STAFF AWARD REPORT
Page 1 of 1
To: |
Paul Ingham, General
Manager |
Re: |
108-Q-08 Median and Boulevard Hard
Surfaces Maintenance |
Date: |
|
Prepared
by: |
Steve Matunin, Supervisor Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
Griffith
Property Services (lowest price supplier). |
|
Current Budget
Available |
$ 81,270.28 |
730-7305399 Other Contracted Services |
Less cost of award |
$ 73,100.00 $
7,310.00 $ 80,410.00 |
Excluding GST Contingency (10%) Total |
Budget Remaining after this award |
$
860.28 |
|
The removal of
weeds on medians three times per year by contracted services was approved by
Council as part of the Operations Department’s Enhanced Cultural Practices
program. The award of this contract will
allow this work to proceed as required in 2008, with the option to renew for
one additional year in 2009. The low bidder,
Griffith Property Services, has performed similar work for the Town in previous
year in a satisfactory manner.
BID
INFORMATION:
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
|
Number
picking up bid documents |
6 |
Number
responding to bid |
3 |
PRICE SUMMARY
Supplier |
Price * |
|
$ 73,100.00 |
|
$ 111,840.00 |
Defina Haulage ** |
$ 2,900,000.00 |
* Three (3) cleanings per year
** Defina Haulage
attended the bid opening and confirmed an error in their pricing for this work
was made.
STAFF AWARD REPORT
Page 1 of 1
To: |
Brenda
Librecz , Commissioner, Community and Fire Services |
Re: |
119-Q-08 Elm Ridge |
Date: |
|
Prepared
by: |
Prathapan Kumar, Senior Project Engineer Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
Dig-Con
International Limited (Lowest Priced Bidder) |
|
Current Unallocated
Budget |
$ 157,717.00 |
050-6150-7194-005 |
Less cost of award |
$
68,467.00 $
10,270.00 $
78,737.00 |
Excluding GST Contingency (15%) Total Award |
Budget Remaining after this award |
$ 78,980.00 |
* |
* The remaining budget will remain in the account as
a contingency for other storm related damages as the scheduled projects are
done. Upon completion of all planned projects,
the remaining balance will be returned to the original funding source.
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
|
Number
picking up bid documents |
9 |
Number
responding to bid |
4 |
Supplier |
Price
(exclusive of GST) |
Dig-Con International Limited |
$68,467.00 |
Finch
Paving (1993) Inc. |
$78,820.00 |
FDM
Contracting Co. Ltd. |
$99,256.00 |
|
$118,150.00 |
STAFF AWARD
REPORT Page 1 of 1
To: |
|
Re: |
127-Q-08 Sanitary Waste Disposal,
Sanitizing and Air Freshening Service |
Date: |
|
Prepared
by: |
Glen Taylor, Manager, Community Centre
Operations Brian Millar, Civic Centre Coordinator Tony Casale, Senior Buyer |
Recommended Supplier |
BioChem Environmental Solutions Inc. (lowest priced supplier). |
|
Current Budget
Available |
$ 451,134.53 |
Various |
Less cost of award |
$ 6,865.65 $ 28,776.60 $ 28,776.60 $
21,910.95 $ 86,329.80 |
2008 Total Award (October 1 to December 31Excl.
of GST)* 2009 Total Award (Excl. of GST) * 2010 Total Award (Excl. of GST) * 2011 Total Award (January 1 to September 30 -Excl.
of GST)* Total Cost of Award ** |
Budget Remaining after this award |
$ 444,268.88 |
|
* Subject to Council approval of
the 2009/10/11 operating budgets.
**The remaining balance of $444,268.88 will be applied to other facility
maintenance projects.
PURPOSE:
To obtain approval to award
the contract for sanitary waste disposal, sanitizing and air freshening
services.
BACKGROUND INFORMATION:
This
tender is for the provision of Sanitary Waste
Disposal, Sanitizing and Air Freshening Services for various Town locations. It is a four part quotation as follows; Part A is for Sanitary Napkin Disposal
Service, Part B is for Air Freshener Exchange Service, Part C is for Drip
Cabinets on Urinals and Part D is for Diaper Disposal Service.
BID INFORMATION:
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
|
Number
picking up bid documents |
5 |
Number
responding to bid |
4 |
PRICE SUMMARY:
Supplier |
Total
Price per Year (excl. of GST) |
BioChem Environmental Solutions
Inc. |
$
28,776.60 * |
Cannon Hygiene |
$ 30,300.00 |
Reliable |
$ 64,037.24 |
Cintas Canada Ltd. |
$ 110,341.00 |
* Based on the previous contract (2005 – 2008) this
contract represents a 10% increase in price.
Note:
Proponents have provided firm fixed pricing for three (3) years commencing
STAFF AWARD
REPORT
Page 1 of 1
To: |
John
Livey, Chief Administration Officer |
Re: |
129-T-08 |
Date: |
|
Prepared
by: |
Morgan Jones, Supervisor, Contract
Administration Patti Malone, Senior Buyer |
Recommended Supplier |
Griffith
Property Services Ltd. (Lowest Priced Supplier) |
|
Current Budget
Available |
$
120,000.00 $
120,000.00 $
120,000.00 $
360,000.00 |
059-6150-8613-005 Bleacher Centennial (Football) 059-6150-8614-005 Bleacher Centennial (Softball
North) 059-6150-8615-005 Bleacher Centennial (Softball
South) Total |
Less cost of award |
$
303,480.00 $ 30,348.00 $
333,828.00 |
Inclusive of PST , exclusive of GST Contingency (10%) Total award |
Budget Remaining after this award |
$
26,172.00 |
* |
*The remaining balance of $26,172.00 will be
returned to the original funding source.
PURPOSE
To obtain approval
to award the contract for Bleacher replacement in three (3) location at
BID INFORMATION
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
3 |
Number responding to bid |
2 |
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
Griffith
Property Services Ltd |
$303,480.00* |
|
$469,362.00 |
*Based on 2007 pricing for similar construction
requirements at
STAFF AWARD
REPORT Page 1 of 1
To: |
John
Livey, Chief Administration Officer |
Re: |
155-T-08 Centennial Community Centre Arena Renovation |
Date: |
|
Prepared
by: |
Dennis Riggs, Facility Coordinator Tony Casale, Senior Buyer |
Recommended Supplier |
RusCan General Contracting Inc. (Lowest Priced Supplier) |
|
Current Budget
Available |
$ 403,750.00 |
070-6150-8077-005 Cent CC Rink Seating Repl |
Less cost of award |
$
255,000.00 $ 25,500.00 $ 280,500.00 |
Inclusive of PST , exclusive of GST Contingency (10%) Total award * |
Budget Remaining after this award |
$
123,250.00 |
* |
* Of
the remaining budget, $12,750.00 will be used to replace seating-related
directional signage. The remaining budget of $110,500.00 will be returned to
the original funding source after final invoice payments.
Note:
The approved budget was based on specifications provided by one
manufacturer. Prior to tender release
Purchasing staff and the User department allowed suppliers to bid with
equivalent product that met specifications which resulted in substantial
savings to the Town.
PURPOSE
To obtain approval
to award the contract for the removal, disposal, supply and installation of new
arena seats.
BID INFORMATION
Advertised |
Electronic Tendering
Network |
Bids closed on |
|
Number picking up bid documents |
9 |
Number responding to bid |
6* |
* The low bidder (Irwin Seating Company) qualified
their bid as they only priced the seating portion of this project and did not
price; concrete steps, cutting, patching and painting as required in the tender
document. However, it should be noted
that they are the seating contractor of choice for the recommended proponent
and have priced this cost in a similar amount.
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
RusCan General Contracting Inc. |
$255,000.00 |
MRP Builders-Engineering Inc. |
$272,000.00 |
R-Chad General Contracting Inc. |
$282,000.00 |
BWK Construction Company Limited |
$319,500.00 |
Dontex Construction Ltd. |
$424,800.00 |
STAFF AWARD REPORT
Page 1 of 1
To: |
Brenda
Librecz, Commissioner , Community & Fire
Services |
Re: |
169-T-08 |
Date: |
|
Prepared
by: |
Steve Matunin, Supervisor, Community and Fire
Services Malcolm Hann, Senior Construction Buyer,
|
Recommended
Supplier |
Metro
Lawn Sprinklers (Lowest Priced Supplier) |
|
Current Budget
Available |
$ 141,828.33 |
059-5399-8139-005 Enhanced
Cultural Practices Program |
Less cost of award |
$ 74,652.00 $ 7,465.00 $ 81,117.00
|
Construction Contingency (10%) Total |
Budget Remaining after this award |
$ 59,711.33 |
* |
* Upon
payment all of invoices and completion of project, the remaining balance will
be used for electrical panel installations and water service
installations/upgrades to accommodate irrigation systems at the designated
locations as budgeted for in the 2008 capital account.
PURPOSE
To obtain approval
to award the contract for Markham Parks Athletic Field Irrigation works.
The 2008 addresses 6 (six) six category “B” soccer
fields identified as the second group of “B” fields to have irrigation
installed as part of Year 2 of the Council approved “Enhanced Cultural
Practices” 5 year program.
The following fields are identified for irrigation
work which was prioritized based on the fields’ condition: Armstrong,
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
5 |
Number responding to bid |
3 |
PRICE SUMMARY
Supplier |
Price
Exclusive of GST |
Metro Lawn
Sprinklers |
$74,652.00 |
Waterworks Lawn Sprinklers |
$81,555.00 |
D J Rain & Co. |
$101,286.99 |
STAFF AWARD REPORT Page
1 of 1
To: |
Brenda
Librecz, Commissioner, Community & Fire
Services |
Re: |
171-Q-08 Replacement of Refrigeration
Equipment at Clatworthy |
Date: |
|
Prepared
by: |
Rob Bell, Facility Coordinator Patti Malone, Senior Buyer |
Recommended Supplier |
Cimco Refrigeration (Lowest
Priced Supplier) |
|
Current Budget
Available |
$ 64,300.00 |
070-6150-8088-005 Clatworthy
Arena Fridge |
Less cost of award |
$
61,881.00 |
Inclusive of PST , exclusive of GST |
Budget Remaining after this award |
$
2,419.00 |
* |
*The remaining balance $2,419.00 will be returned to
the original funding source upon completion of the project and payment of all
invoices.
PURPOSE
To obtain approval
to award the contract for replacement of refrigeration equipment at Clatworthy Arena.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
5 |
Number responding to bid |
2 |
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST* |
Cimco Refrigeration |
$61,881.00 |
Black and Macdonald Limited |
$85,745.00 |
*Pricing includes provisional price item # 1(new brine
bypass filter complete with pressure gauges & Isolation).
To: |
John
Livey, Chief Administrative Officer |
Re: |
180-T-08 |
Date: |
|
Prepared
by: |
Doug Henderson, Supervisor, Community
and Fire Services Malcolm Hann, Senior Construction Buyer,
|
Recommended
Supplier |
|
|
Current Budget
Available |
$ 201,341.80 |
059-6150-8269-005 2008 Playstructure
Safety Resurface |
Less cost of award |
$ 38,693.35 $ 66,962.54 $
105,655.89 $
10,565.60 $ 116,221.49 |
Total cost Exclusive of GST Construction Contingency (10%) Total Exclusive of GST |
Budget Remaining after this award |
$ 85,120.31 |
* |
* Upon
payment all of invoices and completion of project, the remaining balance will
be used for play structure safety surface replacement projects in the fall of
2008 as budgeted for in the capital project.
PURPOSE
To obtain approval
to award the contract for Legacy Park Playground Retrofit.
The playground equipment
in
This is an ongoing
replacement program to meet CSA Guidelines. Since 1999 the Town has replaced
110 of 120 structures. The remaining
structures will be replaced as required on a priority basis over the next 3
years.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
5 |
Number responding to bid |
4 ** |
** The lowest bidder by $4,037 withdrew their
bid after bid opening. The bidder stated they mis-interpreted the specifications
and therefore could not complete the project as per price submitted.
PRICE SUMMARY (Excluding GST)
Supplier |
|
|
TOTAL
Price |
|
$ 38,693.35 |
$ 66,962.54 |
$ 105,655.89 |
Griffith Property Services Ltd. |
$
60,171.75 |
$
69,703.68 |
$
129,875.43 |
|
$
44,000.00 |
$
94,000.00 |
$
138,000.00 |
STAFF AWARD
REPORT
Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
198-Q-08 Thornhill Community Centre
Arena Lighting Retrofit |
Date: |
|
Prepared
by: |
Rob Bell, Facility Coordinator Tony Casale, Senior Buyer, |
Recommended Supplier |
Cobra
Power Inc. (Lowest Priced Supplier) |
|
Funding allocated to this project |
$ 100,000.00 |
031 222 0034 MECO Funding |
Less cost of award |
$ 83,696.00 |
Total price inclusive of PST, exclusive of GST |
Budget
Remaining after this award |
$ 16,304.00 |
* |
*The remaining balance of 16,304.00 will be used towards other
energy conservation initiatives.
PURPOSE
To obtain approval to award the contract
for the arena lighting retrofit at the Thornhill Community Centre.
BACKGROUND
The retrofit of arena lighting at the
BID INFORMATION
Advertised |
By Invitation |
Bids closed on |
|
Number picking up bid documents |
7 |
Number responding to bid |
7 |
PRICE SUMMARY
Supplier |
Price, Inclusive of PST and
exclusive of GST |
Cobra Power Inc. |
$ 83,696.00 |
Energy
Watch |
$ 88,217.84 |
Northridge
Electrical |
$ 94,575.00 |
Black
& McDonald |
$ 97,179.00 |
LCS
Electrical |
$ 99,140.00 |
Kudlak-Baird (1982) Limited |
$109,975.00 |
Electro
Instal Corporation |
$121,850.00 |
087-T-08 Thornhill Community Centre Arena Lighting Retrofit Page 2 of 2
______________________________________________________________________________________________
ENVIRONMENTAL
CONSIDERATIONS:
This lighting retrofit will present a
tremendous energy savings. Currently, there
are 36 fixtures in each arena. Each
fixture holds two lamps which consume 898 watts of energy (two 400 watt lamps
plus 98 watt ballast). The proposed
lighting conversion requires only one 400 watt Pulse Start metal halide lamp
plus 50 watt ballast. The arena lights
are operating for approximately 5,840 hours per year therefore, this conversion
represents a savings of 192,720 kWh of electricity or $17,345.00 annually in
electricity cost savings.
There is a pending Corporate Energy Policy
review which will address the allocation of the savings resulting from MECO
initiatives. Based on the outcome of the policy review, the 2009 Operating
Budget may be adjusted for the $17,345 savings identified.
Existing
System
898 watt x 72 fixtures x 5840 hours/year =
379,600 kWh
Proposed
System
450 watt x 72 fixtures x 5840 hours/year =
186,880 kWh
379,600 – 186,880 = 192,720 kWh
C02
Emission Reductions (tonnes)
46
STAFF AWARD REPORT
Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
088-R-08 Parks, Recreation, Culture & Library Master Plan |
Date: |
|
Prepared
by: |
Sara Tam, Manager, Business Planning &
Innovation Alex Moore, Manager, |
Recommended Supplier |
Monteith Brown Planning Consultants (Sole Bidder) |
|
Current Budget
Available for this item |
$
150,000.00 |
|
Less cost of award |
$ 140,071.88 $ 9,500.00 $ 149,571.88 |
Consulting Fees Disbursements Total Award |
Budget Remaining after this award |
$
428.12 |
* |
*The
remaining balance will be returned to the original funding source.
PURPOSE
To
obtain approval to award the consulting contract for the Parks, Recreation, Culture & Library Master Plan.
Advertised,
place and date |
ETN |
RFQ
closed on |
|
Number
picking up bid documents |
3 |
Number
responding to bid |
1 |
PROPOSAL EVALUATION
The evaluation team was comprised of staff from the Recreation, Planning,
Markham Public Library, Culture, Urban Design,
There is a limited number of consulting firms with a strong track record
in the areas of parks, recreation, culture and library planning. Monteith Brown
Planning Consultants is a well-recognized consulting firm in this field. It has strengthened its bid by working in
association with Tucker-Reid Associates, The JF Group, and Hemson
Consulting. They provide expertise in
operational reviews, partnership development, and municipal
finance/infrastructure financing.
STAFF AWARD
REPORT
Page 1 of 1
To: |
John
Livey, Chief Administration Officer |
Re: |
|
Date: |
|
Prepared
by: |
Morgan Jones, Supervisor, Contract
Administration Patti Malone, Senior Buyer |
Recommended Supplier |
VGN
Construction Limited (Sole Bidder) |
|
Current Budget
Available |
$ 125,000.00 |
050-6150-8148-005
Fence Repl. – Mowatt
Crt. |
Less cost of award |
$ 122,500.00 |
Total award, Inclusive of PST , exclusive of GST |
Budget Remaining after this award |
$
2,500.00 |
* |
*The remaining balance of $2,500 will be returned to
the original funding source.
PURPOSE
To obtain approval
to award contract 130-T-08 for the
BID INFORMATION
Advertised |
Posted on ETN and By
invitation (16) |
Bids closed on |
|
Number picking up bid documents |
4 * |
Number responding to bid |
1 |
*Two bidders could not meet the delivery
requirements and one supplier identified that the work exceeded their bonding limits.
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
VGN
Construction Limited |
$122,500.00 |
*Based on similar contract tendered in
2006, this price represents a 7% increase.
This increase is due to the increased amount of required excavation and
the removal cost associated with the disposal of this material at an approved
transfer station which is then recycled.
STAFF AWARD REPORT Page
1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
165-T-08 Court Refurbishment – various
locations |
Date: |
|
Prepared
by: |
Doug Henderson, Supervisor, Community and Fire
Services Malcolm Hann, Senior Construction Buyer |
Recommended Suppliers |
Court
Contractors Ltd. (Sole bidder) |
|
Current Budget
Allocated |
$ 183,929.00 |
059-6150-8108-005 Court Rebuilding /
Resurfacing |
Less cost of award |
$ 106,500.00 $ 40,700.00 $ 5,600.00 $ 7,800.00 $ 160,600.00 |
Unionville Tennis Club (4 tennis courts) Excluding
GST Total Cost of Award, Excluding GST |
Funding Remaining after this Award |
$ 23,329.00 |
|
Budget surplus from Unionville
Tennis Club Contribution |
($ 26,750.00) |
See Financial Summary (Page 2) |
Funding Remaining after this Award |
( $ 3,421.00)* |
See Financial Summary (Page 2) |
*Shortfall of $3,421
will be funded from the
PURPOSE
To obtain approval to award the contract
for re-surfacing of six (6) tennis courts plus one (1) full and one half (½) basketball courts.
Under the Town’s
approved Tennis Court Development and Maintenance Policy, where Tennis Clubs
operate on Town owned courts, as is the case at Unionville Tennis Club, 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 the
club, they inspect the courts and concurred with the club that the courts
require re-surfacing.
The tennis courts
at
The club’s portions of the re-surfacing costs
are paid back over a 5 year period. The
remaining tennis courts and basketball courts are public locations with no club
affiliations.
Upon inspection of
the locations scheduled for 2008 it has been determined that the Grandview and Armadale Tennis courts (initially included in the 2008
refurbishment program) can be deferred until 2009 and 2010 respectively and
therefore the 2008 capital funding can be returned to the original funding
source. Funding for the refurbishment of
the
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
3 |
Number responding to bid |
1 |
STAFF AWARD 165-T-08 Court
Refurbishment – Various Locations Page
2 of 2
PRICE SUMMARY (Excl GST)
VENDOR |
Unionville Tennis Club (4 tennis
courts) |
(2 tennis
courts) |
(1/2
basketball court) |
(1 basketball
court) |
TOTAL |
COURT CONTRACTORS LTD. |
$106,500.00 |
$40,700.00 |
$5,600.00 |
$7,800.00 |
$160,600.00 |
DISCUSSION:
Three bidders picked up the bid documents however the
Town received only one bid from Court Contractors Ltd. who has consistently
been the low bidder over several years.
The product we request is manufactured in the
Other bidders have suggested alternate materials
however after consultation with tennis clubs, including Unionville Tennis Club,
Operations have determined that it is not in the best interest of the Town or
the Clubs to change our specification.
FINANCIAL SUMMARY
Location |
Budget Allocated |
Cost of Award |
Balance Remaining |
Unionville
Tennis Club – Club’s 50% contribution |
$ 80,000.00 |
$ 53,250.00 |
$26,750.00 (1) |
Unionville
Tennis Club – Town’s 50% contribution |
$ 80,000.00 |
$ 53,250.00 |
$26,750.0011 |
Sub-total Unionville Tennis Club |
$160,000.00 |
$106,500.00 |
$53,500.0011 |
Unionville
Tennis Club – Town’s available balance (from above) |
|
|
$26,750.00 11 |
|
$ 6,762.50 |
$ 40,700.00 |
-$33,937.50111 |
|
$ 6,762.50 |
$ 5,600.00 |
$ 1,162.5011 |
|
$ 10,404.00 |
$ 7,800.00 |
$ 2,604.0011 |
Sub-Total |
$ 23,929.00 |
$ 54,100.00 |
-$ 3,421.00 (2) |
|
$ 8,348.00 |
- |
$ 8,348.0011 |
Armadale Tennis Club |
$ 8,323.00 |
- |
$ 8,323.0011 |
Total |
$200,600.00 |
$160,600.00 |
$13,250.00 (3) |
(1) Unionville Tennis Club will fund 50% of
the actual cost of $53,250.00
(2) Shortfall will be funded from the
respectively.
(3) Balance to be returned to the original
funding source
STAFF AWARD
REPORT Page 1 of 5
To: |
John
Livey, Chief Administrative Officer |
Re: |
096-S-08 Instrumentation and Remote Data
Acquisition Equipment |
Date: |
|
Prepared
by: |
Karen Dennison, Manager System
Engineering, Waterworks Tony Casale, Senior Buyer, Purchasing |
Recommended
Supplier |
Endress and Hauser Inc. (Preferred Supplier) Graybar
Inc. (Preferred Supplier) GreyMatter Inc. (Preferred Supplier) MAAK
Technologies Group Inc. (Preferred Supplier) Devine
and Associates Inc. (Preferred Supplier) |
|
Current
Budget Available |
$ 557,308.94 |
Various 2008
Capital Accounts (See Financial
Attachment) |
Less cost of
award |
$ 29,035.96 $
42,982.83 $
39,997.80 $
5,000.00 $ 23,777.28 $140,793.87 $ 10,559.54 $151,353.41 |
Endress and Hauser Inc. Graybar Inc. GreyMatter Inc. MAAK Technologies Group Inc. Devine and Associates Inc. Sub Total Contingency
allowance @ 7.5% Total Cost of
Award, Inclusive of PST, Exclusive of GST |
Budget Remaining after this award |
$405,955.53 |
Various 2008 Accounts
(See Financial Attachment) |
Balance remaining to be spent as follows:
-053 6150 6781 005 of $21,609 to be returned to the
original funding source upon final invoice payments;
-053 5399 7678 005 of $204,227 to be used for
additional requirements for the pilot Management Area construction,
implementation and evaluation;
-053 5350 8369 005 of $112,117 to be used for additional requirements for pilot Scada and Instrumentation cabinets for the implementation
of the Pilot Management Areas as budgeted for in the account;
-049 5350 8667 005 of $68,002.20 is to be used for
additional components of the pilot Scada system and
communication hardware as budgeted for in the account.
Staff
further recommends:
THAT the tendering process be waived in
accordance with
(a) “where there is only one source of supply
for the goods to be purchased” (GreyMatter Inc.,
Devine and Associates Inc.)
(h) “where it necessary or in the best
interests of the Town to acquire non-standard items or Consulting and
Professional Services from a preferred supplier or from a supplier who has a
proven track record with the Town in terms of pricing, quality and service”. (Endress and Hauser Inc., MAAK Technologies Group Inc. and
Graybar Inc.)
PURPOSE
To obtain approval to award contract for the
Waterworks Pilot DMA Instrumentation and Remote Data Acquisition Equipment.
BACKGROUND
An emerging tool in optimizing operation of water distribution systems
and water quality assurance is the use of permanent Management Areas (MA’s).
The basic concept of this tool is to segment the distribution system into
isolated management areas (MA’s) enabling focus on a specific discrete area. Monitoring
and data analysis of a specific MA can result in an increase in service level
(optimized distribution system operation), a reduction in water loss (through
pressure management), energy management, an increase in asset life cycle
(through monitoring of components), an increase in early recognition of
developing problems (leaks, water quality), security monitoring and quick
isolation of the MA when needed in emergency situations.
096-S-08 Instrumentation and Remote Data
Acquisition Equipment Page
2 of 5
A pilot project was approved November 15, 2005 by Council (report
entitled “Implementation of Sector
Management Areas (SMA) and District Management Areas (DMA) across the Water
System”) to investigate establishment of system wide MA’s by applying emerging
industry standards and best practices. Components which will be tested in the
pilot project include:
Accuracy and
appropriateness of instrumentation types
Metering
principles
Pressure
management
Verification of
City of
Enhancement of
water system operations from knowledge gained
Recommendations
and strategy for Town wide Management Area implementation
Remote data
acquisition and control methodology employing distributed intelligence for
pressure management.
Four pilot MA candidate areas were selected by Waterworks Staff for
design, implementation and operation, testing instrumentation and data
acquisition methodology. Agreements with the City of
Currently one pilot Management Area (MA), P1, is implemented and
operating. Pilot Area P1 (Henderson Ave & John St) is operational with data
retrieved once per day using Cell phone technology. The other three MA’s (P2,
P3 and P4) are designed and awaiting award of this contract in order to
purchase of equipment and implement. Experiences gained through this pilot
project will be considered for implementation into an overall Town Wide
Management Area (MA) application.
Markham Waterworks has reached agreements with City of
Pilot site 3 involves cooperation from the City of
Various options have been considered for pilot MA and remote data
acquisition equipment. The solution which best suits Waterworks requirements are
listed in Attachments B (PLC) and C (software). The identified components have
been carefully considered for their intended purpose and are standard so that
they can be utilized in future data acquisition applications and yet suit
Waterworks immediate needs. Identified equipment selected for purchase for the
pilot MA project as listed in this report are supplied by preferred vendors as
outlined below:
Endress and Hauser Inc. - Preferred Instrumentation
Supplier of Flow Meters for the following reasons:
Markham
Graybar Inc. – is the
Four PLC brands were reviewed (Allen Bradley, York Region using this
manufacturer, Bristol Babcock used by York Region, being phased out in favour of Allen Bradley and GE Fanuc used by the City of
Toronto).
The PLC model which best suits waterworks needs (see evaluation –
Attachment B) is the Modicon model M340 PLC. The selection was based on an analysis of
technical, programming, support and financial criteria. The Modicon
M340 was rated best in the technical, programming and financial considerations.
Modicon placed third with respect to support, however
the variation between brands were minimal in this regard. Overall, the M340 received
the highest rating. In addition, the Modicon M340 PLC
is a newer PLC in the early phase of its lifecycle. This PLC will meet the
needs of waterworks into the future and compatibility with neighboring
municipalities on the PLC level is not a concern as it is highly unlikely that
municipalities will share data on the PLC level.
096-S-08 Instrumentation and Remote Data
Acquisition Equipment Page
3 of 5
Graybar Inc was the exclusive
Standardization within Waterworks of PLC hardware additionally reduces
programming costs (one software development system to maintain and learn),
reduces maintenance issues (minimization of the number of spare modules to be
kept in stock). Maintenance will be limited to module replacement; no module
repairs will be done in the field.
Programming services for the Modicon M340 PLC
will be obtained from integrators and/or consulting firms by quotation.
GreyMatter Inc. – is Canada Wide
representative for the Proficy IFIX software package
made by GE Fanuc
Four software packages were reviewed (Proficy
IFIX used by all neighbouring municipalities), Wonderware (used in the sewage treatment plants in
Proficy Ifix
was selected as the HMI software package of choice for Markham Waterworks. The
selection was based on an analysis of technical, programming, support and financial
criteria. The IFIX package scored the highest in the technical, programming and
support areas, and placed 4th in the financial section. However, the
financial spread between packages was minimal.
Compatibility with neighbouring
municipalities on the HMI level is an issue here; if there is data sharing it
will be on this level. All neighbouring
municipalities use this software package.
Proficy Ifix
is developed by G.E. Fanuc and distributed by Greymatter
Inc. in
Standardization of the HMI software is of utmost importance; the
software is distributed over various computers and all parts have to work in
unison. Software support is provided by the manufacturer and distributor;
configuration services are to be obtained from integrators and consulting
firms.
MAAK Technologies Group Inc.
- preferred supplier due to
knowledge of Markham,
MAAK Technologies Inc. will configure the Proficy
Ifix HMI software package, spread out over four (4)
computers, for a minimal fee and will commit 2 persons to generate the scripts
required and complete this task in 5 days. MAAK Technologies is very familiar
with Waterworks Business needs and the layout of the pilot Management Areas.
The configuration supplied will be minimal intended to be a pilot Process
control system (PCS) for data acquisition from the four pilot MA’s. It will
consist of development of 5 graphic screens and a point data base that supports
the MA’s.
MAAK Technologies is a Markham Engineering group familiar with the
layout of
Once all of the components are purchased, these services will be
provided and completed in a 5 day period. All other programming or
configuration services for the HMI software will be obtained by quotation.
Devine and Associates Inc. –
Preferred Supplier of Pressure Regulating Valves
Cla-Val is the standard Pressure Regulating
Valve Model 90 purchased and utilized throughout the
In pilot Area # 2, a pressure management system will be tested.
Implementation is based on the Cla-Val valve equipped
with a remote electronic actuator.
If other PRV brands were selected, changes would be required to
096-S-08 Instrumentation and Remote Data
Acquisition Equipment Page
4 of 5
Devine & Associates are the sales agents for Cla-Val
in the Toronto Area and are based in
Additional Work
(1)
Data Communication Plan
A communication plan is being developed to transport the data from the
metering point back to the Civic Centre in conjunction with the ITS Department.
The communication plan will have a mixture of telephone lines, Radio’s and
WIFI, to be obtained with separate purchase orders.
(2) Competitive Quotations for following
services will also be obtained:
(1) Design of the
instrumentation cabinets; back plate layout, parts list, drawings and assembly.
(2) Assembly of the
required back plate and supply of the cabinets
(3) Additional PLC
programming
(4) Electrical
installation services to connect the instrumentation cabinets to the hydro grid
and wiring of all required instrumentation.
(5) Mechanical
modification services for specific chambers in both York Region and Markham. Includes
supply of fasteners, gaskets and disinfection services as required.
NEXT STEPS:
(1)
Award of contract # 096-S-08 (Waterworks Pilot DMA
Instrumentation and Remote Data Acquisition Equipment). Purchase of equipment and remote data acquisition
components as listed in the Attachment A -Preferred Supplier Table
(2)
Implementation of remaining three remaining (3)
pilot areas
(3)
Implementation of remaining three (3) pilot areas
can commence once the contract # 096-S-08
is awarded. Project components have been selected to assure
compatibility, minimized maintenance, availability of spare parts and minimized
operating costs.
(4)
Operation of the four pilot Management Areas for a
minimum 4 month period.
(5)
Evaluation (performance analysis) with respect to Waterworks
business needs.
(6)
Development of a Town-wide strategy along with cost
estimates and staging
(7) Recommendations will then be presented back to Council.
096-S-08 Instrumentation and Remote Data
Acquisition Equipment Page
5 of 5
Account Description |
Account # |
Original Budget |
Current Budget Available (Unspent) |
Less Cost of this Award (Incl. Disbursement/Excl. GST) |
Budget
Remaining after this award |
(DMA)
District Metering Area Pilot Project-2005 |
053-6150-6781-005 |
$100,000.00 |
$38,440.26 |
$16,831.12
|
$
21,609.14 |
SMA/DMA
Implementation-2007 |
053-5399-7678-005 |
$300,000.00 |
$255,868.68 |
$51,641.66
|
$204,227.02 |
Supervisory
Control and Data Acquisition (Pilot SCADA)-2008 |
053-5350-8369-005 |
$150,000.00 |
$150,000.00 |
$37,882.83
|
$112,117.17 |
SCADA
System-ITS 2008 |
049-5350-8667-005 |
$113,000.00 |
$113,000.00 |
$44,997.80
|
$
68,002.20 |
TOTAL |
|
$663,000.00 |
$557,308.94 |
$151,353.41 |
$ 405,955.53 |
STAFF AWARD REPORT Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
113-S-08 |
Date: |
|
Prepared
by: |
Christopher Burr, Client Advisor Tony Casale, Senior Buyer |
Recommended
Supplier |
Marshall and
Associates Inc. (Preferred Supplier) |
|
Current
Budget Available |
$ 170,000.00 |
049 5350 8662 005 ITS MWMS
Phase II |
Less cost of
award |
$ 50,242.50 |
Payable in US
Funds |
Budget Remaining after this award |
$ 119,757.50
|
* |
* The remaining balance of
$119,757.50 includes a budget for hardware of $83,602.87. The balance of $36,154.63 will be returned
to the original funding source.
Staff
further recommends:
THAT the tendering process be waived in
accordance with the Purchasing By-Law 2004-341, Part II, Section 7 Non
Competitive Procurement, item 1 (b). Where
there is only one source of supply for the goods to be purchased;
PURPOSE:
To obtain approval to award the contract for the final
phase (phase II) of the project for the supply, delivery and installation of a
Mobile Work Management System software.
BACKGROUND:
In March 2008,
PRICE SUMMARY:
Software |
# of Seats |
Unit Price |
Total Price |
Geo Results Software (A) |
21 |
$1,522.50 |
$31,972.50 |
Annual Software Maintenance (B) |
21 |
$ 870.00 * |
$18,270.00 |
Total award
(A + B) |
|
|
$50,242.50 |
* The annual software maintenance fee includes
upgrades, licensing and support.
In phase one
(1) the purchase price for the GeoResults Mobile
Bundle was made at $3,950.00. The unit
price for phase two (2) has been made at $1,522.50 which represents a cost
savings of 2,427.50 per bundle or a total savings of $50,977.50 USD. The purchase of this software does not affect
the Wireless Data and Voice Communication Strategy Plan as provided for in the
2009 HIP submission.
STAFF AWARD REPORT Page 1 of 1
To: |
Jim
Baird, Commissioner, Development Services |
Re: |
154-T-08, 20 and |
Date: |
|
Prepared
by: |
Nehal Azmy, Senior Capital Works
Engineer Malcolm Hann, Senior Construction Buyer |
Recommended
Supplier |
Rafat General Contractor Inc. (Lowest Bidder) |
|
Current
Budget Available |
$ 884,632.97 |
|
Less cost of
award |
$
81,000.00 $
8,100.00 $
89,100.00 $
13,365.00 $
102,465.00 |
Exclusive of GST, Inclusive of PST Contingency allowance at 10% Total Award Internal Project Management Fee 15 %. Total project cost (Exclusive of GST) |
Budget Remaining after this award |
$
782.167.97 |
* |
* Upon payment of all the
invoices, any remaining funds will be used for the construction of the
extension of
PURPOSE
To obtain approval to award Buildings Demolition at 20
and 24 Main Street Unionville.
BACKGROUND
The proposed tender award is part of the capital
undertaking to extend
Four buildings are to be demolished at 20 and 24 Main
Street; a large steel hut, an office kiosk, an appliance warehouse and a retail
store/auto service buildings. All buildings are currently vacant except for the
warehouse building that will be vacated and ready for demolition on
Following completion of the building demolition, the
former property owner, Mr. Quan has an obligation as
per agreement with the Town to complete the outstanding remedial work of the
subject property. The remedial work is to be completed to the satisfaction of
the Town.
BID
INFORMATION
Advertised,
place and date |
ETN |
Bids closed on |
August 1st. 2008 |
Number picking up bid documents |
11 |
Number responding to bid |
8 |
BID
SUMMARY
Contractor |
Price exclusive
of GST |
Rafat
General Contractor |
$ 81,000.00 |
Tri-Phase
Environmental |
$
108,000.00 |
Lions
Group |
$
113,800.00 |
Restoration
Environmental |
$
115,488.12 |
|
$
122,818.00 |
Priestly |
$
125,975.00 |
JMX
Contracting |
$
148,607.00 |
Terrasan |
$
216,175.00 |
ENVIRONMENTAL CONSIDERATIONS
The demolition project at 20 and
§
Doors
And Frames / Windows And Frames / Drywall / Plumbing Fixtures / Mirrors / Floor
Mats /Misc. Wood /
Steel – 60,000 Kg / Copper
– 50 Kg
STAFF AWARD
REPORT
Page 1 of 1
To: |
Jim
Baird, Commissioner, Development Services |
Re: |
157-T-08 Temp. Traffic Control Signal
Installation at |
Date: |
|
Prepared
by: |
David Porretta, Engineering
Technologist, Transportation Tony Casale, Senior Buyer, Purchasing |
Recommended Supplier |
Stacey
Electric Company Ltd. (Lowest Priced Supplier) |
|
Current Budget
Available |
$ 538,875.00 |
083- 5350-8175- 005 Intersection improvement* |
Less cost of award |
$ 78,841.00 $
7,884.10 $ 86,725.10 $
7,805.26 $ 94,530.36 |
Exclusive of GST Contingency allowance at 10% Total Cost of Award Internal Engineering Capital Administration Fees
(9%) Total Project Cost |
Budget Remaining after this award |
$
444,344.64 |
** |
*The temporary traffic control signal at
**The
remaining balance of $444,344.64 will be used for permanent traffic control
signals (Brimley / Wilclay) and for pedestrian countdown signals at
various intersections.
PURPOSE
To obtain approval to award the contract
for the installation of temporary traffic signals at the intersection of
This intersection
was tentatively scheduled to be provided with permanent traffic control signals
in 2010, once the widening of
Funding for this
project will be taken from the budgeted traffic signal installation at Brimley
/
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
6 |
PRICE SUMMARY
Supplier |
Price
exclusive of GST |
Stacey Electric
Company Ltd. |
$ 78,841.00 |
Guild Electric Ltd. |
$ 78,944.98 |
AGI Traffic Technology Inc. |
$ 79,895.00 |
Fellmore Electrical |
$ 88,146.78 |
Beacon Utility Contractors |
$ 99,638.00 |
Black & McDonald Ltd. |
$130,184.82 |
STAFF AWARD REPORT
Page 1 of 2
To: |
John Livey,
Chief Administrator Officer |
Re:
|
207-Q-08 Merin Investments ( |
Date: |
|
Prepared by: |
Melissa VanBerkum, Kevin Young, Manager, Municipal Inspections Alex Moore, Manager, |
Recommended Supplier |
Furfari Paving (Lowest Priced Supplier) Masongsong Associates Engineering Ltd. (Preferred
Supplier) |
|
Current Budget Available |
$455,140.00 |
Letter of Credit and Cash
Securities for Subdivision |
Less cost of award |
$ 228,278.60 $ 30,000.00 $
51,655.72 $ 309,934.32 $ 27,894.09 $ 337,828..41 |
Construction award (Furfari Paving Company
Ltd) Contract Administration/ Inspection Services (Masongsong) Contingency
Construction & Administration/
Inspection (20%)* Total Award Internal
Management fees (9%) Total project cost** & *** |
Budget
Remaining after this award |
$ 117,311.59 |
**** |
* A 20% contingency allowance is recommended
due to the potential for additional and unforeseen works that may be required
in order to complete the subdivision public works.
** Subdivision agreement clause 1.14 paragraph 2 and 3 which
allows the Town “to draw on and use the proceeds of the letters of credit to
complete any works or matter required to be done by the owner pursuant too the
agreement”.
The developer has been giving the required notice of
default of the agreement and the 30 day period after the notice has expired.
*** Engineering capital budget be established in the
amount of $337,828.41 to complete the public works within the subdivision and
that the cost of the works to be funded from the cash and letters of credit secured
under the subdivision agreement with Merin Investments for this project.
****The remaining balance will remain open with the cash
and letter of credit securities until such time that staff report back as to
the financial requirements to complete the development including all landscape,
fencing and repairs to the deficient Hwy 48 sanitary sewer crossing.
Staff recommends:
THAT the Competitive Procurement
process be waived for the provision of engineering services in accordance with
(d) where the project is privately funded
but is administered by the Town;
(h) Where it is necessary or in the best
interests of the Town to acquire non-standard items or Consulting and
Professional Services from a preferred supplier or from a supplier who has a
proven track record with the Town in terms of pricing, quality and service;
PURPOSE
To
obtain approval to award the contract for the completion of the public works
and services within Merin Investments plan of subdivision.
Completion
of Subdivision Works
The Town of
To date the
developer has failed to undertake the top asphalt and curb works, concrete
overland flow route/walkway, fencing, boulevard tree planting and other
associate works necessary to complete the subdivision. Staff have been working with Merin
Investments to complete the work and in November 2007 staff met and agreed with
Merin Investment that they would tender the works January 2008 and that the
works be completed before the end of June 2008. Merin Investments has failed to
implement the agreed action plan and accordingly the Legal Department was asked
to assist in the next steps.
#207-Q-08 Merin Investments (
On
It is further
noted that the area homeowners are anxious for the development to be completed
as it is now over 2 years since their occupancies and they have requested the
Town to undertake the works and draw on the developers securities in accordance
with the Subdivision Agreement.
In order that the
Town ensures that we would receive competitive pricing for the completion of
the public works necessary to complete the subdivision, the Town tendered the
outstanding public works. The quotation
did include the completion of boulevard trees, planting, fencing and
other associated streetscape/landscape works which will be subject to a
separate quotation process.
BID INFORMATION
Advertised |
Invitation |
Bids closed on |
|
Number picking up bid documents |
9 |
Number responding to bid |
4 |
PRICE SUMMARY
Supplier |
Price
Exclusive of GST |
Furfari Paving Co. Ltd |
$ 228,278.60 |
Finch Paving (1993) Inc |
$
258,788.00 |
Con-Drain Company (1993) Ltd |
$ 294,371.06 |
Rocky River Construction Limited |
$ 344,461.52 |
Financial
The completion of
the development including all works as set out in subdivision agreement and
approved plans has been estimated at $707,828, including Public Works ($337,828),
Landscape and Streetscape ($130,000 estimated) and Hwy 48 Sanitary sewer repair
($240,000 estimated). The Town currently has $455,140 in securities and does
not have sufficient security to complete all works. Upon the completion of the
Public Works and a final resolution of the Hwy 48 Sanitary sewer repair, staff
will seek the appropriate approval level to obtain authorization to finance the
balance of works or defer such.
Hwy 48
Sanitary Sewer Repair
The Town is
involved in a Legal Action against Merin Investment (
RATIONALE
By obtaining
competitive quotations for the Completion of the Public Works within the
subdivision we are eliminating the potential for future claims from Merin
Investment that the associated costs are unreasonable. By utilizing the Non Competitive Procurement
section of the
STAFF AWARD
REPORT Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
122-R-08 Hwy 404 northbound off-ramp
extension at |
Date: |
|
Prepared
by: |
Nehal Azmy,
Senior Capital Works Engineer Malcolm Hann,
Senior Construction Buyer |
RECOMMENDATION
Recommended Supplier |
McCormick
Rankin Corporation (Highest Ranked and Lowest Price) |
|
Current Budget Available |
$ 164,817.00 |
83-5350-7273-005 404 Ramp Extension at |
Less cost of award |
$ 177,961.00 $
17,796.10 $ 195,757.10 $
15,660.57 $ 211,417.67 |
Including PST, excluding GST Contingency allowance at 10% Total Award Engineering Dept. Project Management Fee @ 8%. Total Project Cost |
Budget Remaining after this award |
($ 46,600.67) |
* Short Fall |
* The short fall is to be funded
by account number 83-5399-8160-005 Mid-Block Crossing at Highway 404 north of
Major Mackenzie with a current balance remaining of $57,500.00. The Town has
withdrawn as a proponent of the EA study for the Highway 404 Mid-Block Crossing
between Major Mackenzie and Elgin Mills Roads as per Development Services
Committee meeting of
PURPOSE
To obtain approval to award the Class Environmental
Assessment Study for the Highway 404 northbound off-ramp extension at
BACKGROUND
The Town is currently planning for the development of the
Highway North Secondary Plan (“OPA 149 lands”), located in an area that is
bounded by Highway 404 to the west, Woodbine Avenue to the east, north of 19th
Avenue to the north, and Elgin Mills Road to the south.
A Traffic Impact Assessment Study for the developments of
the Highway 404 North Secondary Plan was undertaken to assess the requirements
of the internal road network within the study area and impacts of proposed
developments on the external road network surrounding.
The results of the intersection operation analysis for the
full development of the OPA 149 lands indicate that
The objective of this project is to undertake a Municipal
Class Environmental Assessment for the development of a new north/south
collector road extending from the existing Highway 404 northbound off ramp at
Advertised, place and date |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
9 |
Number responding to bid |
6 * |
* Staff disqualified one (1) bidders (iTrans
Consulting Inc.) who had a conflict of interest, given that iTrans is
currently retained by the 404 North Developers Group to undertake the traffic
and transportation study for development of the lands in the study area. iTrans have already carried out the study and are now
undertaking additional analysis in response to agency comments.
122-R-08 Class
environmental Assessment Study Highway 404 northbound off-ramp extension at
The evaluation team was comprised of staff
from the
Consultant |
Total Score |
Rank |
McCormick Rankin Corp. |
84.4 |
1 |
Morrison Hershfield Ltd. |
69.6 |
2 |
Lea Consulting |
69.4 |
3 |
Earth Tech |
62.4 |
4 |
Genivar |
58.6 |
5 |
Note: pricing range from $177,961.00 to $295,700.00
(excluding GST).
McCormick Ranking
Corp. presented the most comprehensive proposal, provided a very detailed work
plan and demonstrated a well defined project understanding. Also McCormick
Ranking Corp. has completed multiple projects of similar size, nature and
value, having an experienced project team.
The study will be
concluded with the filling of the Environmental Assessment Report by April
2009.
STAFF AWARD
REPORT Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
167-S-08 Purchase of traffic controllers from the Region of
York |
Date: |
|
Prepared
by: |
Domenic Smarrelli, Supervisor Traffic Operations Tony Casale, Senior Buyer |
Recommended Supplier |
Region of York
(Preferred Supplier) |
|
Current Budget
Available for this item |
$ 15,000.00 $ 45,000.00 |
083 5350 6503 005 Traffic Safety Projects 083 5350 8175 005 Intersection Improvements |
Less cost of award |
$ 60,000.00 |
Estimated 2008 requirements Exclusive of GST |
Budget Remaining after this award |
$
0.00 |
|
Staff further recommends:
THAT the tendering process be waived in
accordance with
PURPOSE
To
obtain approval to award the purchase of traffic controllers (Qty 4) for 2008
proposed signals.
During the last five years the Town has been obtaining
its traffic controllers from the Region of York on an as needed basis. The Town
has four intersections (Henderson Ave & Proctor Ave, Town Centre Blvd &
Clegg Rd, Brimley Rd & Wilclay Ave, Rodick Rd & Yorktech Dr)
where traffic controllers are required for 2008. The traffic controllers cost $15,000.00 each.
The following are the reasons why we would prefer to
continue purchasing the traffic controllers from the Region of York:
1. The Region purchases controller cabinets in bulk
and therefore achieves lower costs per controller in which the Town of
2. Obtaining these units through the Region of York
ensures consistency of controller type and standards thus avoiding the
acquisition of multiple controller types through various manufacturers.
3. The Region of
4. The Region
maintains a minimum inventory of controller cabinets which meets our project
schedule and therefore reduces the Town wait time, administration costs and the
requirement to carry any inventory.
STAFF AWARD
REPORT Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
212-S-07 Learning Management System |
Date: |
|
Prepared
by: |
Miriam Comerford, Sr. Learning &
Organization Development Specialist Omer Ariburnu, Manager Client Delivery Betty Leung, |
Recommended
Supplier |
Learn.com (Lowest Priced Supplier) |
|
Current
Budget Available |
$ 75,000.00 $ 40,000.00 $ 8,000.00 $ 20,000.00 $ 20,000,00 $ 163,000.00 |
049-5350-7381-005 Training Management 041-5350-8381-005 Talent
Management/Succession Planning 049-5350-7383-005 053-5350-7812-005
Training Records Mgmt & Staff Profiling 200-202-4200 Training Supplies |
Less cost of
award |
$ 148,300.00* |
US Dollars,
Inclusive of Disbursement (Taxes not applicable) |
Budget Remaining after this award |
$ 14,700.00** |
|
* Capital
cost includes first year Support and Maintenance fees. Future Support and
Maintenance fees of US $11,800.00 per annum will be incorporated into ITS
Computer Software Budget.
** Remaining
balance to be applied to future customization requirements as appropriate.
PURPOSE
To obtain approval to award the contract for a
Town-wide Learning Management System, to be managed by the
A Learning
Management System
(LMS) is required to create a central repository for all training records, job skills
profiles, skills inventory, increase access to learning resources and provide
for an integrated end-to-end Talent Management solution. A central repository for all training records
will allow us to develop a comprehensive corporate wide gap analysis resulting
in more reliable metrics. These metrics
will be used to inform and track corporate learning and development KPIs.
E3: Leveraging technology
to improve efficiency of training registration process, tracking of training,
accessing job profiles and requisite skills, introduction of e-learning and
self generated reports to reduce time required for clerical support. The self-service capability will allow
employees to register for programs pending the approval of their reporting
manager. The system automatically generates an email confirming
registration reducing the need for additional clerical involvement.
Pandemic Planning: The
Jobs Profile allows us to identify the requisite skills for job
classifications. It allows us to identify employees with those skills
& because it is linked to ADP can also identify the location of these
employees. It can also track the certifications/courses required for
specific positions.
Two (2) separate Request For Proposals (RFP)
were released via
Learn.com provides 24 Hour
Access to on-line courses: Staff on shift work will be able to access on-line
courses meeting legislative requirements. These courses include WHMIS and
Accessibility Customer Service webinar.
STAFF AWARD REPORT
212-S-07 Learning Management System Page
2 of 2
· Functional Fit – all core (Learning Development) + optional (HR) features that are important to the client have been addressed and were clearly demonstrated during the on-site session. Other proponents either did not have the capability to address all requirements or adding the capability represented significant cost or risk to the project
· Project delivery – as per the proposal and on-site meeting, the company has outlined a detailed plan that addresses all components of the deployment. This level of detail is far greater than those provided by the other proponents
· Previous deployment experience – Learn.com has deployed the combined suite (base + optional features that we’re looking for) to other municipalities while the other candidates have little experience. One in particular proposed a partnership model that would be tested for the first time.
Further, the ITS Department recommends going with the in-house support model for this product as it has a number of benefits:
· Cost – as illustrated above. The team recognizes that the ASP model Capital Cost for Learn.com is less than that of the in-house Capital Costs however the return on investment will be realized in 3 years at which point a positive variance will be established in the favour of the in-house solution
· In-house model requires that the Application and DB reside on the ToM network – this allows for better management of uptime and scheduling of any required outages. Further any future integration efforts to other applications outside the scope of this RFP will be made easier by having the System reside internally.
PRICE SUMMARY
Supplier |
Price*, US Dollars, Inclusive of Disbursement (Taxes not applicable) |
Learn.com |
$ 148,300.00** |
Techno Media |
$ 257,480.00 |
* Price, inclusive of integration with ADP and E-mail,
and 1st year support and maintenance fees.
** Compared to the 2nd RFP, this
is a reduction in capital cost of approx. 27.5% (inclusive of additional
optional features & functions), as well as a reduction of annual
maintenance fee by approx. 84%.
Note: A 3rd vendor
(Halogen Software) did not submit a response to this bid.
FINANCIAL
ATTACHMENT:
Account
# and Description |
Original
Budget |
Current
Budget Available (Unspent) |
Less
Cost of this Award, Inclusive of Disbursements and Exclusive of GST |
Budget
Remaining after this award |
049-5350-7381-005 ENEW Training Management |
$
75,000.00 |
$
75,000.00 |
$
75,000.00 |
$ 0.00 |
041-5350-8381-005 ENEW Talent Management / Succession
Planning |
$
40,000.00 |
$
40,000.00 |
$
40,000.00 |
$ 0.00 |
049-5350-7383-005 ENEW ADP Organization Chart |
$ 8,000.00 |
$ 8,000.00 |
$ 8,000.00 |
$ 0.00 |
053-5350-7812-005
Training Records Mgmt & Staff Profiling |
$
20,000.00 |
$
20,000.00 |
$
20,000.00 |
$ 0.00 |
200-202-4200 TRAIN Training Supplies |
$ 20,000.00 |
$ 20,000.00 |
$ 5,300.00 |
$ 14,700.00 |
TOTAL |
$ 163,000.00 |
$ 163,000.00 |
$ 148,300.00 |
$ 14,700.00 |