STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

047-T-08 Traffic Control Signal Improvements

Date: 

March 27th, 2008

Prepared by:

Balendra Sinnadurai, Engineering Technician

 

RECOMMENDATION

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 Henderson Avenue and Proctor Avenue.

 

BACKGROUND

This project involves the installation of traffic control signals at the intersection of Henderson Avenue and Proctor Avenue.  This intersection met the necessary technical warrants for traffic control signals.  Funding for the traffic signals at the intersection of Henderson Avenue and Proctor Avenue was approved through the Town’s 2005 Engineering Department Capital Budget. Given the various projects surrounding the Thornhill area, Engineering Staff are now prepared to implement the project.

 

BID INFORMATION

Advertised

 Electronic Tendering Network

Bids closed on

March 19, 2008

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: 

March 20, 2008

Prepared by:

Laurie Canning, Manager, Fleet and Supplies

Amit Sobti, Senior Buyer, Purchasing

 

RECOMMENDATION

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).

 

BACKGROUND

Tender 020-T-08 was issued for the supply and delivery of 2008 vehicles for various departments. The tenders were issued in accordance with the Purchasing By-Law 2004-341. Staff has reviewed the bid documents and are satisfied that all terms and conditions comply with the Town’s requirements.

 

BID INFORMATION

Advertised

 Electronic Tendering Network

Bids closed on

February 29, 2008

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 Purchasing By-law 2004-341,  Part V Disposal of Personal Property. Proceeds of the trade-in valued at $10,950.00 will be posted to account 890 890 9305 proceeds from the sale of other fixed assets.

 

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: 

March 28, 2008

Prepared by:

Sugun Rao, Manager, Technology

Tony Casale, Senior Buyer, Purchasing


 RECOMMENDATION:

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).

 

BACKGROUND:

The current contract for Internet Services from the two (2) present service providers ends March 31, 2008.   Based on the Town of Markham’s current usage and bandwidth demand, the tender was issued for the provision of dedicated 10 Mbps enhanced Internet services for three (3) years commencing April 1, 2008.

 

 BID INFORMATION:

Advertised

 Electronic Tendering Network

Bids closed on

January 30, 2008

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

Bell Canada

$ 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 Markham

Date:

March 28, 2008

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 Engineering Group (Second Lowest Ranked – Lowest Price)

Original Budget and Account #

$  999,970.00

083 5350 7074 005 Down Stream Improvements Works  Program

Current Budget Available 

$  184,952.07

March 28, 2008

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 Engineering for site # 2 (excl. GST)

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 Markham.

 

BACKGROUND

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 Rouge River upstream of Kennedy Road west of the CN rail structure. 

 

·   Erosion Site 2:

The project area occurs along approximately 70 m of Mount Joy Creek, upstream and downstream of Tuclor Lane.

 

·   Erosion Site 3:

The project area occurs along approximately 100 m of Mount Joy Creek, and extends upstream of Church Street.

 

BID INFORMATION

Advertised, place and date

Electronic Tendering Network

Bids closed on

February 1st, 2008

Number picking up bid documents

4

Number responding to bid

3

DETAILED PRICING INFORMATION as submitted:

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 Engineering

$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

 

2 of 2

 

208-R-07 The Design & Construction Administration Services, The Restoration of Erosion Sites along watercourses in the Town of Markham                                                                                                                                                              

_____________________________________________________________________________________________________

 

PROPOSAL EVALUATION

The evaluation team was comprised of staff from the Engineering Department with Purchasing staff acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal:  20% experience of the firm, 20% qualifications of the lead consultant and project team, 30% project delivery, 30% price, totaling 100%, with resulting scores as follows:

 

Consultant

Total Score

Rank

Dillon Consulting

83.9

1

Cole Engineering

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 Engineering, the lowest bidder to undertake site # 2.

 

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: 

April 10, 2008

Prepared by:

Linda Irvine, Parks and Open Space Development, Manager

Malcolm Hann, Senior Construction Buyer

 

RECOMMENDATION

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 Skateboard Park

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 Skateboard Park (Budget allocated)

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.

 

BACKGROUND

Construction of the Markham Centennial Skate Park was completed in 2005 and has since become a very popular and well-used facility.  Due to the high level of use over the past several years, staff recognized that certain remedial works needed to be undertaken to make the facility more functional and compatible with current user needs and established circulation patterns. Consequently in 2007, Council approved funding to undertake certain remedial works including construction of a name sign, additional pedestrian and spectator area concrete paving, additional stainless steel coping, and a revised planting program consistent with the new paved areas.

 

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

March 18, 2008

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 Purchasing staff successful negotiated a reduction of $2,441.58 on the total bid price after bid closing ($88,365.53 -$2,441.58 =$85,923.94).