STAFF AWARD REPORT Page 1 of 2
To: |
Michael
Shatil, Acting Director of Asset Management |
Re: |
250-Q-09 |
Date: |
|
Prepared
by: |
Robert
Sacoransky, Asset Management Ext. 2845 Rosemarie
Patano, Senior Buyer Ext. 2990 |
Recommended Supplier |
Dontex Construction Ltd.
(Lowest Priced Supplier) |
|
Budget Allocated to this Award |
$ 95,000.00 |
076-5350-8326-005 |
Less cost of award |
$ 67,090.00 |
Price
inclusive of PST and exclusive of GST |
Budget Remaining after this award |
$ 27,910.00 |
* |
*Funds to remain in budget for other library
improvements as budgeted for within this account.
To obtain approval
to award the contract of the
The budget was
approved to allow for some interior and exterior improvements to the Markham
Village Library. These improvements were requested by Markham Village Library
staff as a result of issues that came up after the addition and renovation
project was completed.
Project 250-Q-09
encompasses the connection of the north/south walkway on the east side of the
library to the north/south walkway on the west side as well as a sidewalk
connecting the Markham Village Arena parking lot to the sidewalk on the south
side of the library. Heat tracing wires and eaves troughs will be added to the
roof eaves at the north side of the building above the library entrance and at the
rotunda roof. This will prevent ice build up in the eaves trough and at the
roof edge and water from overflowing and running onto the bricks during a thaw
period. The water run off has been staining the brick walls in these locations.
The downspouts in the shade garden area will be connected underground to the
existing catch basins instead of allowing water to flow over the sidewalks in
this area and freeze in the winter. The ice on the sidewalks created a safety
issue for pedestrians using the walkway. The sodded
area around the rotunda will also be re-graded to help prevent ice from forming
just north of the shade garden. In addition to the exterior work, the carpet in
the lower level kitchen area will be changed to ceramics which can be cleaned
more easily and therefore will be more practical for a kitchen floor. A
partition and door will be installed at the lower level reception separating
the waiting area from the offices. This
will allow for a quieter work environment in the offices.
The tender for the
above-mentioned work was sent to a select list of contractors who have proven
their reliability on similar types of Town projects in the past.
BID INFORMATION
Advertised |
By Invitation only* |
Bids closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
4** |
*The work at the Markham Village Library calls for a
contractor that has experience with exterior servicing (connecting
the rain water leaders to catch basins) as well as
heat tracing and building envelope experience.
**From the invitation list, two suppliers did not
participate due to the inability to coordinate with existing work schedules.
250-Q-09
PRICE SUMMARY
Supplier |
Price, inclusive of PST and exclusive of
GST |
Dontex Construction Ltd. |
$ 67,090.00 |
|
$
68,796.00 |
Roof Tile Management Inc. |
$
85,100.00 |
P&C General Contracting |
$
91,337.00 |
STAFF AWARD REPORT
To: |
Peter
Loukes, Director of Operations |
Re: |
272-Q-09 |
Date: |
|
Prepared
by: |
Laurie
Canning, Manager of Fleet and Supplies Ext. 4896 Rosemarie
Patano, Senior Buyer Ext. 2990 |
Recommended Supplier |
B.E.
Larkin Equipment Ltd. (Lowest Priced
Supplier) |
|
Budget Allocated to this Award |
$ 90,000.00 |
057-5399-9246-005 Enhanced Cultural Practices Year
3 |
Less cost of award |
$ 85,363.20 |
Price
inclusive of PST and exclusive of GST |
Budget Remaining after this award |
$ 14,636.80 |
* |
*Funds
will be returned to original funding source after the award of the aerator
purchase which is funded from this same account.
To obtain approval
to award the contract of two four wheel drive agricultural tractors 65 HP.
The two (2)
tractors have been identified and approved in 2009 Enhanced Cultural Practices
program. This program will be fully implemented over 5 years. Year 3 (2009)
identified two (2) tractors and one (1) Aerator. These additional fleet units
will allow the Operations /Parks area to continue to meet the service levels
identified in the program. The
specifications called for the newest possible technology in respect to fuel
efficiency and emission reduction technology.
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
14 |
Number responding to bid |
7 |
PRICE SUMMARY
Supplier |
Price, inclusive of PST and exclusive of
GST |
B.E. Larkin
Equipment Ltd |
$ 85,363.20 (Proposal 1) |
|
$
89,722.08 |
Hub International Equipment |
$
95,472.00 |
W.J. Lambert & Sons Ltd. |
$
96,120.00 |
B.E. Larkin Equipment Ltd. |
$
97,03800 (Proposal 2) |
Tractorland Inc. |
$
100,491.84 |
Markdale Tractor |
$
102,816.00 |
OPTIONS / DISCUSSIONS
The selected lowest priced supplier, B.E Larking
Equipment Ltd. (Proposal 1) New Holland T4030 tractor is a 2009 Model
Year. It is a modern up to
date unit that meets tier III emissions standards, and is
turbocharged and inter-cooled for increased fuel efficiency, torque response
and decreased emissions. Its low 2300 rpm further reduces noise, vibration and
engine wear. It offers heavy three point
hitch lift capacity, low profile and ease of mount and dismount, meeting all of
the specifications called out in the Town’s bid document.
STAFF AWARD REPORT Page
1 of 2
To: |
|
Re:
|
226-T-09 Tomlinson and
|
Date: |
|
Prepared by: |
Doug Henderson, West
District Parks Supervisor, ext. 7997 Patti Malone, Senior
Buyer, ext. 2239 |
Recommended Supplier |
Henderson
Recreation Equipment Limited (Lowest Priced Supplier) |
|
Current Budget Available Total Current Budget Available |
$ 211,376.00 $ 13,007.11 $ 110,410.53 $ 334,793.64 |
059-6150-9185-005 (2009 Playstructure and
Safety Resurfacing) 059-6150-8269-005 (2008 Playstructure and
Safety Resurfacing) 059-6150-9200-005 (2009 |
Less cost of award |
$ 231,627.60 |
Price inclusive of PST, exclusive of
GST |
Budget
Remaining after this award |
$ 0 $ 0 $ 103,166.04 $ 103,166.04 |
059-6150-9185-005 059-6150-8269-005 059-6150-9200-005 * |
* Amount remaining
from Project 9200 to be used for the supply and installation of recycling moloks, undercarriage frames/picnic tables and benches as
budgeted for within this account.
PURPOSE
To obtain approval to award the contract
for the Tomlinson and
BACKGROUND
The capital budget request form done in 2008 for the
2009 budget year listed a number of playgrounds that required replacement based
on the best
The existing playgrounds and rubberized safety
surfaces at Tomlinson and Roxbury Parks were installed prior to the development
of the CAN/
The
Tomlinson Park Playground site is located on
The
Roxbury Park Playground site is located at the corner of
226-T-09 Tomlinson and
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
41 |
Number responding to bid |
5 |
PRICE SUMMARY
SUPPLIER |
PRICE,
EXCLUSIVE OF GST |
Henderson Recreation
Equipment Limited |
$231,627.60 |
Colpac Construction Inc. |
$253,913.00 |
Crozier Enterprises Ltd. |
$296,563.50 |
Pine Valley Enterprises Inc. |
$310,407.00 |
Griffith Property Services Ltd. |
$339,250.00 |
FINANCIAL CONSIDERATION
The following
table is a summary of the financial considerations for this report:
The cost to replace these units has exceeded the
available budget due to the cost of the rubberized safety surface. These units currently have rubberized safety
surface, which was installed as designed when the park was new. To accommodate the additional cost, staff
recommend the use of surplus funds remaining in the 2008 Playground Replacement
capital account ($13,007.11) with the remaining amount charged to the 2009
Parks Furniture and Amenities capital account ($7,244.49). The number of new picnic table frames ordered
in 2009 from Parks Furniture and Amenities will be reduced to accommodate the
use of these funds for the playgrounds.
The current inventory of picnic tables is sufficient to accommodate this
one year reduction.
STAFF AWARD REPORT
To: |
Brenda
Librecz, Commissioner, Community and Fire Services |
Re: |
273-Q-09
Video Projector for Markham |
Date: |
|
Prepared by: |
Rosemarie Patano, Senior Buyer Ext. 2990 |
Recommended Supplier |
RP
Dynamics (Lowest Priced Supplier) |
|
Current Budget
Available |
$
60,000.00 |
074
5350 9530 005 |
Less cost of award |
$ 59,999.40 |
Total award * |
Budget Remaining after
this award |
$
0.60 |
|
*The purchase price of $59,999.40 is within the
budget allocated ($60,000.00) for this purchase from the theater’s endowment
fund 087 280 0110
PURPOSE
To obtain approval
to award the purchase of a video projection system for the Markham
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
3 |
*One supplier quoted a
projector other then the one specified in the RFQ (The RFQ specified the make
and model). The alternate unit quoted
did not match our needs (the unit was tested & reviewed at the theatre
during the demonstration time prior to sending out the RFQ). The alternate projector unit had poor quality
(picture, contrast ratio, and ease of use) in comparison to the projector
specified in the bid submission.
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
RP Dynamics Inc. |
$59,999.40 |
Corporate Visual |
$89,824.68 |
STAFF AWARD REPORT Page 1 of 2
To: |
Brenda Librecz, Commissioner Community and Fire Services |
Re: |
313-Q-09 Mitigation of the |
Date: |
|
Prepared
by: |
Michael Shatil, Manager Asset Management. Ext: 2379 Robert Slater, Senior Construction Buyer. Ext: 3189 |
Recommended Consultant |
Archaeological Services Inc. (Sole Bidder) |
|
Current Budget
Available |
$100,695.00 |
073-6150-7424-005
( |
Less cost of
award |
$ 60,425.00 |
Exclusive of GST |
Budget Remaining after this award |
$ 40,270.00 |
|
* The remaining budget within this account
will be used for further work required to complete the
The purpose of this report
is to obtain approval to award Stage 4 Archaeological Mitigation of the Markham
Pottery Site (A1Gt-538) at the
Prior to beginning construction of the new
Following the completion of Stage 1 Archeoworks were engaged to provide the Archaeological
Assessment (field investigation) for Stage 2. Its report was issued in July,
2009 following which the Ministry cleared the footprint of the new building for
construction, required monitoring of all grading and trenching on the site by a
licensed archaeologist, and, the required Stage 3 exploration of the former
pottery site discovered along the north edge of the property.
Following a formal tendering process the
Archaeological Assessment Stage 3 (monitoring and investigation of the
registered site) was awarded to ASI (Archaeological Services Inc). Its report,
dated September 2009 recommending complete salvage excavation (referred to as
mitigation) of the registered site (AlGt-538) (which was deemed the only viable
option) was accepted by The Ministry of Culture on
Archaeological Assessment Stage 4 (salvage excavation)
is the final step in the Assessment hierarchy and will result in a fully
cleared site. The work was formally
tendered, (by invitation, as this is a very specialized area), to 6 recognized
archaeological consulting firms. Five of
the firms declined citing a full order book for the foreseeable future leaving
a single quotation from ASI.
313-Q-09
Mitigation of the
BID
INFORMATION:
Advertised |
By Invitation |
Bids Closed on |
|
Number invited to pick up tender documents |
6 |
Number of bidders that picked up tender documents |
6 |
Number responding to tender |
1 |
Detailed Pricing Information
Contractors |
Prices (exclusive of GST) |
Archaeological Services Inc. (ASI) |
60,425.00 |
STAFF AWARD
REPORT Page 1 of 2
To: |
Brenda Librecz, Commissioner,
Community & Fire Services |
Re:
|
199-R-09 Consulting
Services for Field Survey and Condition Assessment of Existing, Watermain
Cathodic Protection |
Date: |
|
Prepared by: |
Daniel Liu, Infrastructure
Analyst Engineer, ext. 6210 Patti Malone, Senior
Buyer, ext. 2239 |
Recommended Supplier |
Corrosion
Service Company Limited (Highest Ranked & Lowest Priced Supplier) |
|
Current
Budget Available |
$ 150,000.00 |
See Financial Consideration section below |
Less cost of award |
$ 61,053.00 |
Price inclusive of PST, exclusive of
GST |
Budget
Remaining after this award |
$ 88,947.00 |
* |
*The remaining
balance of $88,947.00 will be used on condition rating of other water
infrastructure components such physical condition testing of water mains as
budgeted for within accounts noted in Financial Considerations.
PURPOSE
To obtain approval to award the contract
for the consulting services for field survey and condition assessment of
existing watermain cathodic
protection.
BACKGROUND
The Town’s watermain
infrastructure consists of several material types. The oldest watermains are the metallic pipes of which 75 km are cast
iron and 232 km are ductile iron materials. Other materials are concrete, PVC and copper. The metallic watermains
are subject to external corrosion which is the leading cause of watermain breaks. Ductile
iron watermains are more affected by external
corrosion than cast iron.
Significant increase of watermain
breaks was noted in the 80’s. It was found that external corrosion is the
leading factor of the watermain breaks. The cathodic protection program for iron watermains
was implemented in 1992 to control external corrosion. The benefits of this
program were the reduction of the number of watermain
breaks and extension of the life
expectancy of the iron watermains. The program benefits in reduction of annual watermain breaks became evident soon after the initiation
of the program and continue to this date. The watermain breaks
were reduced from 173 breaks in 1988 to an average of 31 the last five years. This
low break rate should continue as long as the cathodic
protection program is maintained.
The cathodic
protection method employs installation of sacrificial anodes that absorb
corrosion. It was employed mainly for
ductile iron pipes as it was found that the sacrificial anode method is less
effective for cast iron watermains. Cast iron mains are intended to be replaced in
a 20 year program starting in 2012. The
anodes have an estimated life expectancy of 20 years depending on various
environmental factors. Monitoring of
performance of cathodically protected watermains recently shows occurrence of breaks in some
locations. To manage risks and maintain
the iron pipe structural and service integrity, an analysis of the remaining
effectiveness of the installed cathodic protection is
required.
A total of 194 km of iron ductile iron watermains have been cathodically
protected since 1992. It is recommended
that 100 km of watermains with cathodic
protection be surveyed and assessed to determine the remaining life of the anodes.
These assessment will be performed on cathodic protection (CP) installed between 1992 to
2001.
199-R-09 Consulting Service for Field Survey and
Condition Assessment of Existing
Watermain Cathodic Protection System Page 2 of 2
BACKGROUND
(Continued)
Findings from this undertaking will assist
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
2 |
The evaluation team was
comprised of staff from the
Consultant |
Score (out
of 100) |
Rank |
Corrosion
Service Company Limited |
77.5 |
1 |
C.P. Systems |
48.0 |
2 |
The
recommended consultant Corrosion Service Company Limited was the lowest priced
bidder who demonstrated a clear understanding of the scope of work and
illustrated a strong experience base for condition assessment of existing watermain cathodic protection
system.
FINANCIAL CONSIDERATION
The following
table is a summary of the financial considerations for this report:
Project # |
Account # |
Original Budget |
Budget Available |
Less:
Cost of Award |
Budget Remaining after Award |
7675 - Water
System Condition Rating System |
760-101-4299-7675,
760-101-5399-7675, 760-101-5699-7675, 760-101-7960-7675 |
$ 50,000 |
$ 50,000 |
$50,000 |
$0 |
8431 - Water
System Infrastructure Condition Rating System |
760-101-4299-8431,
760-101-5399-8431, 760-101-5699-8431, 760-101-7960-8431 |
$100,000 |
$100,000 |
$11,053 |
$88,947 |
Total |
|
$150,000 |
$150,000 |
$ 61,053 |
$88,947 |
STAFF AWARD REPORT Page
1 of 2
To: |
|
Re:
|
265-Q-09 Project
Management Services for the Civic Centre Artificial Ice Rink |
Date: |
|
Prepared by: |
Phoebe Fu, Manager,
Capital ROW, Ext, 3010 Tony Casale, Senior
Buyer, Ext, 3190 |
Recommended Supplier |
O.P. McCarthy
& Associates Inc. (Highest ranked and lowest priced Supplier) |
|
Current Budget Available |
$
50,000.00 |
70-5350-9528-005 |
Less cost of award |
$ 133,350.00 $ 10,000.00 $ 143,350.00 |
Total award exclusive of GST Contingency @ 7.5 % Total cost of award inclusive of contingency and exclusive of GST |
Budget
Remaining after this award |
($ 93,350.00) |
* |
* $93,350 transferred from the “contingency”
component reducing the contingency component from $500,000 to $406,650 (see
financial details below).
PURPOSE
To
obtain approval to award the contract for Project Management Services for the
Civic Centre Artificial Ice Rink.
The
project management firm will oversee the Town of
·
Skating
area – approximately 20,000 sq. ft.
·
Building
to house the Zamboni – 40 ft. x 60 ft.
·
Change
Room / Washroom facilities
·
Landscaping
and site furnishings
·
Lighting
·
Refrigeration
Equipment
·
Purchase
of Zamboni
The Town released a
pre-qualification to the market soliciting responses from qualified
consultants to provide project management services for various facility
construction and addition and renovation projects that are to be undertaken by
the Town of
265-Q-09 Project Management Services for the
PRE-QUALIFICATION INFORMATION (180-P-09)
Advertised |
|
Prequalification closed on |
|
Number of contractors picking up bid documents |
52 |
Number of contractors responding to bid |
7 |
Number of contractors pre-qualified |
4 |
BID INFORMATION (265-Q-09)
Quote released to pre-qualified bidders |
|
Bids closed on |
|
Number of pre qualified bidders |
4 |
Number responding to the bid |
3 |
PROPOSAL
EVALUATION
The Evaluation Team was comprised of staff
from Asset Management with purchasing staff acting as the facilitator. The proposals were evaluated based on
pre-established evaluation criteria as identified in the Request for Quotation: 20% qualification and past experience of the project
manager and 80% price totaling 100% with the resulting scores as follows.
Consultants |
Total Score Out of 100 |
Rank |
O.P. McCarthy & Associates Inc. |
94 |
1 |
Genivar |
91.33 |
2 |
MHPM Project Managers Inc. |
73.01 |
3 |
Note:
All three (3) firms provided Project Managers that are qualified to
complete the project.
Prices
received from the three (3) bidders ranged from $133,350.00 – $165,000.00
respectively.
FINANCIAL
DETAILS
Below is the budget allocation for the Markham Civic
Centre Ice Rink:
Component |
Budget Allocation as per Project Charter |
Commitments |
Budget Available |
Award |
Balance Remaining After Award |
Reallocated Budget Remaining ** |
Construction |
$ 2,500,000 |
|
$ 2,500,000 |
|
$ 2,500,000 |
$ 2,500,000 |
Contingencies |
$ 500,000 |
|
$ 500,000 |
|
$ 500,000 |
$ 406,650 |
Consultant /
External Project Management |
$ 500,000 |
$ 450,000* |
$ 50,000 |
$ 143,350 |
($ 93,350) |
$ 0 |
Other (was not
included in original project charter) |
$ 30,000 |
|
$ 30,000 |
|
$ 30,000 |
$ 30,000 |
Total |
$ 3,530,000 |
$ 450,000 |
$ 3,080,000 |
$ 143,350 |
$ 2,936,650 |
$ 2,936,650 |
*
Upset limit for consultant costs as per Council Report presented on
**
Re-allocated $93,350 from Contingencies component to Consultant/ External
Project Management component
STAFF AWARD REPORT Page 1 of 2
To: |
Brenda
Librecz, Commissioner, Community & Fire Services |
Re:
|
287-Q-09 Project
Management Services - Construction of an |
Date: |
|
Prepared by: |
Phoebe Fu, Manager,
Capital ROW, Ext, 3010 Tony Casale, Senior
Buyer, Ext, 3190 |
Recommended Supplier |
Genivar (Highest ranked and lowest priced
Supplier) |
|
Current Budget Available |
$ 77,340.00 |
067-5350-9518-005 Emergency Operations Centre Retrofit Budget allocated for
Project Management (see financial details) |
Less cost of award |
$ 77,340.00
|
Total cost of award exclusive of GST |
Budget
Remaining after this award |
$ 0.00 |
|
PURPOSE
To
obtain approval to award the contract for Project Management Services for the
construction of an EOC at
The project management firm will oversee the construction of the
Emergency Operation Centre at
·
Allow
for the continuation of emergency response operations in the event of power
interruptions in the form of current backup power supply (i.e., generator
located at
·
Sufficient
and appropriate resources would be incorporated in order to supply
uninterrupted communications, decision-making capability, and administration
and coordination capacity in order to manage the emergency event
·
Serve
as a training area and meeting rooms that can be quickly converted into a
functioning EOC.
·
Renovation
expected to include (but limited to):
construction of space convertible to an EOC; renovation of kitchen; renovation
of men/women’s showers and washrooms; other renovations as necessary to
facilitate the construction of an EOC at 8100 Warden Ave; space planning
(including furniture, fixtures, and
equipment requirements) to ensure a fully operational EOC at the completion of
the project
PRE-QUALIFICATION INFORMATION (180-P-09)
The Town released a
pre-qualification to the market soliciting responses from qualified
consultants to provide project management services for various facility
construction and addition and renovation projects that are to be undertaken by
the Town of
287-Q-09 Project Management Services - Construction of an
PRE-QUALIFICATION INFORMATION (180-P-09)
Advertised |
|
Prequalification closed on |
|
Number of contractors picking up bid documents |
52 |
Number of contractors responding to bid |
7 |
Number of contractors pre-qualified |
4 |
BID INFORMATION (287-Q-09)
Quote released to pre-qualified bidders |
|
Bids closed on |
|
Number of pre qualified bidders |
4 |
Number responding to the bid |
2 |
PROPOSAL
EVALUATION
The Evaluation Team was comprised of staff
from Asset Management with purchasing staff acting as the facilitator. The evaluation was evaluated based on
pre-established evaluation criteria as identified in the Request for Quotation: 20% qualification and past experience of the project
manager and 80% price totaling 100% with the resulting scores as follows.
Consultants |
Total Score Out of 100 |
Rank |
Genivar
|
96 |
1 |
MHPM Project Managers Inc. |
21 |
2 |
Prices
received from the two (2) bidders ranged from $77,340.00- $135,000 respectively.
FINANCIAL
DETAILS
Below is the estimated budget allocation for the Construction of an
A) Construction $ 511,428.00
B) Contingencies $ 94,700.00
C) Architect $ 150,000.00
D) Project Management $
77,340.00
E) Fees $
15,000.00
F) FF&E $ 151,532.00
Total $1,000,000.00
STAFF AWARD REPORT Page 1 of 2
To: |
|
Re:
|
232-Q-09 Project
Management Services for Cathedral Fire Station # 93. |
Date: |
|
Prepared by: |
Michael Shatil,
Manager, Facilities Ext. 2379 |
Recommended Supplier |
MHPM Project
Managers Inc. (Highest ranked and lowest priced Supplier) |
|
Original Budget and Account # |
$3,725,250.00 |
067-5350-7710-005 Cathedral Fire station 93 (Federal Stimulus) |
Current Budget Available |
$ 120,000.00 |
Budget allocated for Project Management |
Less cost of award |
$ 99,000.00 $ 9,900.00 $ 108,900.00 |
067-5350-7710-005 Cathedral Fire station 93 (Federal Stimulus) Contingency (10%) Total cost of award exclusive of GST |
Budget
Remaining after this award |
$ 11,100.00 |
* |
* The remaining budget in the amount of
$11,100.00 allocated for project management costs will remain in the account
for construction costs if required during the construction
PURPOSE
To
obtain approval to award the contract for Project Management Services for the
Cathedral Fire Station # 93.
The project management firm will oversee the additions and renovations
at the Cathedral Fire Station as approved by the Town.
The Town released a
pre-qualification to the market soliciting responses from qualified
consultants to provide project management services for various facility
construction and addition and renovation projects that are to be undertaken by
the Town of
Advertised |
|
Prequalification closed on |
|
Number of contractors picking up bid documents |
52 |
Number of contractors responding to bid |
7 |
Number of contractors pre-qualified |
4 |
232-Q-09 Project
Management Services for the Cathedral Fire Station # 93 Page 2 of 2
BID INFORMATION (232-Q-09)
Quote released to pre-qualified bidders |
|
Bids closed on |
|
Number of pre qualified bidders |
4 |
Number responding to the bid |
4 |
PROPOSAL
EVALUATION (232-Q-09)
The Evaluation Team was comprised of staff from Asset
Management with purchasing staff acting as the facilitator. The evaluation was evaluated based on
pre-established evaluation criteria as identified in the Request for Quotation: 20% qualification and past experience of the project
manager and 80% price totaling 100%.
After bid
closing, staff evaluated the bid submissions of the four pre-qualified bidders,
and verbally advised Sims Moelich Associates Ltd.
(SMA) that they were the highest ranked / lowest priced bidder (with a bid
price of $67,340.00). However, staff
subsequently confirmed with SMA that the project manager identified by SMA in
its bid submission had resigned, and SMA could not identify a replacement
project manager who had been approved under the Pre-qualification Process (as
only two project managers had been approved under the Pre-qualification
Process, and both had resigned from SMA).
Since the Request for Quotation required bidders to identify key
personnel (including the Project Manager) who were approved under the
Pre-qualification Process, and this
In response
to any concerns that may be raised by SMA regarding the verbal
confirmation by staff that SMA was the highest ranked / lowest priced bidder,
the Town will rely on Section 35 of the Town’s General Terms and Conditions, which provides as follows: “The
acceptance of a Bid shall be notice in writing signed by a duly authorized
representative of the Town, and no other act of the Town shall constitute the
acceptance of a Bid.”
The three remaining pre-qualified bidders were
re-evaluated based on the evaluation criteria, with the resulting scores as
follows:
Consultants |
Total Score Out of 100 |
Rank* |
MHPM Project Managers Inc. |
92 |
1 |
O.P. McCarthy & Associates Inc. |
53.52 |
2 |
Genivar |
53.35 |
3 |
As
recommended by Asset Management,
Prices
received from the three bidders with an approved PMP designation range from
$99,000.00 – $131,980.00 respectively.
STAFF AWARD REPORT Page 1 of
2
To: |
|
Re: |
185-S-09 Co-op Contract CT-06-01 Extension Gasoline,
Diesel and Bio Diesel Fuel |
Date: |
|
Prepared
by: |
Laurie
Canning, Manager, Fleet & Suppliers, ext. 4896 Patti
Malone, Senior Buyer Ext. 2239 |
Recommended Supplier |
Suncor
(Preferred Supplier) |
|
2009
Current Budget Available |
$ 273,621.00 |
750-752-4300 Gasoline |
Less cost of award for 2009* |
$ 32,000.00 $ 68,000.00 |
2009 - Price inclusive of PST,
exclusive of GST * 2010 - Price inclusive of PST, exclusive of GST ** |
2009
Budget Remaining after this award |
$ 241,621.00 |
|
Recommended Supplier |
Fiba (Preferred Supplier) – Diesel Fuel |
|
2009
Current Budget Available |
$ 345,041.00 |
750-752-4302 Diesel Fuel |
Less cost
of award for 2009* |
$ 55,000.00 $ 95,000.00 |
2009 - Price inclusive of PST, exclusive of GST * 2010 - Price inclusive of PST, exclusive of GST ** |
Budget
Remaining after this award |
$ 250,041.00 |
|
* Estimated value based on current fuel
pricing and prior year volume
** Pending Council Approval / Estimated
value based on current fuel pricing and prior year volume
Staff
recommends: THAT the tendering process
be waived in accordance with
PURPOSE
To obtain approval to award a three month
contract extension (
BACKGROUND
On
The
City
of
Town
of
Town
of
Town
of Whitchurch-Stouffville
The tender was comprised of the following two parts:
Part A, Items 1, 2 & 3 – Gasoline and Diesel Fuel
F.O.B. delivered in bulk to storage tanks at participants’ locations. This section included various alternative
fuel types as a result of direct initiatives from the GT “Clean Air” Council.
Part B, Items 1 & 2 – Gasoline and Diesel Fuel
purchased on credit cards dispensed into participants’ vehicles by area service
stations.
The tender was issued in compliance with
the Town’s
185-S-09 Co-op Contract CT-06-01 Extension
Gasoline, Diesel and Bio Diesel Fuel
Page 2
of 2
OPTIONS/DISCUSSIONS
The Co-op
anticipates they will have the new bid out to market later this year. To bridge
the new contract Staff is seeking approval to extend the current agreements
from December 1 to
FINANCIAL CONSIDERATION
As of
* Pending
Council Approval
To: |
|
Re: |
209-Q-09
Construction Audit Services |
Date: |
|
Prepared
by: |
Ingrid
Kutter, Auditor General, x4858 |
Recommended Supplier |
Protiviti Co.(Highest ranked and second lowest priced supplier) |
|
Current Budget
Available |
$487,406 |
840 841 7849 Corporate contingency account |
Less cost of award |
$57,181 |
Inclusive of disbursements , exclusive of GST |
Budget Remaining after this award |
$430,225 |
|
PURPOSE
To obtain approval to award
the contract for construction audit services.
In 2005, the Town tendered the
construction of a $9M renovation and expansion of an existing Town
facility. The project was to be
completed by
This Request for Quotation is being issued
to select a suitable vendor to provide an independent objective review under
the direction of the Office of the Auditor General. The review will focus on contract compliance
and project management for the Centennial construction project.
BID INFORMATION
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
4 |
PROPOSAL EVALUATION
The evaluation
team was comprised of staff from legal service and the Auditor General. The evaluation was based on pre-established
evaluation criteria as listed in the Request for Quotation: 20% past experience, 20% qualifications of
the proposed manager and project team, 30% project delivery, 30% price, totaling
100%, with resulting scores as follows:
RANKING SUMMARY
Consultants |
Total
Score |
Rank
Results |
Protiviti Co. * |
83 |
1 |
Procept Associates Ltd * |
73 |
2 |
Ernst & Young |
70 |
3 |
Lancefield INC |
69 |
4 |
*The two (2) highest ranked proponents were invited
for interviews to provide further clarification on their submissions.
209-Q-09 Construction Audit Services
Page 2 of 2
RANKING SUMMARY (Continued)
Based on the pre-established evaluation criteria
with resulting scores as shown in the above table, Protiviti
Co. was the highest ranked and second lowest priced proponent. Bids received from the four (4) bidders
ranged from approximately $33,250 - $99,500 inclusive of disbursements and
exclusive of GST. Protiviti Co. has
submitted an excellent proposal with very good understanding of the scope of
the project. The
project team has strong experience in similar work, and a good understanding of
the audit.
STAFF AWARD REPORT Page
1 of 2
To: |
|
Re: |
133-R-09 Supply and
Delivery of Photocopy Paper, |
Date: |
|
Prepared
by: |
Rosemarie
Patano, Senior Buyer Ext. 3190 |
Recommended Supplier |
Buntin
Reid, Div. of Domtar Inc. (Highest Ranked / Lowest Priced Bidder) |
|
Current Budget Available |
As approved |
User Departments’ Annual Office Supplies Operating Account # 4002 |
Less estimated cost of award |
$ 64,000 $ 64,000 $ 64,000 $
192,000 |
Year 1 (2009/10) Estimate Year 2 (2010/11) Estimate Year 3 (2011/12) Estimate Estimated 3 Year Total, Exclusive of GST |
PURPOSE
To obtain approval to award the contract
for the supply and delivery of photocopy paper for a three (3) year period.
BACKGROUND
The Region of
York, on behalf of the York Region Public Buyers Co-Operative, issued a request
for proposal for the Supply and Delivery of Photocopy Paper under bid number
CFRP 09-01.
Apart from all
municipalities in the York Region, the following agencies participated in bid
number CFRP 090-01:
·
·
Community
Care Access Centre
·
·
·
The tender included a requirement to price 32 types of
paper, including 30%, 50% and 100% post consumer recycled. Historical data indicates that the Town
utilizes 11 types of paper, including 30%, and 100% post consumer recycled
paper.
Advertised |
Electronic Tendering Network |
Number picking up bid documents |
11 |
Number responding to bid |
2 |
EVALUATION SUMMARY
The Evaluation Team was comprised of staff from Region
of York with the Regions purchasing staff acting as the facilitator. The evaluation was evaluated based on
pre-established evaluation criteria as identified in the Request for Proposal: 20%
(33 pts) Experience of Firm and related projects, 15% (25 pts) Environmental
commitment, 10% (17 pts) Fiscal strength of organization, 15% (25 pts) 10 %
(15pts) Paper Quality, Compliance (specifications, deliverables, and
methodology) and 30% (50 pts) price totaling 100% (165 pts) with the resulting
scores as follows.
133-R-09 Supply and Delivery of Photocopy Paper,
Consultant |
Score (out of 165 points) |
Rank Results |
Buntin Reid |
129 |
1 |
Xerox |
97 |
2 |
Note: The two (2) bid submissions prices differed by 2% with the recommended bidder Buntin Reid providing the
lowest price submission. They provided a
proposal that emphasized environmental commitment, offered various products to
meet the York Co-op requirements.
ENVIRONMENTAL CONSIDERATIONS
The paper will be EcoLogo which is recognized
by Environment Canada and is displayed on products that meet or exceed
established criteria for greenhouse gas emissions, water and energy consumption
and use recycled fiber.
The paper purchased through the recommended
bidder is Forest Stewardship Council (FSC) and either 30% or 100% recyclable
paper dependant on department ordering requirements. The
User departments will be mandated to
transfer completely to 100% post consumer recycled paper by
FSC is an independent, non-governmental, not-for-profit organization
established to promote the responsible management of the world’s forests. The FSC label provides a credible link between responsible
production and consumption of forest products, enabling consumers and
businesses to make purchasing decisions that benefit people and the environment
as well as providing ongoing business value.
STAFF
AWARD REPORT Page
1 of 2
To: |
Andy
Taylor, Commissioner, Corporate Services |
Re: |
213-Q-09 Wireless Data
& Voice Communication Strategy Implementation |
Date: |
|
Prepared
by: |
Omer
Ariburnu, Manager, Client Delivery, Ext. 4885 Rosemarie
Patano, Senior Buyer, Ext. 2990 |
Recommended
Supplier |
|
|
Current
Budget Available |
$
480,000.00 |
49-5350-9340-005 Wireless
Communications Implementation |
Less cost of
award |
$ 72,640.00
|
Exclusive of
PST and GST |
Budget Remaining after this award |
$ 407,360.00 |
* |
** The remaining budget will be used for the Wireless Data & Voice Communication
Strategy Implementation under Account 49-5350-9340-005.
PURPOSE:
To obtain approval to award the contract for
preparation of an RFP, and to provide technical oversight and project
management services for the Wireless Radio and Data Communication project.
BACKGROUND:
As the two-way radio system
does not meet user needs, over the last five years, users have migrated onto
public networks for one-to-one and cellular communications.
In 2008,
The above mentioned study recommended that in order to
improve voice communications and fulfill the short and long term requirements
for Automatic Vehicle Location, SCADA and other similar low speed data services
within the Town in a cost effective manner, it is important that Markham
purchase a new corporate radio system. It is anticipated that a new corporate radio
system will dramatically decrease the reliance on public network radio service
such as that offered by Telus Mike Product
line.
213-Q-09 Wireless Data & Voice Communication Strategy
Implementation Page 2 of 2
BACKGROUND (Continued)
In order to proceed with the implementation of the
above mentioned corporate radio system, Markham recently solicited submissions
from consultants with strong Wireless Radio technical knowledge, and
experience, who could refine users’ requirements, assist in the critical design
process, ,and provide assistance in writing and managing the Request for Proposal
creation. The consultant is also expected
to provide project management support and quality assurance during the
implementation. The RFQ resulted in 6
responses, details of which are described in the following section.
BID INFORMATION
Advertised |
|
RFP issued on |
|
RFP closed on |
|
Number of consultants picking up bid documents |
55 |
Number of consultants responding to bid |
6 |
PROPOSAL EVALUATION
The Evaluation Team was comprised of staff
from Information Technology Services (ITS) department with purchasing staff
acting as the facilitator. The
evaluation was evaluated based on pre-established evaluation criteria as identified
in the Request for Quotation: 12% past
experience, 14% Qualifications of Lead Consultant and Project Team, 9%
demonstrated understanding of project, 30% project delivery and accountability
and 35% price, totaling 100% with the resulting scores as follows:
Consultants |
Total Score Out of 100 |
Rank |
|
76.50 |
1 |
|
71.50 |
2 |
Lapp-Hancock Association |
71.00 |
3 |
Cytel Solutions Inc. |
58.00 |
4 |
Nexus Communications |
43.00 |
5 |
Red Mobile Inc. |
40.00 |
6 |
Prices ranged from $61, 400.00 -
$184,771.65 for these submissions.
The staff elected to invite the top three
ranked vendors to an interview Question & Answer Session, as allowed for in
the bid document. The interview panel
was comprised of staff from Information Technology Services (ITS) and
Waterworks department with purchasing staff acting as the facilitator. The interview was evaluated on
pre-established questions and scoring criteria, with an additional 30 marks
provided for the proponents.
Consultants |
Overall Score
(Criteria and Interview) Out of 130 |
Rank |
|
99.64 |
1 |
Lapp-Hancock Association |
96.55 |
3 |
|
83.82 |
2 |
STAFF AWARD REPORT
To: |
Jim Baird, Commissioner, Development Services |
Re: |
196-T-09
Boxgrove Northern Woodlot Parkette |
Date:
|
|
Prepared by: |
Linda
A. Irvine, Manager, Parks and Open Space Development Ext. 2120 Tony
Casale, Senior Buyer Ext. 3190 |
Recommended
Supplier |
Bruce Wilson Landscaping Ltd. (lowest
priced supplier) |
|
Current Budget
Available |
$
295,257.80 |
081 5350 8051
005 (Boxgrove N. Wood Parkette) |
Less cost of
award |
$
240,098.35
$
24,009.84 $ 264,108.19 $
21,608.85 $ 285,717.04 |
Total Award exclusive of GST Contingency @ 10% Sub Total Internal Management Fee @ 9% Total Project cost |
Budget Remaining after this award |
$
9,540.76 |
* |
*The remaining balance of $9,540.76 will be
used for other park requirements as budgeted for in this account.
PURPOSE
To obtain approval to award the contract
for the Boxgrove Northern Woodlot Parkette.
This neighborhood parkette
and woodlot is located between
BID
INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid
document |
39 |
Number responding to bid |
3 |
PRICE
SUMMARY (Exclusive of GST)
Supplier |
Price excl. of GST |
Bruce Wilson
Landscaping Ltd. |
$240,098.35 |
Lomco Limited |
$251,352.00 |
Royalcrest Paving & Contracting
Ltd. |
$334,474.75 |
To: |
|
Re: |
|
Date: |
|
Prepared
by: |
Alberto S.
Lim, Capital Works Engineer. Ext: 2860 Robert
Slater, Senior Construction Buyer. Ext: 3189 |
Recommended Supplier |
Brennan Paving
and Construction - (Lowest Priced Supplier) |
|
Current
Budget Available |
$
465,886.69 |
|
Less cost of
award |
$ 349,329.06 $
41,648.58 $
390,977.64 $
46,917.32 $ 437,894.96 |
Construction
Cost (Excluding GST) Provision
Section Total this award
(Excluding GST) Engineering Dept
Project Management Fees (12%) Total Project
Cost |
Amount Remaining after this award |
$ 27,991.73* |
|
*Remaining balance
in the account is to be used for the legal fees for the project as per
PURPOSE:
To
obtain approval to award the contract for the completion of the
BACKGROUND:
As
approved by Council on
Under the terms and conditions of the
performance bond, Federation had four (4) options to address the default
contract. The selection of the “preferred” option is at the sole discretion of
Federation Insurance Company of
The Legal Department has been involved in
the negotiations with Federation Insurance Company of
The Town, on behalf of Federation Insurance Company of
Advertised |
By Invitation |
Bids Closed on |
|
Number invited to pick up tender documents |
10 |
Number of bidders that picked up tender documents |
9 |
Number of bidders that attended the mandatory site
meeting |
9 |
Number responding to tender |
4 |
Detailed Pricing Information
Contractors |
Prices (exclusive of GST) |
Brennan Paving and Construction |
$390,977.64 |
Dagmar Construction |
$411,200.43 |
Kapp Construction |
$457,992.70 |
Pilen Construction of |
$469,701.40 |
The bids have
been verified for accuracy and compliance with the tender terms and conditions.
FINANCIAL CONSIDERATIONS:
As per the May 19, 2009 Council Report,
staff has been authorized to proceed with the works with partial funding
from Account #83-5350-6740-005 with the
shortfall being funded from ASDC 42B-2 Reserve Fund, ASDC 42B-4 Reserve Fund
and Town Wide Hard Reserve Fund. The Town will claim against the bond any costs
it incurs over and above the original contract price, including any costs
related to the rectification of deficiencies and cost increases due to the
re-tender of the works.
STAFF AWARD REPORT
Page 1 of 2
To: |
Valerie
Shuttleworth, Director, Planning and Urban |
Re: |
280-Q-09 Warden Woods Woodlot Trail Construction |
Date: |
|
Prepared
by: |
Linda
Irvine, Manager, Parks & Open Space Development Ext. 2120 Tony
Casale, Senior Buyer Ext. 3190 |
Recommended Supplier |
Colpac Construction Inc. (Lowest Priced Supplier) |
|
Current Budgeted
Available |
$ 84,200.00 |
081 5350 9086 005 (Warden Wood Woodlot Trail) |
Less cost of award |
$ 54,720.00 $ 5,472.00 $ 60,192.00 $ 4,924.80 $ 65,116.80 |
Cost of Award exclusive of GST Contingency (10%) * Total Award exclusive of GST Internal Management Fee @ 9% Total Project cost |
Budget
Remaining after this award |
$ 19,083.20 |
** |
*The Contingency in the amount of $5,472.00
shall be established to cover any additional Construction and Consultant /
**The remaining balance in the amount of $19,083.20
will be used for any authorized purposes as budgeted for in this account.
PURPOSE
To obtain approval to award the contract
for the Warden Woods Woodlot Trail Construction.
BACKGROUND
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
18 |
Number responding to bid |
14 |
280-Q-09 Warden Woods Woodlot Trail Construction Page
2 of 2
PRICE SUMMARY
Supplier
|
Price exclusive of GST |
Colpac Construction Inc. |
$ 54,720.00 |
Bruce
Wilson Landscaping Ltd. |
$ 62,280.00 |
Hank
Deenen Landscaping Limited |
$ 62,599.00 |
Gobro Con Inc. |
$ 62,769.36 |
A-Frame
Construction Management Corporation |
$ 63,872.00 |
|
$ 65,600.00 |
Griffith
Property Services Ltd. |
$ 69,297.70 |
Lomco Limited |
$ 77,470.00 |
Cambium
Site Contracting Inc. |
$ 78,790.00 |
Laycon
Construction |
$ 80,825.00 |
Royal
Crest Paving & Contracting Ltd. |
$ 84,400.00 |
Brennan
Paving & Construction |
$ 87,124.80 |
MTM
Landscaping Contractors Inc. |
$ 97,090.00 |
Mopal
Construction Ltd. |
$108,500.00 |
STAFF
AWARD REPORT Page 1 of 2
To: |
|
Re: |
233-T-09 |
Date: |
|
Prepared by: |
Linda Irvine, Manager, Parks and
Open Space Development Ext. 2120 Tony Casale, Senior Buyer Ext.
3190 |
Recommended Supplier |
Baker Turner Inc. (Lowest Priced Supplier) |
|
Current Budget Available |
$ 300,000.00 |
070 5350 9526 005 (Federal
Stimulus) |
Less cost of award |
$ 139,500.00 $ 13,950.00 $ 153,450.00 |
Contingency (10%) Total Award |
Budget Remaining after this award |
$ 146,550.00 |
* |
*The remaining
balance in the amount of $146,550.00 will be used for the construction costs.
PURPOSE
To obtain approval to award
the contract for the design and contract administration of the Saint Robert Catholic High School Soccer
Field and Air Supported Structure.
BACKGROUND:
The Town of
BID
INFORMATION
Advertised |
By Invitation |
Bids closed on |
|
Number Invited
to bid |
14 |
Number
responding to bid |
7 * |
*
PRICE
SUMMARY
Supplier
|
Price
exclusive of GST |
Baker Turner
Inc. |
$139,500.00 |
Salmona Tregunno Inc. |
$144,000.00 |
|
$162,680.00 |
Aecom Canada
Architects Ltd. |
$166,500.00 |
The MBTW Group |
$182,200.00 |
MMM Group Limited |
$192,712.50 |
Stantec Consulting
Ltd. |
$264,500.00 |
233-T-09
and
Air Supported Structure Page
2 of 2
FINANCIAL DETAILS:
Below is a
preliminary budget breakdown of the Saint Robert
Catholic High School Soccer Field and Air Supported Structure
Budget
Construction $ 2,200,000
Project Management $ 300,000
Other (not specified in charter) $ 200,000
Contingency $ 200,000
TOTAL $3,200,000