STAFF AWARD REPORT                                            Page 1 of 1

To:

Paul Ingham, General Manager

Re: 

108-Q-08 Median and Boulevard Hard Surfaces Maintenance

Date: 

July 25, 2008

Prepared by:

Steve Matunin, Supervisor

Malcolm Hann, Senior Construction Buyer

RECOMMENDATION

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

 

 

PURPOSE:

To obtain approval to award the contract for Median and Boulevard Hard Surfaces Maintenance.

 

BACKGROUND:

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

July 23, 2008

Number picking up bid documents

6

Number responding to bid

3

 

 

 

PRICE SUMMARY

Supplier

Price *

Griffith Property Services

$       73,100.00

Rutherford Contracting

$     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 Acres Road Storm Sewer Rehabilitation

Date: 

September 11, 2008

Prepared by:

Prathapan Kumar, Senior Project Engineer

Malcolm Hann, Senior Construction Buyer

 

RECOMMENDATION:

Recommended Supplier

Dig-Con International Limited (Lowest Priced Bidder)

Current Unallocated Budget 

$      157,717.00

050-6150-7194-005 August 19, 2005 Rain Storm Damage

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.

 

PURPOSE:

To obtain approval to award a construction contract for the Elm Ridge Acres Road Storm Sewer Rehabilitation.  

 

BACKGROUND:

The Operations Department received flooding complaints from the Elm Ridge Acres Road area residents several times over the years. The flooding mostly occurs at the cul-de-sac of Elm Ridge Acres Road in the vicinity of houses # 21 and #27 (see Attachment “A” - Plan).

 

Elm Ridge Acres Road was constructed in 1974 with open ditches along the sides of the road.  The storm runoff from these areas conveyed along the open ditches and driveway culverts and directed into the storm sewers through three catchbasins provided within the right of way.  The underground storm sewer runs south between house #19 and # 21 and discharges directly into the East Don river located behind house #21.

 

In response to the flooding concerns, Operations Department staff inspected the condition of the site as well as performed a closed circuit TV (CCTV) inspection of the existing storm sewers.  CCTV inspection revealed that the storm sewer from the catchbasin (in front of house #28) to the storm manhole located at the middle of the cul-de-sac was filled with debris, cracked and the joints separated. Additionally landscaping undertaken by homeowners within the road allowance (without the approval of the Town), has contributed to the flooding problem due to improper grading.

 

While Elm Ridge Acres Road storm sewer rehabilitation is not a direct result of the 2005 storm damage, it is a preventative measure to reduce the potential future flooding in the area due to heavy rain storms.  Therefore, the Rain Storm Damage account is identified as the funding source for this award.

 

BID INFORMATION:

Advertised

ETN (Electronic Tendering Network)

Bids closed on

June 25, 2008

Number picking up bid documents

9

Number responding to bid

4

 

PRICE SUMMARY:

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

Sam Rabito Construction Limited

 $118,150.00

 

 

 

 

 

 

STAFF AWARD REPORT                                            Page 1 of 1

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

127-Q-08 Sanitary Waste Disposal, Sanitizing and Air Freshening Service

Date: 

August 13, 2008

Prepared by:

Glen Taylor, Manager, Community Centre Operations

Brian Millar, Civic Centre Coordinator

Tony Casale, Senior Buyer

 

RECOMMENDATION

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

August 06, 2008

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 Pest Control

$   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 October 1st, 2008.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administration Officer

Re: 

129-T-08 Centennial Park Bleacher Replacement - Three (3) locations

Date: 

August 7, 2008

Prepared by:

Morgan Jones, Supervisor, Contract Administration

Patti Malone, Senior Buyer

 

RECOMMENDATION

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 Centennial Park.

 

BACKGROUND

This contract is for the removal / replacement of existing pressure treated bleachers in three (3) locations at Centennial Park. The contractor will be required to maintain all existing aluminum seats and mounting brackets.

 

Centennial Park bleachers were originally scheduled to be replaced in 2011. However, due to deterioration and age of these bleachers the capital request was brought forward in 2008.

 

BID INFORMATION

Advertised

By invitation

Bids closed on

August 6, 2008

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*

Rutherford Contracting Ltd.

$469,362.00

*Based on 2007 pricing for similar construction requirements at Bishop Cross Park. Prices received on this tender reflect a 4% reduction in cost.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                          

STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administration Officer

Re: 

155-T-08 Centennial Community Centre Arena Renovation

Date: 

September 4, 2008

Prepared by:

Dennis Riggs, Facility Coordinator

Tony Casale, Senior Buyer

 

RECOMMENDATION

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. 

 

BACKGROUND

The Centennial CC seats (2297 seats) are currently 35 years old and have a lifecycle expectation of 25 years. Staff have been replacing, modifying and repairing the existing seats over the past few years. However, replacement parts are now unavailable, the integrity of the seats is a concern, and the existing layout does not meet existing stadium seating requirements.

 

BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

July 25, 2008

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 Markham Parks Athletic Field Irrigation Works

Date: 

September 12, 2008

Prepared by:

Steve Matunin, Supervisor, Community and Fire Services

Malcolm Hann, Senior Construction Buyer, Purchasing

 

RECOMMENDATION

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 

Markham Parks Athletic Field Irrigation Works Exclusive of GST

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.

 

BACKGROUND

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, Crosby, Coppard, Randall, Central Park and Thornlea East. Benjamin Marr Park was identified to be irrigated as part of the 2008 plan as provided by the consultant’s report. However, as this field was already irrigated and no further work was required, Central Park was substituted.

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 20, 2008

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: 

August 7, 2008

Prepared by:

Rob Bell, Facility Coordinator

Patti Malone, Senior Buyer

 

RECOMMENDATION

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.

 

BACKGROUND

The refrigeration equipment at Clatworthy Arena is the original equipment (1982). After recent condition assessment it was determined that the replacement of existing chiller, headers and mains is required to ensure failure does not occur during the peak ice season.  

 

The contract was quoted to ensure a completion date of September 20, 2008 to minimize any impact to the 2008 ice season.

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 7, 2008

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).

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                                        STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

180-T-08 Legacy Park Playground Retrofit

Date: 

September 22, 2008

Prepared by:

Doug Henderson, Supervisor, Community and Fire Services

Malcolm Hann, Senior Construction Buyer, Purchasing

 

RECOMMENDATION

Recommended Supplier

Rutherford Contracting Ltd  (Lowest Priced 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

Legacy Park New Surfacing Exclusive of GST

Legacy Park New Equipment Exclusive of GST

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.

 

BACKGROUND

The playground equipment in Legacy Park has reached its’ life expectancy. Upon inspection, it does not meet current CSA Guidelines. In addition, the existing concrete sand safety surfacing does not meet CSA requirements and will be disposed of and replaced with Granite sand that meets CSA requirements.

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

August 27, 2008

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. Purchasing and Legal Staff will consider options in relation to this bid withdrawal.

 

PRICE SUMMARY (Excluding GST)

Supplier

Legacy Park New Surfacing

Legacy Park New Equipment

TOTAL Price 

Rutherford Contracting Ltd.

$ 38,693.35

$ 66,962.54

$ 105,655.89

Griffith Property Services Ltd.

$ 60,171.75

$ 69,703.68

$ 129,875.43

Wilson Contracting Ltd.

$ 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: 

September 10, 2008

Prepared by:

Rob Bell, Facility Coordinator

Tony Casale, Senior Buyer, Purchasing

 

RECOMMENDATION

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 Thornhill Community Centre entails work to install a more efficient lighting solution that meets all required lighting standards.  The use of a ‘Pulse Start’ Metal Halide lamp will allow for a better “strike” time when power outages occur, reducing the time of delay for ice users.  The new lighting system is almost twice as efficient as the older metal halides and will keep the lighting standard at or above present levels while reducing energy consumption by almost 50%, resulting in an approximate reduction of 45 tonnes of C02.

 

BID INFORMATION

Advertised

By Invitation

Bids closed on

September 5, 2008

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

                                                                                                               

Energy Savings

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: 

August 11, 2008

Prepared by:

Sara Tam, Manager, Business Planning & Innovation

Alex Moore, Manager, Purchasing

 

RECOMMENDATION

Recommended Supplier

Monteith Brown Planning Consultants (Sole Bidder)

Current Budget Available for this item

$     150,000.00

77-5350-8262-005 Parks, Rec, Cult & Lib Master Plan

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.

 

BACKGROUND

The project is a strategic priority identified in the “Building Markham’s Future Together” document.  An updated parks, recreation, culture and library master plan is needed to address the changing needs of the Markham community in a fiscally accountable manner.  Key components of the plan include:  demographic forecasts, public consultation of residents, user groups, and community organizations, leisure trends, pricing, partnerships, financial plan, and facility development needs. 

 

The first master plan document was adopted by Markham Council in 1999.  The process to update the 1999 master plan was undertaken in 2003 and a draft master plan and recommendations were presented to the Markham Council that did not receive approval due to a number of emerging opportunities, such as the Canadian Sports Institute of Ontario facility.  With the passage of time and the emergence of new opportunities and data, the Town of Markham is initiating an update of the master plan to ensure a strong alignment to corporate direction, community needs, and available funding sources for the next 10 years.

 

The 2003 update was largely a staff effort with limited support provided by a consulting firm.  Due to the complexity of the emerging opportunities, current staff capacity, and completion timeline desired, there is a greater need for specialized consulting expertise. 

 

BID INFORMATION

Advertised, place and date

ETN

RFQ closed on

July 4th, 2008

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, Strategic Services, Operations and Finance with Purchasing staff acting as the facilitator. The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal: 10% experience of the firm, 10% qualification of lead consultant and Project Team, 50% project delivery and 30% for price, totaling 100%.

 

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: 

130-T-08 Mowatt Court Fence Replacement

Date: 

August 15, 2008

Prepared by:

Morgan Jones, Supervisor, Contract Administration

Patti Malone, Senior Buyer

 

RECOMMENDATION

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 Mowatt Court fence replacement.

 

BACKGROUND

The fence at the rear properties on Mowatt Court in Thornhill has deteriorated at the point of needing replacement.  This fence serves as a barrier between Hwy 404 and Mowatt Court.  This award is for the removal of the existing concrete panel fence and the installation of a wood privacy fence. 

 

BID INFORMATION

Advertised

Posted on ETN and By invitation (16)

Bids closed on

August 13, 2008

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: 

September 18, 2008

Prepared by:

Doug Henderson, Supervisor, Community and Fire Services

Malcolm Hann, Senior Construction Buyer

RECOMMENDATION

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

Toogood Park (2 tennis courts) Excluding GST

Sablewood Park (1/2 basketball court) Excluding GST

Leighland Park (1 full basketball court) 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 Grandview and Armadale tennis courts budgets which are deferred until 2009 and 2010. The remaining budget of $13,250.00 from these two locations will be returned to the original funding source upon final invoice payments.

 

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.

 

BACKGROUND

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 Toogood Park were budgeted for minor repairs, as opposed to rebuilding, which was scheduled for 2009.  However, the courts have deteriorated more quickly than anticipated and so rather than doing minor repairs this year and rebuilding next year Staff thought it was more feasible to do the rebuilding in 2008. Staff was able to fund the majority of the shortfall needed for the rebuilding of Toogood courts from the favourable variances in the Unionville Tennis Courts and other areas.

 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 Grandview courts is requested in the 2009 Capital Budget, funded from Life Cycle Costing and will be requested in 2010 for Armadale.

 

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 13, 2008

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)

Toogood Park

     (2 tennis courts)

Sablewood Park

 (1/2 basketball court)

Leighland Park

 (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 United States, and is available to any contractor wishing to purchase it.  

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

Toogood Park

$   6,762.50

$ 40,700.00

-$33,937.50111

Sablewood Park

$   6,762.50

$   5,600.00

$   1,162.5011

Leighland Park

$ 10,404.00

$   7,800.00

$   2,604.0011

Sub-Total

$ 23,929.00

$ 54,100.00

-$  3,421.00 (2)

Grandview Park

$   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 Grandview and Armadale tennis courts budgets which are deferred until 2009 and 2010  

      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: 

June 5, 2008

Prepared by:

Karen Dennison, Manager System Engineering, Waterworks

Tony Casale, Senior Buyer, Purchasing

 

RECOMMENDATION

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 Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, items 1 (a) and (h) which state the following:

 

(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 Toronto and York Region bulk billing meters

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 Toronto and the Region of York were obtained to facilitate sharing of data, chamber space and power. Attachment “A” shows the location of the four pilot Management Areas.

 

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 Toronto and York Region to facilitate the construction and completion of Pilot sites 2 and 3. Pilot site 2 involves three (3) York Region chambers. Markham has agreed to modify these chambers to suit Markham and the Region of York needs, with York Region reimbursing Markham for the flow meters, spool pieces, gaskets, fasteners etc and 50% of the labour cost for the modifications. In exchange, Markham can install their Pressure Regulating Valves in these York Chambers and share the flow data from the flow meters.

 

Pilot site 3 involves cooperation from the City of Toronto and York Region. The City of Toronto has leased a section of land to Markham for the construction of a chamber; the Region of York will allow Markham to install a flow meter and a pressure sensor in the Milliken Mills Water Tower.

 

OPTIONS/ DISCUSSION:

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 has an agreement with York Region to provide specific magnetic flow meters from Endress & Hauser. These meters will be billing meters, and hence need to have been approved for custody transfers. York Region has standardized on the Endress & Hauser's full bore magnetic meters (very accurate) for their billing meters. York Region will reimburse Markham Water works for these meters. It is in Markham’s interest to get the most accurate meters here as these meters measure the water volume which is billed to Markham.

 

Markham Waterworks is also purchasing 12 pressure sensors from Endress & Hauser Inc. for our use. Adding these sensors to this order resulted in a 16.5% discount for these sensors. ($326.60 versus $391.00 per sensor)

 

Graybar Inc. – is the Ontario representative for Schneider Electric (preferred PLC supplier)

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 Ontario representative for Schneider Electric up to May 2008. They are a large distributor with a number of resource personnel for this PLC model and located in Markham. In addition, they are a stocking supplier of this product (replacement modules are quickly obtained).  The newly added distributor is Vickers-Warnick Ltd located in Stoney Creek. Quotes have been obtained from both distributors and Graybar Inc has produced the lowest quote for the specified equipment ($42,982.83 versus $47,941.12, PST included, GST excluded)

 

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 Durham and in Peel Region), Factory Talk (not used in any local municipality) and Citect Scada (not used in any local municipality). Please see evaluation – Attachment C.

 

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 Canada. Greymatter Inc. is the sole distributor for this product in Canada, all maintenance (upgrades, service packs etc) are funneled from GE Fanuc via GreyMatter Inc., and they have a large number of resource personnel available for support.

 

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, Toronto and York systems.

  

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 Markham water distribution system and very experienced with the configuration of the IFIX HMI software package. They have provided these services to the City of Toronto, region of York and other municipalities.

 

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 Markham drinking water system. These valves are also used by the City of Toronto and Region of York.

 

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 Markham drawings and control system to account for different flow profiles and modulation behaviour with a negative cost benefit.

 

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 Markham. Waterworks has standardized on Cla-Val PRV’s in the water distribution system. Devine & Associates are a stocking supplier for spare parts (replacement parts obtained quickly on demand).

 

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

 

 

 

FINANCIAL ATTACHMENT:

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 Mobile Work Management System (MWMS) Phase II

Date: 

May 16, 2008

Prepared by:

Christopher Burr, Client Advisor

Tony Casale, Senior Buyer

 

RECOMMENDATION

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, Staff approved and awarded Phase one (1) of the project to acquire eight (8) GeoResults Mobile software licenses including maintenance to Marshall and Associates Inc.  It was noted at that time that Staff would seek the appropriate approval to move forward with the final phase of the project to purchase an additional twenty-two (22) software licenses.   The award for phase one (1) was negotiated to include one (1) additional full bundled seat of GeoResults Mobile software at no additional charge, leaving an outstanding requirement of twenty-one (21) software licenses.

 

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.

 

Staff negotiated a 30% volume discount on the GeoResults Mobile Bundle, a savings of $1,305.00 per unit ($27,405.00 USD).  Further, Marshall and Associates Inc. currently have a limited time offer providing an additional 50% discount on the software licenses expiring June 30, 2008 providing an additional savings of 1,522.50 per unit ($31,972.50 USD).

 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 24 Main Street Unionville – Buildings Demolition

Date: 

August 7, 2008

Prepared by:

Nehal Azmy, Senior Capital Works Engineer

Malcolm Hann, Senior Construction Buyer

RECOMMENDATION

Recommended Supplier

Rafat General Contractor Inc. (Lowest Bidder)

Current Budget Available 

$       884,632.97

083-5350-6742-005 Enterprise Drive Underpass - Phase 1

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 Enterprise Drive to Kennedy Road as budgeted for in account 083-5350-6742-005.

 

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 Enterprise Drive from Rivis Road to Kennedy Road. The planned course of the extension will run directly through the existing buildings located at 20 and 24 Main Street Unionville; therefore, these buildings must be demolished to accommodate the extension of Enterprise Drive. The tender included a list of items to be recycled by the contractor in order to produce the least amount of waste possible. Details are included under environmental considerations.

 

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 September 15, 2008. The contractor will be given permission to stage his/her work and commence demolition of the vacant buildings in advance of the warehouse as long as an uninterrupted access to the warehouse is always maintained.

 

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

Murray Demolition

$ 122,818.00

Priestly

$ 125,975.00

JMX Contracting

$ 148,607.00

Terrasan

$ 216,175.00

ENVIRONMENTAL CONSIDERATIONS

The demolition project at 20 and 24 Main Street includes provisional items for the recycling of the following materials:

§             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 South Town Centre Blvd and Clegg Rd

Date: 

September 3, 2008

Prepared by:

David Porretta, Engineering Technologist, Transportation

Tony Casale, Senior Buyer, Purchasing

 

RECOMMENDATION

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 South Town Centre Boulevard and Clegg Road was not budgeted in the current Engineering capital budget.  Funding for this temporary traffic control signal will be taken from the budget originally allocated for signal installation at Brimley / Worthing which did not meet technical warrant requirements for signal installation.

**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 South Town Centre Boulevard and Clegg Road.

 

BACKGROUND

This intersection was tentatively scheduled to be provided with permanent traffic control signals in 2010, once the widening of South Town Centre Boulevard (including the VIVA transit way) was completed.  However, due to the large number of collisions at this intersection and community concerns with respect to safety, the Town needs to proceed now with the installation of temporary traffic control signals at this intersection.

 

Funding for this project will be taken from the budgeted traffic signal installation at Brimley / Worthing.  The intersection of Brimley / Worthing did not meet the necessary warrant for signal installation, and therefore, will not proceed this year.

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 29, 2008

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 (Markham) Inc. Subdivision,  Completion of Public Works

Date: 

September 17, 2008

Prepared by:

Melissa VanBerkum, Assistant Town Solicitor

Kevin Young, Manager, Municipal Inspections

Alex Moore, Manager, Purchasing

 

RECOMMENDATION

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 Purchasing By-Law 2004-341, Part II, Section 7:

(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.

 

BACKGROUND

Completion of Subdivision Works

The Town of Markham and Merin Investment (Markham) Inc. entered into a subdivision agreement dated September 22, 2004 to develop a 32 lot residential subdivision located south of Hwy 7 and east of Hwy 48.  The lands were serviced Spring 2004 under a pre-servicing agreement and building permits issued Fall 2005 and the subdivision was substantially occupied in the Winter of 2005 and Spring 2006.

 

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 (Markham) Inc. Subdivision, Completion of Public Works           Page 2 of 2

 

 

On June 2, 2008 the Town formally placed Merin Investment in default of the Subdivision Agreement.  The 31 day notice period as required by the subdivision agreement has now expired and Merin Investment has failed to commence the works.  The Town is now in a position to undertake the works and to draw against the subdivision securities ($455,140) to complete the works.   The Town proposes to retain Masongsong Engineering Limited (being Merin Investment’s Consulting Engineers) to provide contract administration/supervision and engineering services as necessary to fulfill the obligations and to provide necessary certificates and documentation required for subdivision assumption.

 

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

September 9, 2008

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 (Markham) Inc. and Roberts Bell Engineering for the repair of the deficient sanitary sewer crossing Hwy 48 and servicing the development.   The action was issued by the Town October 31, 2006 to preserve the Town’s interests in light of a pending limitation period.  The action has been held in abeyance due to representation from Merin Investment that it would complete the sanitary sewer repair works.  In January 2008 Merin Investment awarded the said works to Dom Meridian Construction, but has failed to commence such work. The Legal action for the Hwy 48 sewer repair works is now proceeding due to Merin Investment’s failure to repair the sewer.

 

 

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 Purchasing By-law to retain Masongsong Associated Engineering Limited (Merin Investment’s consulting engineers) we will continue with the subdivisions engineers of record, given their knowledge of the project and familiarity with the Towns subdivision process,  requirements and standards.

 

 

 

 

 

 

 

STAFF AWARD REPORT                       Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re:

122-R-08 Hwy 404 northbound off-ramp extension at Elgin Mills Road Class EA Study

Date:

August 20, 2008

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 Elgin Mills Road

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 March 4, 2008 funds therefore are available for this project. 

 

PURPOSE

To obtain approval to award the Class Environmental Assessment Study for the Highway 404 northbound off-ramp extension at Elgin Mills Road.

 

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 Elgin Mills Road intersections within the study area and Highway 404 off-ramp locations at Elgin Mills Road will operate with residual capacity. The extension of the existing northbound Highway 404 off ramp at Elgin Mills Road is proposed to improve future operation along Elgin Mills Road and access to the fully developed land.

 

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 Elgin Mills Road to the OPA 149 lands. 

 

BID INFORMATION

Advertised, place and date

Electronic Tendering Network

Bids closed on

July 11, 2008

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 Elgin Mills Road                                                                                                                                      Page 2 of 2

 

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

McCormick Rankin Corp.

84.4

1

Morrison Hershfield Ltd.

69.6

2

Lea Consulting

69.4

3

Earth Tech Canada

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.

 

SCHEDULE

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: 

July 23, 2008

Prepared by:

Domenic Smarrelli, Supervisor Traffic Operations

Tony Casale, Senior Buyer

 

RECOMMENDATION

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 Purchasing By-Law 2004-341, Part II, Section 7 (1) (h) “where it is necessary or in the best interests of the Town to acquire non-standard items from a preferred supplier or from a supplier who has a track record with the Town in terms of pricing, quality and service.”

 

PURPOSE

To obtain approval to award the purchase of traffic controllers (Qty 4) for 2008 proposed signals.

 

BACKGROUND

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 Markham also benefit from.

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 York provides value added service by testing the controller units in their shop prior to receipt by the Town of Markham.

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: 

July 22, 2008

Prepared by:

Miriam Comerford, Sr. Learning & Organization Development Specialist

Omer Ariburnu, Manager Client Delivery

Betty Leung, Purchasing Assistant

 

RECOMMENDATION

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 ADP Organization Chart

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 Human Resources Department.

 

BACKGROUND

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.

 

DISCUSSION

Two (2) separate Request For Proposals (RFP) were released via Purchasing, of which the first RFP was cancelled in its entirety due to non-compliant bid submissions. The second RFP was not awarded due to the highest ranked proponent’s cost exceeding budget and estimated costs; and the alternate proponent failed twice to present their solution on the agreed upon dates.  As a result, staff in consultation with ITS solicited quotations from three (3) vendors with revised scope and based on the Evaluation Committee’s evaluation of the two (2) proposals received, Learn.com was invited into the Town to present to the Evaluation Committee. The Evaluation Committee consisted of members from various departments: Human Resources, ITS, Waterworks, Fire Department, Operations and Asset Management, and facilitation by Purchasing.  

 

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

 

 

DISCUSSION (continued)

·     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