STAFF AWARD REPORT
Page 1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
218-R-08 Consulting
Engineering Services for Inflow & Infiltration at Thornhill |
Date: |
|
Prepared by: |
Akter Hossain, Modelling
Engineer - Waterworks Patti Malone, Senior
Buyer – |
Recommended Consultant |
XCG Consultants Ltd. (Highest Ranked and Lowest Priced Supplier) |
|
Current Budget Available |
$
148,000.00 |
053 5399 8172 005 Inflow & Infiltration Program |
Less Cost of this Award |
$ 102,632.00 |
Inclusive of disbursements
and exclusive of GST |
Budget Remaining
after this award |
$ 45,368.00 |
* |
On
The flow monitoring data to be collected under this
contract is necessary to locate and quantify amounts of inflow and infiltration
(I&I) getting into the sanitary sewer system in Thornhill. Sanitary sewer
flow monitoring at nine (9) locations for twelve (12) months is anticipated to
locate and quantify I&I in Thornhill. The data and I&I analysis
obtained through this contract will be used to calibrate hydraulic model for
wet weather flow and to focus/prioritize I&I sources identification efforts
(smoke & dye testing) throughout Thornhill.
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
|
Number picking up bid documents |
13 |
Number responding to bid |
3 |
Note: Purchasing
received feedback from a number of these companies who picked up the bid
document but did not provide a submission: Three (3) companies decided after
reviewing the bid document that they did not have sufficient expertise in this
field. Two (2) bidders declined due to their current work load and one (1)
bidder felt that they could not be cost competitive for this assignment.
The
evaluation team was comprised of staff from the Waterworks 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%
company qualification, experience & availability of lead contractor &
project team, 30% work plan (approach & proposal methodology), field
equipment & reporting of results, 20% proposal quality and 30% price totalling
100%, with resulting scores as follows:
Consultant |
Score
(out of 100) |
Rank
Results |
XCG Consultants Ltd. |
96 |
1 |
Calder
Engineering Ltd. |
93 |
2 |
Clarifica
Inc. |
56 |
3 |
The recommended consultant XCG Consultants Ltd. was the
lowest priced bidder whom demonstrated a clear understanding of the scope of
work and illustrated a strong experience base for inflow and infiltration into
the sanitary sewer system.
STAFF AWARD REPORT Page
1 of 1
To: |
Brenda Librecz, Commissioner, Community & Fire Services |
Re: |
241-Q-08 Markham Parks Playground Safety
Surface Retrofit 2008 |
Date: |
|
Prepared by: |
Mark Ingwersen,
District Manager(West), Operations Patti Malone, Senior
Buyer, |
Recommended Supplier |
|
|
Current Budget
Available |
$ 23,446.00 $ 80,620.00 $104,066.00 |
059 6150 7451 005 (2007) Play
Structure & Safety Resurfacing 059 6150 8269 005 (2008) Play
Structure and Safety Resurfacing |
Less cost of award |
$ 97,300.00 |
Total Cost of Award, Exclusive of GST |
Budget Remaining after this award |
$6,766.00* |
059 6150 8269 005 (2008) Play
Structure and Safety Resurfacing |
*The remaining balance can be returned
to the original funding source.
PURPOSE
To obtain approval to award the contract
for Markham Parks Playground Safety Surface Retrofit at
The
playground surfaces at
Approximately
82 of the 112 playgrounds now have granite sand which ensures complete
compliance with the playground safety standards for ‘fall and impact’.
BID
INFORMATION
Advertised |
(Electronic Tendering
Network) |
Bids closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
2 |
PRICE
SUMMARY
Supplier |
Price, Exclusive of GST |
|
$97,300.00 |
|
$100,265.00 |
STAFF AWARD REPORT
Page 1 of 1
To: |
|
Re: |
|
Date: |
|
Prepared by: |
Russ Simpson, Supervisor, Water System
Operations Patti Malone, Senior Buyer |
Recommended Supplier |
P.A. Envirovac Inc. (Lowest Priced Bidder) |
|
Total Award |
$ 68,375.00 $ 68,375.00 $ 68,375.00 $ 205,125.00 |
Excluding GST for 2009* Excluding GST for 2010** Excluding GST for 2011** Total Cost of Award (3 Year Term) |
Proposed 2009 Budget Available |
$ 223,604.00 |
760-111-5300 |
Less 2009 portion of award |
$ 68,375.00 |
|
Budget Remaining
after this award |
$
155,229.00 |
*** |
*The
$68,375 is within the $75,000 budget allocated for this project and is subject
to 2009 budget approval. Future years’
budgets may be adjusted based on the 2009 needs.
**Pending
Council approval of the 2010/11 operating budget.
***The
remaining balance of $155,229.00 will be used for other operating projects as
budgeted in this account.
A curb box is a shut off valve
for a water service connection generally located at the property line in front
of a house or building. Accessible from
the ground surface, the Town maintains the box and underground valve. It is a valve to open or close for maintenance
and control of the water service connection to a property. The majority of the repairs and replacement of
this appurtenance is for the replacement of operating rod and curb box. This type of repair is done by the vacuum
excavation method. In the case of a
broken or leaking valve, to repair it curb box has to be dug up and replaced.
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
|
Number picking up bid documents |
8 |
Number responding to bid |
6 |
Supplier |
Total
Price (Per Year) * |
P. A. Envirovac Inc. |
$
54,000.00* |
Nu-Tech Water Box Repairs Ltd. |
$ 77,000.00 |
Spring Grove |
$ 85,350.00 |
Ontario Excavac Inc. |
$103,250.00 |
Quicksafe Locating & Hydro Vac Services Ltd. |
$196,000.00 |
Multi-Vac Services Ltd. |
$359,800.00 |
*This price represents a 34% decrease over
previous contractual pricing (2004 – 2008).
Staff completed reference checks and are confident that P.A. Envirovac
Inc will meet or exceed Town’s expectations.
Note: The prices submitted are based on an
estimated quantity of 250 for the summer
period of April 1 – Oct 31st and quantity of 10 for the Winter
Season Nov 1- Mar 31. (Prices are firmed fixed for three (3) years). Due to the favourable pricing received under
this tender, staff are recommending the estimates be increased to 300 for the summer and 25 for the
winter, resulting in an award of
$68,375.00 per year.
STAFF AWARD REPORT
Page 1 of 1
To: |
|
Re: |
263-Q-08 Supply Equipment and Staff to Load
and Haul Snow |
Date: |
|
Prepared by: |
Morgan Jones, Supervisor Contract
Administration Patti Malone, Senior Buyer |
Recommended Supplier |
VBN Paving Limited .(Lowest Priced) |
|
Total Award |
$ 28,480.00 $
56,960.00 $
28,480.00 $
113,920.00 |
2008 Award (One occurrence) 2009 Award (Two Occurrences)* 2010 Award (One Occurrence) * Total Cost of Award (2 Year Term) |
Current Budget Available |
$ (29,560.00) |
700-504-5416 WRWC Snow Hauling |
Less 2008 portion of
the award |
$ 28,480.00 |
|
Budget Remaining
after this award |
$
(58,040.00) |
** |
*Pending
council approval of the 2009/10 operating budget.
**The
unfavourable variance of $58,040.00 is included in the 2008 year end operating
forecast.
The
quotation was called for contractors to supply
the labour, equipment and traffic control measures necessary to load and haul
snow from
The
term of the contract is for two winter seasons (December 1, 2008 to April 15,
2010) with an option to extend for an additional two winter seasons – on a year
to year basis – with the terms and conditions to be mutually agreed upon.
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
|
Number picking up bid documents |
21 |
Number responding to bid |
4 |
Location |
|
Larkin |
Rafat |
VBN |
|
N/A |
$17,963.00 |
$10,580.00 |
$16,000.00 |
|
$5,800.00 |
N/A |
$
6,450.00 |
$
9,600.00 |
|
N/A |
N/A |
$11,800.00 |
$
9,600.00 |
|
$2,500.00 |
$
5,121.00 |
$ 3,000.00 |
$
3,500.00 |
Note: Pricing is per occurrence and is inclusive of PST but exclusive of
GST. Staff estimated two occurrences
during a winter season.
This price represents a 16% increase over
previous contractual pricing (2004-2008).
The 2009 operating budget has not been adjusted as the expected 2009
cost is within the current operating budget amount.
STAFF AWARD REPORT
Page 1 of 1
To: |
|
Re: |
266-T-08 Supply and Installation of Recycling
Moloks |
Date: |
|
Prepared by: |
Doug Henderson, Patti Malone, Senior Buyer |
Recommended Supplier |
Griffith
Property Services Ltd. (Lowest Priced Bidder) |
|
Current Budget Available |
$ 141,707.34 |
059-5350-8281-005 Recycling in Parks |
Less cost of award |
$ 118,650.00 |
Total Award Excluding GST |
Budget Remaining
after this award |
$ 23,057.34 |
* |
*The
remaining balance of $23,057.34 will be returned to the original funding source
upon payment of the final invoice.
The
project is to expand recycling in parks from the 6 pilot locations in 2007 to
include a minimum of 2 containers at each sports-field and 2 containers in
every general park area Wire mesh
recycling receptacles have been placed in parks beside existing above ground
waste receptacles. The Molok in-ground
recycling containers are now being purchased and will be placed beside the garbage
Molok in-ground waste receptacles. These
new containers will facilitate a large amount of bottles and cans to reduce the
frequency of emptying at those locations.
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
4 |
Supplier |
Qty |
Unit
Price |
Total
Price * |
Griffith Property Services
Ltd. |
35 |
$3,390.00 |
$118,650.00 |
|
35 |
$3,979.00 |
$139,265.00 |
Mopal Construction Limited |
35 |
$4,560.00 |
$159,600.00 |
Pine Valley Enterprises Inc. |
35 |
$5,184.00 |
$181,440.00 |
* Inclusive of PST but exclusive of GST
STAFF AWARD REPORT
Page 1 of 2
To: |
|
Re: |
200-S-08 Purchase of
Eight (8) Treadmills for the Town’s Fitness Centres |
Date: |
|
Prepared by: |
Warren Watson,
Fitness Coordinator |
Recommended Supplier |
Advantage Fitness Sales Inc.
(Preferred Supplier) |
|
Current Budget Available |
$ 2,023.13 $ 90,100.00 $ 92,123.13 |
070-6150-7527-005 Fitness Equipment
Replacement (2007) 070-6150-8019-005 Fitness Equipment
Replacement (2008) |
Less cost of award |
$
88,687.70 |
Inclusive of PST , exclusive of GST |
Budget Remaining
after this award |
$
3,435.43 |
* |
*All funds remaining in account
070-6150-7527-005 (2007) shall be fully drawn and the remaining budget in
account 070-6150-8019-005 (2008) in the amount of $3,435.43 will be used for other fitness equipment replacement requirements as budgeted
for in this account.
THAT
the tendering process be waived in accordance with
PURPOSE
To
obtain approval to award the purchase of eight (8) treadmills for the
Centennial CC (4) and Thornhill CC (4) fitness centres.
Additionally, with the diverse users at the Town
fitness centres, the unit from Life Fitness is the only unit that can switch to
thirteen (13) different languages with its multiple language features and the
only treadmill that has closed captioning for the hearing impaired.
The Town currently has 8 Life Fitness treadmills in
our fitness facilities. These treadmills
have proven to be durable, user friendly, and very popular amongst users at our
facilities. They are heavily used to the
extent that users will line up for these treadmills instead of using another
brand that may be currently available.
In order to maintain current level of service for our
users, purchasing the same brand of treadmills to maintain consistency was an
important part of the decision making process.
The cost of Life treadmills are approximately 58%
higher than the other noted treadmills reviewed. However, given the feedback
from the Towns fitness staff, local (Private) fitness facilities and other
local municipalities it is deemed to be
one of the most robust, solidly built and most forgiving treadmill,
which is important for the demographics of the user (more forgiving on the
joints).
The supplier has also provided the Town with a special
discount rate from the list price for a total savings of approximately 29% or
$3,006.22 per unit versus the list price.
Furthermore, the supplier has included at no additional cost twenty four
(24) USB bracelets.
In comparison to the previous purchase of treadmills
(Tender 046-T-06), these units are $2,306.47 less expensive per unit, and fully
meet the needs of the Town.
The proceeds from the sale of the trade-in equipment
(8 Star Trac treadmills) in the amount of $1,600.00 will be deposited into
account # 890 890 9305 (Proceeds Sale of Other F/A).
STAFF AWARD
REPORT Page 1 of 2
To: |
|
Re: |
222-S-08 Ice Controller Upgrade
at Eight (8) Recreation Centres |
Date: |
|
Prepared by: |
Glen Taylor, Manager
Community Centre Operations |
Recommended
Supplier |
Cimco
Refrigeration (Preferred Supplier) |
|
Current
Budget Available |
$ 105,000.00 |
070 6150 8092 005 Comm.
Ctrs. Refriger. Room |
Less cost of
award |
$ 94,950.00 |
Inclusive of PST,
Exclusive of GST |
Budget Remaining after this award |
$ 10,050.00 |
* |
* Upon
payment of all invoices the remaining balance of $10,050.00 will be returned to
the original funding source.
Staff
further recommends:
THAT the
tendering process be waived in accordance with
PURPOSE
To obtain approval to award the contract for the
purchase of eight (8) ice controllers with software and hardware upgrades for
various Town of
Nine of the existing ten ice pads in the
recreation centres are controlled by the Cimco 3000e Ice Controller units with
the exception of the Clatworthy Arena which operates on the Cimco 1000e. These units replaced Bassai units that were
problematic and did not perform well.
Since their installation in 1999, the Cimco 3000e controllers have
performed extremely well with few (if any) problems. Software lifecycle is approximately five (5)
years and staff has maintained the equipment in good working order to
date. The change to the next generation
temperature control system (5000e) is a simple upgrade to the newest version of
the control program.
The Community Centres identified for the
upgrade are as follows;
·
Centennial Community
Centre (1 pad)
·
R.J. Clatworthy
Arena (1 pad)
·
·
Markham Village Community Centre (1 pad)
·
Milliken Mills
Community Centre (1 pad)
·
·
Thornhill
Community Centre (2 pads)
·
Angus Glen
Community Centre (2 pads)
STAFF AWARD
REPORT Page 2 of 2
222-S-08
Ice Controller Upgrade
Cimco Refrigeration conceived, developed
and services all of the controller units utilized in the Town of
The new controller system (5000e) requires
a basic upgrade of the existing software and new hardware (PC’s) to support the
latest version. The Clatworthy arena
will also require a new 36”x30”x 6” panel, new brine supply and return
temperature transducers as this arena is still using the 1000e.
The
new 5000E has several added benefits which include, alarm notifications via
e-mail and text messaging, the ability to communicate with any building
management system and superior trend displays through improved visibility and
greater historical data capacity.
Furthermore, the 5000e provides expanded capacity and capabilities to
schedule extensive ice settings based on types of activities including hockey
and figure skating, games, tournaments and most importantly night setbacks
which allow for the ice temperature to rise through the night saving
energy. The program brings the ice temperature back down into operating
temperatures in time for the day’s first activities. The upgrade to the
5000e also offers improved options for staff to monitor the refrigeration plant
and ice.
This purchase does not require any
retrofit or replacement of components such as infrared sensors, pad sensors,
wiring, etc. which would be required with a different controller system.
Furthermore, Staff also received estimated
prices to replace these controller systems with a complete new refrigeration
control system. The estimates received
range from $23,000 - $31,000 for a single pad arena and $32,000 - $41,000 for a
double pad arena. Therefore, to provide
complete new refrigeration controls systems for the eight identified facilities
on this report would range from $202,000 - $ 268,000.
STAFF AWARD
REPORT Page 1 of 2
To: |
John Livey, Chief Administrative Officer |
Re: |
243-S-08 Markham Theatre Public Areas Upgrade |
Date: |
|
Prepared by: |
Bonnie Armstrong, Acting Manager Markham Theatre |
Recommended Supplier |
|
|
Current Budget Available |
$ 160,070.43 |
Pubic Area Upgrade 074 6150 8274 005 |
Less
cost of award |
$
49,718.93 |
Inclusive of Disbursement, Exclusive of GST |
Budget Remaining after this award |
$
110.351.50 |
* |
*The remaining balance of $110,351.50
will be used for the remainder of the public
areas upgrade which includes interior doors, interior signage, and donor wall,
etc. as originally budgeted in account # 074 6150 8274 005 and that upon
payment of all invoices the remaining balance will be returned to the original
funding source.
THAT the
tendering process be waived in accordance with
PURPOSE
To
obtain approval to award the contract for the purchase of ninety (90) pieces of
furniture for the Markham Theatre lobby and backstage areas.
The
The public face of the theatre is a reflection of the Town
and the Town’s cultural priorities. The
opening of the new
This renovation involves an overall design with focus
on colours, flooring, accessories and furniture. All the elements have to work together for the
look of the venue to be cohesive. Our
designer has worked with us to create a list of furniture that includes: Café
height round tables, regular height round tables, coffee table, 24”x24” tables,
bar stools, chairs, arm chairs, 3 seat sofas, lounge chairs, ottoman benches,
and end tables. The final selection
included several pieces of furniture which are custom in design such as a
custom table for the green room, custom fabric for the benches, end tables and
coffee tables and customization of several pieces in regards to legs, frames
and color.
DISCUSSION
Theatre staff, in consultation with its designer investigated
several options for the replacement of the overall public area with focus on quality,
durability, design, color, wear and practicality. The furniture selected best meets the
theatre’s many applications and multi-purpose utilizing commercial grade
furniture to ensure durability and longevity.
The furniture was coordinated to match the décor of
each area and provide the best functionality that coordinates with all other
pieces. Products from various suppliers
were researched via brochures, websites and several demo pieces of furniture were
brought in for testing and evaluating for look and design.
243-S-08 Markham Theatre Public
Areas Upgrade Page 2 of 2
Based on this review staff found that
STAFF AWARD REPORT Page 1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
284-S-08
Phase 2 - Civic
|
Date: |
|
Prepared by: |
Brian
Millar, Civic Centre Coordinator, Asset Management |
Recommended Supplier |
Johnson
Controls (Preferred Supplier) |
|
Current Budget Available |
$ 50,000.00 $ 183,284.05 $ 233,284.05 |
056-6150-7397-005 – 056-6150-8623-005 Civic
Centre Improvements (2008) |
Less
cost of award |
$
158,202.00 |
Phase
2 - Graphic Conversion / DSC 1, 2 & 3 |
Budget Remaining after this award |
$ 75,082.05 |
* |
* The remaining balance of $75,082.05 in account 056-6150-8623-005 will
be used for electrical upgrades, lighting retrofits, re-lamping and security
system repairs as budgeted for in the account.
Staff
recommends:
THAT the tendering process be waived in accordance
with
PURPOSE
BACKGROUND
Johnson Controls has been the HVAC system and building
automation control service provider to the Civic Centre for the past 17 years
and to the Markham Theatre for 7 years.
As with any equipment, industry continues to improve product, which
results in manufacturers no longer able to supply replacement parts for the
older equipment. The Civic Centre is
currently in a situation of having to wait for parts to be repaired (3-6 weeks)
and/or shut-down of system, as Johnson Controls and Johnson Controls
distributors no longer manufacture/provide replacement parts for the Town’s
current control system. In the interim,
and until replacement parts are sourced, Staff must manually operate the
control system that provides heating and cooling to the Civic Centre. These manual adjustments require staff to
adjust the comfort level (Temperature) within the Civic Centre on an on-going
basis, when the temperature reaches a certain level, the system must be shut off
or these temperatures will continue to rise as the system has no shut off point
other than a manual turn off.
Since the market place is not reliable with the part
availability, staff has been procuring used replacement parts when required
through a Johnson Controls technician who would remove the part required from a
retrofitted system controller and then repair the Town’s system. This methodology is unreliable, causes delays
and provide for an inefficient system operation.
The
proposed upgrades on this award will modernize the control system with a NAE
controller and associated system controls. The integration of Information Technology and
Internet standards into the NAE platform as well as the use of open protocols
for field networks is also beneficial as it will allow system access from our
desk top
Staff approved and awarded Phase 1 of the Civic Centre
Building Automation System (
Phase
2 proposes to further upgrade the Civic Centre Building Control System (
284-S-08 Phase 2 – Civic
Graphic Conversion
Ø
Convert all
existing Draw Graphics to extended Architecture graphics.
o
$6,813.90
DSC – 1
Ø
(1) Panel
Ø
(22) VAV units
will have new DDC controllers MS-VMA along with associated thermostats.
o
$38,186.10
DSC – 2
Ø
(3) Panel
Ø
(32) VAV units
will have new DDC controllers MS-VMA along with associated thermostats.
o
$62,136.00
DSC-3
Ø
(3) Panel
Ø
(22) VAV units
will have new DDC controllers MS-VMA along with associated thermostats.
o
$51,066.00
Note: The Markham District Energy Inc. heating and
cooling connection to the Civic Centre negates the requirement of upgrading the
chiller (cooling) and boiler (heating) controls from this award and therefore,
reduces the total upgrade cost by approximately $22,000. The control upgrades identified within this
award are required with or without the MDEI heating and cooling
connection.
DISCUSSION
By sourcing this project with Johnson Controls, the
Town will have no interruption to site operation and tenant comfort while
providing the ability to operate a new technology compatible with the existing
Johnson Control DSC.
Maintaining operational continuity during pre and post
upgrade scenarios is highly critical and this cannot be achieved by using other
product and/or service providers.
Installation of a non-compatible system or a complete
new system (i.e. Honeywell / Siemens) would generate the necessity of a complete
control system change and would result in far greater costs than the proposed
upgrade. Additionally, if Staff had to quote this project it would require an
engineer consultant to update specification / drawings at an estimated cost of
$10,000.00 - $15,000.00 to enable contractors to bid. However, it should be
noted that Johnson Controls Systems would be specified, as mentioned above, a
new system would generate a complete system change and Phase 1 completed in
2007 would be have to reconfigured to a new system.
Johnson
Controls will also provide 3 year warranty for the upgrading of this system as compared
to 2 year warranty provided by the Town’s mechanical contractor.
STAFF AWARD REPORT Page
1 of 2
To: |
|
Re: |
226-R-08 Built Form,
Massing and Height Study |
Date: |
|
Prepared by: |
Raj Mohabeer, Senior
Project Coordinator – Urban Malcolm Hann, Senior
Construction Buyer |
Recommended Supplier |
Sweeny Sterling Finlayson & Co. (Highest ranked and Lowest
Priced Supplier) |
|
Current Budget Available |
$ 100,000.00 |
80-5399-8060-005
Architectural & Built Form |
Less cost of
award |
$ 152,440.00 $ 15,244.00 $ 167,684.00 |
Inclusive of PST , exclusive of GST Contingency (10%) Total |
Budget Remaining after this award |
($
67,684.00) |
* |
*The shortfall of $67,684.00 will be funded from account #
080-5399-6264-005 Site Intensification Study (See Financial considerations).
PURPOSE
To obtain approval to award a
consultant contract to complete the Built Form, Massing and Height Study.
Growth
Management is one of Council’s six strategic priorities. The Town has initiated a comprehensive Growth
Management Strategy to identify the Town’s expectations and requirements
regarding the amount, location and pace of population growth within the Town
over the next 25 years.
A
key component of the emerging Growth Management Strategy is an analysis of
potential intensification opportunities within the Town’s current settlement
area. The Town’s vision for these
intensification areas is for the creation of predominantly mixed-use, pedestrian
friendly, livable communities that are transit supportive with transit oriented
development.
Opportunities
for intensification will need to be appropriate to the area context in which
they occur, the built form of development, its height and density, the change
and mix of uses involved, and the relationship to the surrounding community
form and function. In this regard, the
Town is retaining a consultant to assist staff in completing a Built Form,
Massing and Height Study for select locations identified for potential intensification.
The
Built Form, Massing and Height Study will develop principles, guidelines and
performance standards for
Advertised |
|
Bids closed on |
|
Number picking up bid documents |
7 |
Number responding to bid |
2 |
STAFF AWARD REPORT Page 2 of 2
226-R-08 Built Form, Massing Height Study
The evaluation team was
comprised of staff from the Urban Planning Department with purchasing staff
acting as the facilitator. The
evaluation was based on pre-established evaluation criteria as listed in the
Request for Proposal: 30% for past experience of consulting firm, 30% for
quality of proposal, 20% for work program and 20% for price, totalling 100%,
with resulting scores as follows:
Consulting Firm |
Score (out of 100) |
Rank Results |
Sweeny Sterling Finlayson & Co. |
82.7 |
1 |
HOK |
37.2 |
2 |
The
initial bids ranged from $411,905.00 to $900,000.00 and as such,
The main
changes to the scope of work that resulted in cost improvements without impact
to the overall project scope include:
-
elimination of the need for professional landscape architecture
sub-consultants and wind study engineers with greater use of in-house expertise
to support certain aspects of the work program;
-
adoption of a workshop approach with in-house staff and consultants
working closely together on the development of the study and the resulting
deliverables;
-
elimination of a separate public consultation component with greater use
of in-house expertise, workshop/seminars with Development Services Committee,
and possible coordination with the Town’s Growth Management Strategy public
consultation program; and
-
establishment of a shorter project timeline starting in January 2009 with
a completion date by July 2009.
These
changes allowed Sweeny Sterling Finlayson & Co. to reduce the cost of their
proposal to approach the available budget, a cost reduction of $260,000.00. The Sweeny Sterling Finlayson & Co.
proposal had the highest technical score with the consultant team demonstrating
a full understanding of the project scope of work and a detailed work program
addressing all major tasks, deliverables and milestones with an appropriate mix
of senior and intermediate staff time for different activities within the study
process. The consultant team also
demonstrated strong experience in leading multidisciplinary teams and working
with municipalities and private sector clients in completing complex built form
studies requiring architectural and urban design expertise in mid-rise and
high-rise buildings types, which are the focus of the Built Form, Massing and
Height Study. For these reasons staff
are recommending Sweeny Sterling Finlayson & Co. as the highest ranked and
lowest priced supplier to complete the Built Form, Height and Massing Study
FINANCIAL CONSIDERATIONS
The shortfall of $67,684.00 will be funded
from account # 080-5399-6264-005 Site Intensification Study in the amount of
$72,800.00 and the remaining balance of $5,116.00 be returned to the original
funding source.
In
2005, Council authorized funding in the amount of $72,800.00 (account number
080-5399-6264-005) for a residential intensification analysis as part of the
Town’s affordable housing strategy. The
review and analysis of potential residential intensification opportunities is
currently being conducted by in-house staff.
It is intended that the original site intensification study funds be
combined with the built form and architectural guideline funds and applied to
the Built Form, Massing and Height Study in support of the intensification
analysis component of the Town’s Growth Management Strategy.
STAFF AWARD REPORT
Page 1 of 1
To: |
Jim
Baird, Commissioner, Development Services |
Re: |
255-Q-08 Berczy South
Sportsfield Lighting (materials) |
Date: |
November 17th. 2008 |
Prepared by: |
Neal Unsworth, Parks
Development Coordinator Malcolm Hann, Senior
Construction Buyer |
Recommended Supplier |
Guillevan International Co.(Vaughan Office), (lowest priced
supplier) |
|
Current Budget
Available |
$ 233,260.00 |
081-5350-9348-005 |
Less cost of award |
$ 54,587.52 $ 4,549.00 $ 59,136.52 |
Inclusive of PST, Exclusive of GST Project management fee 9% Total |
Budget Remaining after this award |
$ 174,123.48 |
** |
*Staff
received pre-budget approval for the 2009 Capital Budget request for account
081-5350-9348-005 at the
**The
remaining balance will be used for the construction works and consultant
requirements to complete installation of lighting in
PURPOSE
To obtain approval to award the purchase
of lighting materials required for Berczy South
Sportsfield.
The
reservoir works being undertaken at
Due
to the tight schedule and delivery requirements, staff solicited bids for the
lighting material (eight, 70 foot StressCrete poles and 40 sets of lighting
equipment) on this award to ensure this long lead-time material would be available
at time of construction award.
BID
INFORMATION
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
4 |
PRICE
SUMMARY (inclusive of PST exclusive
of GST)
Guillevan
International Co.( |
$54,587.52 |
Wesco |
$55,800.36 |
Nedco |
$57,067.20 |
Guillevan International Co. ( |
$57,067.20 |
Note: Guillevan International Co. provided two
(2) bids for this project as they have independent businesses throughout the
Company.
STAFF AWARD
REPORT
Page 1 of 2
To: |
|
Re: |
236-S-08 Consulting Services for Transit
Issues |
Date: |
|
Prepared by: |
Alain Cachola, Manager, Capital
Administration Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
Hatch Mott
MacDonald (preferred supplier) |
|
Current Budget Available |
$ 2,719.15 $ 91,350.00 $ 94,069.15 |
|
Less Cost of award |
$ 66,826.01 |
Excluding GST |
Budget Remaining after this award |
$ 0.00 $ 27,243.14 |
* |
* The balance will be used for future
Town Wide Studies.
“Staff further recommends: THAT the tendering process
be waived in accordance with
PURPOSE
The purpose of this report is to obtain approval to
retain Hatch Mott MacDonald to perform Transit studies for the Town and
increase the current value of PO P7 208 to cover outstanding invoices pending
payment as well as future works relating to Transit issues in the Town.
Hatch Mott Macdonald (HMM) was retained by the Town of
Subsequent to the discussion paper, HMM attended
numerous meetings with the Town’s Engineering and Planning Departments to
discuss the findings and advise land use planning issues for implementation of
station locations including development concept from a future BRT, LRT and
subway technology and provide planning advice on what we should protect or
include as condition for the development. These works was over and above the
original scope of work that HMM was hired for. An increase in the
York Region is currently conducting an Environmental
Assessment process under the revised Municipal Class EA act for the proposed
Yonge subway extension and its stations. Additionally, Town has initiated a
major planning exercise to develop a Master Plan for the Langstaff Gateway. Staff has retained HMM to assist them and the
Langstaff Working Group on the technical issues relating to the proposed subway
stations/locations and other mobility hub related issues. Additionally, subsequent to the Metrolinx
Draft Region Transportation Plan, staff wish to retain HMM on a retainer basis
to provide expert technical input into a few issues that may relate to the
Highway 7 BRT design and station layouts, in order to optimize the land use and
transportation specifically around Markham Centre. The Region and the Province have set aside
millions of dollars to provide rapid transit in
STAFF AWARD
REPORT Page 2 of 2
236-S-08
Consulting Services for Transit Issues
The above
mentioned level of effort by HMM is beyond the originally envisaged upset limit
including disbursements for the undertaking.
Therefore, it is recommended the value of PO P7-208 be increased to
$66,826.01 to cover the outstanding invoices as well as the proposed future
works.
The
following table summarizes the existing and projected expenditures for this
purchase order:
a) Original |
$ 26,500.00 |
b) Work completed and
invoiced by HMM to-date |
$ 17,410.50 |
c) Balance remaining on |
$ 9,089.50 |
d) Invoices Outstanding for
this |
$ 25,915.51 |
e) Additional funds required to cover existing
invoices (d-c) |
$ 16,826.01 |
f) Additional funds
required to complete |
$ 50,000.00 |
Total Increase Value Required to
Existing |
$ 66,826.01 |