & Sales Ltd. |
$ 52,380.00 |
- |
|
- |
- |
4WD Equipment Ltd. |
- |
$ 12,939.00 |
|
- |
- |
Total Award
including trade-in |
$ 44,301.60 |
$ 12,186.00 |
$ 30,612.00 |
$ 29,623.14 |
$ 116,722.74* |
Budget |
$ 39,690.00 |
$ 20,769.00 |
$ 47,925.00 |
$ 26,626.00 |
$ 135,010.00 |
Variance |
($ 4,611.60) |
$ 8,583.00 |
$ 17,313.00 |
($ 2,997.14) |
$ 18,287.26 |
* The Total cost of the award without
trade-in is $127,672.74 ($116,722.74 + $10,950 trade-in amount).
STAFF
AWARD REPORT
Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
003-T-08 Internet Services |
Date: |
|
Prepared
by: |
Sugun Rao, Manager, Technology Tony Casale, Senior Buyer, |
Recommended Suppliers |
Cygnal
Technologies Corporation (Lowest priced bidder) TeraGo Networks Inc. (2nd Lowest priced bidder) |
|
Original Budget and Account # |
$ 340,127.00 |
400 404 5108
Tel. Data Chrgs |
Current Budget
Available |
$
46,860.00 |
Budget allocated for this item |
Less cost of award |
$
34,749.12 $ 34,749.12 $ 34,749.12 $ 104,247.36 |
2008 Total Award ( Excl. of GST) 2009 Total Award ( Excl. of GST) * 2010 Total Award ( Excl. of GST) * Total Cost of Award |
2008 Budget remaining after this award |
$ 12,110.88 |
** |
* Subject to Council approval of
the 2009/10 operating budgets.
Note: the 2009/10 operating
budget will be amended to reflect the actual cost of the purchase.
**The favourable balance of $12,110.88 will be reflected in operating account 400 404
5108 (Tel. Data Chrgs) that will be part of the Town’s overall
2008 surplus.
PURPOSE:
To obtain approval to award
the contract for internet services over a three (3) year period (2008 – 2010).
The current contract for Internet Services from the
two (2) present service providers ends
BID INFORMATION:
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
7 |
Number responding to bid |
4 |
PRICE SUMMARY:
Supplier |
Annual Price |
Total Price for 3 Years |
Cygnal Technologies
Corporation |
$ 14,949.12 |
$ 44,847.36 |
TeraGo Networks Inc. |
$ 19,800.00 |
$ 59,400.00 |
|
$ 21,840.00 |
$ 65,520.00 |
Pathway Communications |
$ 32,487.00 * |
$ 92,463.00 |
* Price includes
a one time installation fee of $2,499.00
OPTIONS/DISCUSSION
The Town’s demand for Internet access has
been steadily increasing. A number of departments have and continue to switch
their mission critical systems to Application Service Providers (ASP),
third-party entities that cost-effectively manage and distribute software-based
services and solutions over the Internet. ASP used at the Town include: ADP Payroll
system used by Payroll and HR, HR recruitment by HR, Ticketing system by
Markham Theatre and Teraview for title search used by
Legal. These departments would not be able to use these applications if the
Internet service was not available.
In addition, the Town has also committed to
providing online Internet services for residents and visitors, for example, eConnect for online Recreation program registrations,
audio-streaming of all committee meetings to the public, free wireless public
Internet access in selected Town facilities and public access computer in the
Markham Public libraries. There is also an initiative to add more sites to
provide free public internet access. The upcoming portal implementation
initiative will also generate significant demand for additional bandwidth and
redundant internet access.
003-T-08 Internet Services 2 of 2
_____________________________________________________________________________________________________
ASP applications cannot be accessed when
the Internet is not available, therefore, mission critical services to the
Town, such as Payroll, Legal, Markham Theatre and Human Resources for internal
staff, and public web-based services provided to Town residents, require a
dependable Internet service that is available at all times. To meet these
requirements, it is recommended that multiple Internet service links be
provided from two different service providers.
Multiple service links are required to
allow internet access for high priority services to be separated in order to
ensure that sufficient bandwidth is available for these services. Services can be prioritized based on how
critical they are to Town staff, residents and those requiring lower priority
access. Another benefit for using
multiple links is the ability to implement IT best practices of having
fault-tolerant redundancy which will ensure that internet access is available
at all times uninterrupted.
Another benefit for using multiple links is
the ability to implement IT best practices of having fault-tolerant redundancy.
Redundancy will ensure that Internet access is available at all times. If one link
fails, the services associated with the failed link are switched to the other
link, ensuring service continues uninterrupted. Redundancy is strengthened if
the service can be provided by two different media and service providers.
Coincidentally, our two lowest bidders for the tender proposed two different
technologies, wireless shortwave (Terago Networks
Inc.) and wired data-line (Cygnal Technologies Inc.) respectively, as media to
provide Internet service to the Town. This is an opportunity for the Town to
implement full redundancy for Internet service links.
Based on the evaluation of the tenders
received, all the Internet service improvements listed above will not result in
an increase in the budget. Therefore, ITS recommends that two Internet service
contracts, each providing 10 Mbps of bandwidth, be awarded to Terago Network and Cygnal Technology Corp., who are the two
lowest bidders for the tender. This will meet the current and future demands
for additional bandwidth, redundancy and high availability.
STAFF AWARD REPORT Page 1 of 2
To: |
John Livey, Chief Administrative Officer |
Re: |
208-R-07 The Design & Construction Administration
Services The Restoration of Erosion Sites along watercourses in
the Town of |
Date: |
|
Prepared by: |
Nehal Azmy,
Senior Capital Works Engineer Malcolm Hann,
Senior Construction Buyer |
RECOMMENDATION
Recommended Supplier |
Dillon Consulting Limited (Highest Ranked – Second Lowest Price) Cole |
|
Original Budget and Account # |
$ 999,970.00 |
083 5350 7074 005 Down Stream
Improvements Works Program |
Current Budget Available |
$ 184,952.07 |
|
Less cost of award |
$ 64,221.30 $ 31,305.50 $ 14,329.02 $ 109,855.82 $ 11,463.22 $ 121,319.04 |
Dillon Consulting for sites #
1& 3 (excl. GST) Cole Contingency allowance at 15% Total Award Engineering Dept. Project
Management Fee @ 12%. Total Project Cost |
Budget Remaining after this award |
$ 63,633.03 |
* |
* The balance will be applied to the remainder of the design for the restoration
of erosion sites as budgeted in account # 083-5350-7074-005.
PURPOSE
To obtain
approval to award the contract for Design and Construction Administration
Services for the Restoration of three (3) erosion sites along watercourses in
the Town of
A
study for Markham Watercourse Erosion Restoration Implementation Plan was
undertaken along with the Municipal Class Environmental Assessment process to
establish existing and potential future erosion conditions in the Town’s
watercourses and to identify potential restoration strategies. The study has
prioritized a list of sites with specific erosion problems deemed to require
remedial works in the near future. To date the design for the restoration of
five sites is complete; this proposal is for three additional sites as listed
below.
·
Erosion Site 1:
The project area
occurs along approximately 160 m of the
·
Erosion Site 2:
The
project area occurs along approximately 70 m of
·
Erosion Site 3:
The
project area occurs along approximately 100 m of
Advertised, place and date |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
3 |
Prices
(Exclusive of GST) |
Consultant |
Site 1 |
Site 2 |
Site 3 |
Total |
Dillon Consulting |
$38,309.50* |
$48,263.10 |
$25,911.80* |
$112,484.40 |
Cole |
$41,574.00 |
$31,305.50* |
$29,805.50 |
$102,685.00* |
Aquafer Beech Ltd |
$67,177.50 |
$67,765.00 |
$65,136.25 |
$200,078.75 |
* Lowest price as
submitted
208-R-07 The Design & Construction
Administration Services, The Restoration of Erosion Sites along watercourses in
the Town of
_____________________________________________________________________________________________________
The
evaluation team was comprised of staff from the
Consultant |
Total Score |
Rank |
Dillon Consulting |
83.9 |
1 |
Cole |
82.0 |
2 |
Aquafer Beech Ltd |
74.9 |
3 |
The
recommended consultants
§
Dillon Consultant Limited,
the lowest bidder for sites 1 & 3 with the highest level of experience and
technical ability, to undertake sites # 1 & # 3.
§
Cole
The Town released this bid with the right to award
this contract in part or in whole and to more than one bidder. Splitting this
contract between the lowest price bidders for each site will save the Town
$16,957.60 compared to awarding the contract to one bidder.
STAFF
AWARD REPORT Page 1 of 1
To: |
Jim
Baird, Commissioner, Development Services |
Re: |
019-Q-08 Centennial Skate park
Modifications |
Date: |
|
Prepared
by: |
Linda Irvine, Parks and Open Space
Development, Manager Malcolm Hann, Senior Construction Buyer |
Recommended
Supplier |
Gateman
Milloy (Sole bidder) |
|
Original
Budget and Account # |
$ 71,400.00 $ 714,277.00 $ 785,677.00 |
81-6150-7623-005
Markham Centennial Skate park 70-5350-4714-005
|
Current Budget
Available |
$ 60,900.00 $
32,215.51 $ 93,115.51 |
81-6150-7623-005
Markham Centennial Skate park (Budget allocated) 70-5350-4714-005
|
Less cost of
award |
$ 59,806.58 $
26,117.36 $ 85,923.94 $
7,191.57 $ 93,115.51 |
Markham
Centennial Skate park Modifications (1) Skate park
sign (2) Total award,
excluding GST Internal
department management fee Total project
cost |
Budget Remaining after this award |
$
0.00 |
|
(1) The $59,806.58 purchase price for Markham Centennial Skate Park
Modifications is within the budget allocated for this project.
(2) The
$26,117.36 purchase price for the Skate park sign is within the budget
allocated for this project, the sign
was part of the original skate park design from 2003 and was budgeted for in
account 070-5350-4714-005. At that time it was decided to put off expenditure
for the sign until remedial work was undertaken.
PURPOSE
To obtain approval to award the contract for Markham
Centennial Skate park Modifications.
Construction of the
In September 2003, Gateman Milloy Inc. was the
successful proponent and lowest priced bidder for tender 158-T-03 Markham
Centennial Skate park construction. Staff feels that the Town benefits
significantly by hiring this contractor to undertake the skate park
modifications at an appropriate price. Staff believes that the unit pricing
provided by Gateman Milloy Inc. for this quotation is aligned with the Town’s
estimate and other projects of similar magnitude.
BID INFORMATION:
Advertised |
By invitation (3) |
Bids closed on |
|
Number picking up bid
documents |
3 |
Number of companies
responding to bid |
1 |
(3) Because of the highly specialized nature of skate
park construction work, staff invited three qualified construction companies to
bid on this work. Each of the invited bidders
was experienced in building skate parks and had a proven track record with the
Town. Staff was confident that any one of the three companies could do the
work. All three suppliers had initially confirmed that they would respond to
the bid. However, only one (1) supplier, Gateman Milloy Inc., submitted a competitive
bid. The other two (2) suppliers did not
bid due to present workload commitments or an inability to establish some
material costs.
The